Loading...
HomeMy WebLinkAbout2008-027 SEID Funding; Budget Amendments and Appropriations [Supporting Investments in Economic Diversification]AN ORDINANCE ORDINANCE NO. 2008-27 amending the 2008 budget for the City of Yakima, and making appropriations of $25,000 within the 123 — Economic Development Fund and $428,000 within the 142 — Arterial Street Fund for expenditure during 2008 to provide for Supporting Investments in Economic Diversification (SIED) funded Infrastructure projects WHEREAS, the City of Yakima applied for and received grant/loan funding from the Yakima County SIED board for two separate projects to promote economic development in the amounts of $25,000 and $428,000, and WHEREAS, the amount of $25,000 must be appropriated within the 123 — Economic Development Fund for expenditure during 2008 to provide for evaluation of the location and costs of key public infrastructure needed to support redevelopment of the old sawmill in Northeast Yakima, and WHEREAS, the amount of $428,000 must be appropriated within the 142 — Arterial Street Fund for expenditure during 2008 to provide for street improvements to support a new manufacturing facility in the vicinity of the Yakima Airport, and WHEREAS, at the time of the adoption of the 2008 budget it could not reasonably have been foreseen that the appropriation provided for by this ordinance would be required, and the City Council declares that an emergency exists of the type contemplated by RCW 35 33.091 and that it is in the best interests of the City to make the appropriation herein provided, now, therefore, BE IT ORDAINED BY THE CITY OF YAKIMA. Section 1 The amount of $25,000 is hereby appropriated from the Unappropriated Fund Balance in the 123 — Economic Development Fund to the following accounts as a 2008 appropriation Resources. Yakima County SIED Grant 123-123-699-0000-33707-ILG --$25,000 Expenditures. Professional Services--------------- 123-123-322-0000-55880-410 — $25,000 Section 2: The amount of $428,000 is hereby appropriated from the Unappropriated Fund Balance in the 142 — Arterial Street Fund to the following accounts as a 2008 appropriation Resources Yakima County SIED Grant ------- 142-142-528-2249-33707-ILG --$214,000 Yakima County SIED Loan ------- 142 -142 -528 -2249 -39180 -COU --$214,000 Total Resources $428,000 Expenditures. Street Construction Project ---------142-142-528-2249-59530-650 —$428,000 Cje ORD NO 2008-27 SIED projects 5/14/2008 Section 3. This ordinance is one making an appropriation and shall take effect immediately upon its passage, approval and publication as provided by law and by the City Charter PASSED BY THE CITY COUNCIL, signed and approved this 13th day of May, 2008 ATTEST A9. AO -11R -k City Clerk First Reading 5/6/08 Publication Date 5/16/08 Effective Date. 5/16/08 Cje ORD NO 2008-27 SIED projects 5/14/2008 David E • er, Mayor • • • BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT Item No V75 For Meeting of May 6 2008 ITEM TITLE. An Ordinance amending the 2008 Budget and Making Appropriations in the 123 - Economic Development Fund and the 142 -Arterial Street Fund to provide for Supporting Investments in Economic Diversification (SIED) Infrastructure projects SUBMITTED BY Michael Morales, Deputy Director of Community & Economic Development Cindy Epperson, Deputy Director of Accounting & Budgeting CONTACT PERSON/TELEPHONE. Michael Morales, 575-3533 SUMMARY EXPLANATION OE At their March 18, 2008 meeting, Council approved submitting two separate applications for SIED funding One was to obtain a $25,000 grant to engage a consultant to evaluate the location and costs of key public infrastructure needed to support redevelopment of the old sawmill in Northeast Yakima. The other was a combination loan and grant for a total of $428,000 to build a new street (23`' Avenue) off of Ahtanum Road and extend Oak Street so it provides a full loop within the business park to support a new manufacturing in that vicinity Italstone, the new manufacturer, will enter into a loan agreement with the City to provide debt service for the loan portion of the proceeds The SIED board approved both applications, therefore a budget amendment is necessary to accomplish the projects. The attached ordinance authorizes additional appropriations totaling $25,000 within the Economic Development Fund for professional services, and $428,000 within the Arterial Street Fund for street construction. This is a "balanced" appropriation, with corresponding resources to match the project costs Resolution Ordinance X Other (Specify) Mail to (name and address) Phone: Funding Source SIED grants/loans in the 123 Economic Development & 142 Arterial Street Funds APPROVED FOR SUBMITTAL. City Manager STAFF RECOMMENDATION Read the attached ordinance by title only at the May 6, 2008 Council Meeting. Pass ordinance after second reading at the May 13, 2008 Council Meeting. BOARD/COMMISSION/COMMITTEE RECOMMENDATION COUNCIL ACTION • y City ofYakima McAlister Business Park Phase 2 Improvements City Project No. 2249 129 N. 2nd Street Yakima, WA 98901 Contract Specifications & Bid Documents September, 2008 Phone (509) 575-6111 Fax (509) 576-6305 ///J!tun" /:\T//f(Y/\'yin- \U/&iY/yvim//(. 1/[,/,:i(l/'1/rVJ' William <:""6./ireco" /�uu«uv�vvIfinv/v/ /29 \,nli \°`'/^/ 'O're'/ oxoo/ October 26, 2008 Valley Excavating LLC. PO.Box 785 Ellensburg, Washington 98926 Attn: Mr. Jim Pfeffer Re: McAllister Business Park, Ph 2 Improvements City Project No. 2249 Dear Mr. Pfeffer: The City Manager of the City of Yakirna has authorized an award of the contract for the above referenced project to your company on the basis of your low bid submitted on October 20, 2008 in the amount of $323.362.15. This etter is officialnotification of the award of the contract 10 YOUF company by the City of Yakirna. We have prepared one copy of the Project Documents with your bid information for your surety company, and four (4) copies of the Contract form for your signature. You may obtain these documents at the City Clerk's office. You have ten (10) days from this date to sign the Contract document forms and furnish the required Performance Bond and Certificate of Insurance, Your attention is directed to Section )'07]8 Public Liability and Property Damage Insurance as revise by the APWA GSP to the Standard Specifications for coverage limits, additional insurance requirements and special ACORD form wording. Please contact Bruce PloyU, Construction 3uporvioor, of our office within ten (10) days of this date to schedule a pre -construction vonfononoe, and to discuss various forms and documentation that must be completed and turned into him at the Pre -construction Conference. The Notice to Proceed will also be discussed at the Pre -construction Conference Bruce's office phone is 575-6138. For your information, we are enclosi ig a copy of the b d summary for this project. Sincerely, • -9_� mz Douglas Mayo, P.E. City Engineer encl. Cc Brett Sheffield, pe.00vefEngineer Bruce Floyd, oonyouumns"»em/xo, Al Rose, Project Engineer aovieLoranoo, Eng. Office Assistant City Clerk Edna PoonnhnFinance File Yakima NO 2 3 BID SUMMARY McAllister Field Business Park Phase 2 Improvements CITY PROJECT NO. 2249 SPCC PLAN MOBILIZATION Bid Security ITEM ENGINEERS ESTIMATE 0:,`:,' ;•€.Ir^ KEN LEINGANG EXCAVATING INC. ELLEkEZ.UF 1117 N 27T1-1 AVE 9i;v2,, YAKIMA, WA 98902 BOND GRANITE N.W., INC dba SUPERIOR ASPHALT P.O. BOX 50085 WATSON VILLE, CA 95077 QTY UNIT 1 UNIT PRICE 1 LS 1 $500.00 AMOUNT $500.00 UNIT PRICE 3500.00 AMOUNT UNIT PRICE 3500.0,$1,500.00 BOND AMOUNT UNIT PRICE OD $500.00 $450.00 COLUMBIA ASPHALT & GRAVEL P.O. BOX 9337 YAKIMA, WA 98909 BOND AMOUNT UNIT PRICE $1,500.00 $500. PROJECT TEMPORARY TRAFFIC CONTROL (Min. Bid $1,000) 4 5 CLEARING AND GRUBBING REMOVAL OF STRUCTURE AND OBSTRUCTION 6 7 8 SAW CUT, Per Inch Depth ROADWAY EXCAVATION INCL. HAUL CRUSHED SURFACING BASE COURSE 1 1 1 1 100 1,250 1,050 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 ASPHALT TREATED BASE HMA CL. 1/2 IN. PG 64-28 PAVEMENT REPAIR CORRUGATED POLYETHYLENESTORM SEWER PIPE 12 IN. CATCH BASIN TYPE 1 700 350 50 210 CRUSHED SURFACING TOP COURSE (For Trench Backfill) ESC LEAD GRASSY SWALE CEMENT CONC. TRAFFIC CURB AND GUTTER COMMERCIAL DRIVEWAY APPROACH MOUMENT CASE AND COVER 6 100 10 3 1478 6 2 LS 1 $40,607.20 $40,607.20 3..500.00 LS 1 $1,000.00 $1,000.00 LS 1 $3,000.00 $3,000.00 LS 1 $2,500.00 $2,500.00 LF 1 $2.50 $250.00 CY 1 $10.00 $12.500.00 ', .000 33 C;; 30 5;35 03 $16,750.00 iiiii,i 250.00 $1,350.00 $1,250.00 $16.750.00 $1,350.00 $1,250.00 52.00 3200. $550.00 $0,52 $550.00 $52.00 35.00 ,250.00 $9.60 $12,000.00 TON f $15.00 $15,750.00 TON 1 $100.00 $70,000.00 315.50 317, 325.00 $18.00 $18,900.00 575.00 352,50:.00 $65.00 5107.42 337.527,00 TON r $115.00 $40,250.00 SY ( $200.00 $10,000.00 333 LF 1 $40.00 EA 1 $2,000.00 TON $15.00 DAY $150.00 EA $2,000.00 LF $30.00 EA $4,000.00 $8,400.00 $12,000.00 $1,500.00 $89.00 $45,500.00 $31,150.00 _.5` 57305.00 31 655.00 533.465 00 $50.30 $21.25 $2,515.00 $4,462.50 $800.00 $4,800.00 314 .^; $1,500.00 31 333 07; $6,000.00 350.00 35 560.03 EA 1 $500.00 $44,340.00 $24,000.00 i.:12 725 54.020.00 3_7 720.00 $13.00 $125.00 $1,500.00 $10.00 $4,700.00 $1,300.00 $1,250.00 $4,500.00 $14,780.00 $28,200.00 532,000.00 $5,000.00 $2,500.00 $4000.00 $3.50 $10.00 $20.00 $72.00 $105.00 $35.00 $36.00 $850.00 $15.00 $10.00 $3,750.00 $32,000.00 $32,400.00 DURAND'S INC 5260 HWY 24 MOXEE, WA 98936 BOND AMOUNT UNIT PRICE AMOUNT $450.00 $250.00 $250.00 $32.400.00 $17,000.00 517,000.00 $5,000.00 $8,000.00 $2,500.00 $4,000.00 $350.00 $12,500.00 $21,000.00 $50,400.00 $36,750.00 $1,750.00 $7,560.00 $5,100.00 $2.500.00 $1,500.00 $0.75 $6.70 $17.00 $65.00 $89.00 $45.00 $35.00 $760.00 $1,500.00 $17.00 $8,000.00 $2,000.00 $2,000.00 $2,500.00 $1,000.00 $1,000.00 $1,500.00 $1.000.00 $1,000.00 $100.00 $75.00 $11,250.00 $5,215.00 $1,000.00 0'.0 03.00 37.00'0.00 $175.00 $350.00 CEMENT CONC. SIDEWALK, 4 IN. THICK CEMENT CONC. SIDEWALK RAMP, TYPE 2 SIGNPOST SOCKET ILLUMINATION SYSTEM REPAIR OR REPLACEMENT 1098 4 4 1 1 SY 1 $50.00 $54,900.00 EA 1 $1.000.00 EA 1 $350.00 LS 1 $10,000.00 FA 1 $20,000.00 25 26 27 28 29 30 31 SCHEDULE 'B' (Utilities) MANHOLE 48 IN. DIAM. TYPE 1 SCHEDULE 'A' TOTAL DUCTILE IRON PIPE FOR WATER MAIN 8 IN. DIAM. GATE VALVE 8 IN. tiffittir-BID ITEM 1=102121 N S t D HYDRANT ASSEMBLY 1 800 SERVICE CONNECTION 8 IN. DIAM. NO BID THIS ITEM PVC SANITARY SEWER PIPE 8 IN. DIAM. PVC SANITARY SEWER PIPE 6 IN, DIAM. SCHEDULE 'B' SUB -TOTAL: 6 2 6 305 140 EA 1 $3,000.00 LF 1 $70.00 EA 1 $2,000.00 EA 1 $4,000.00 EA 1 NO BID LF I $40.00 LF 1 $40.00 0 $32.50 $35,685.00 $4,000.00 $1,400.00 32.5=10.0'3 $700.00 $2,800.00 125 00 350;0.0., $10,000.001 S1(5; c,33.' 3 .425 00 $20,000.001 323,300 00 5385,397.20 $3,000.00 $56,000.00 $12,000.00 $8,000.00 320.000.00 $50.00 $18,482.00 $20,000.00 $200.00 $18,482.00 $20.000.00 5268,326.50 5-1 5.0. . 050 00 ..'.57 00 3.00 $1,800.00 nr. $45.60 $1,800.00 $36,480.00 $1,010.00 $6,060.00 33,350.00 35.700.00 $4,000.00 $8,000.00 NO BID $12,200.00 8.2% WASHINGTON STATE SALES TAX (Schedule 'B' Only): 1 SCHEDULE 'B' TOTAL: TOTAL ALL SCHEDULES (`A'+'B') CITY ENGINEERS REPORT COMPETATIVE BIDS WERE OPENED ON OCTOBER 20, 2008 ALL BIDS HAVE BEEN REVIEWED BY THIS OFFICE I RECOMMEND THE CONTRACT BE AWARDED TO: DATE $5,600.00 $96,800.00 $7,937.60 $104,737.60 $490,134.80 330.00 325.00 39,150.00 33.500.00 $19.20 $30.30 $5,856.00 $4,242.00 $9.00 $5,500.00 $400.00 535.00 $850.00 $50.00 $19,950.00 $20,000.00 $1,890.00 $20.25 $990.50 $3,475.00 $30.50 $27.70 $13,302.00 $12.00 $75.00 $8,375.00 $17,850.00 $2.00 $15.20 $19.00 $200.00 $19,000.00 $19,950.00 $45,500.00 $69.00 $48,300.00 $31,150.00 $2.250.00 $99.00 $34,650.00 $45.00 52,250.00 $7,350.00 $30.00 $6.300.00 $4,560.00 51,000.00 $6,000.00 $1,700.00 $33,000.00 $6,000.00 $15.00 $1,500.00 $750.00 $1.00 $10.00 $15,645.00 $3,000.00 $9,000.00 $17,736.00 $8.50 $12,563.00 $36,000.00 $4,600.00 $27,600.00 $800.00 $250.00 $500.00 $34,038.00 $5,600.00 $360.00 $19,950.00 $19.100.00 $20,000.00 $20,000.00 5321,342.00 $33.00 $700.00 $50.00 $36,234.001 $2,800.001 $200.00 $19,100.00 $20,000.00 $20,000.00 $20,000.00 $20,000.00 $20,000.00 $313,689.00 $288,307.00 $1,890.00 $2,300.00 $16,200.00 $27.00 $2,300.00 $2,615.00 $2,615.00 $21,600.00 $65.80 $52,640.00 $5,943.00 $1,200.00 $6,950.00 $3,700.00 $7,200.00 $1,000.00 $6,000.00 $7,400.00 $3,000.00 $6,000.00 $9,302.50 $31.00 $3,878.00 $30.00 562,438.00 $44,163.50 Si41, $5,119.92 361,98:.3" 567,557.92 53,621.41 $9,455.00 $30.00 $9,150.00 $4,200.00 $24.00 $3,360.00 $52,155.00 $79,765.00 $47,784.91 3323.652.13 $335,884.42 $369,126.91 $4,276.71 56,540.73 $56,431.71 $86,305.73 $370,120.71 $374,612.73 CITY ENGINEER AWARD MADE BY CITY MANAGER DATE CITY OF YAKIMA Phase 2 Improvements DATE: OCT. 22, 2008 FILE: Project Bid Sum SHEET 1 of 3 BID SUMMARY CITY PROJECT NO. ROTSCHY INC. P.O. BOX 290 YACOLT, WA 98675 KRCI LLC P.O. BOX 5120 WENATCHEE, WA 98807 HURST CONSTRUTION LLC P.O. BOX 7277 E. WENATCHEE, WA 98802 TTC CONSTRUCTION 1 P.O. BOX 365 YAKIMA, WA 98907 BELSAAS & SMITH CONSTRUCTION INC P.O. BOX 926 ELLENSBURG, WA 98926 GRADE INC P.O. BOX 231 WOODINVILLE, WA 98072 Bid Security BOND BOND BOND BOND BOND BOND PRICE AMOUNT ITEM NO. ITEM QTY UNIT UNIT PRICE I AMOUNT UNIT PRICE AMOUNT UNIT PRICE 1 AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT 1 LS $500.00 $500.00 $300.00 $300.00 $500.00 $500.00 $450.00 $450.00 $240.00 $240.00 $1,500.00 $1,500.00 $35,000.00 1 SPCC PLAN $43,900.00 $24,000.00 $24,000.00 $31,000.00 $31,000.00 $26,056.96 $26,056.96 $30,200.00 $30,200.00 $35,000.00 2 MOBILIZATION CONTROL Bid $1,000) 1 1 LS LS $43,900.00 $1,000.00 $1,000.00 $1,000.00 $1,000.00 $1,000.00 $1,000.00 $6,480.18 $6,480,18 $1,950.00 $1,950.00 $6,000.00 $13,500.00 $6,000.00 $13,500.00 3 PROJECT TEMPORARY TRAFFIC (Min. $3,300.00 $5,000.00 $5,000.00 $500.00 $500.00 $15,737.07 $15,737.07 $5,900.00 $5,900.00 4 CLEARING AND GRUBBING 1 1 LS LS $3,300.00 $1,100.00 $1,100.00 $5,000.00 $5,000.00 $1,000.00 $1,000.00 $10,709.82 $10,709.82 8990.00 $990.00 $1,500.00 $5.00 $1,500.00 $500.00 5 REMOVAL OF STRUCTURE AND OBSTRUCTION 100 LF $3.75 $375.00 $0.75 $75.00 $1.50 $150.00 $7.88 $788.00 $2.00 $200.00 $22.00 $27,500.00 6 SAW CUT, Per Inch Depth HAUL 1.250 CY $7.50 $9,375.00 $5.00 $6,250.00 $12.00 $15,000.00 $13.78 $17,225.00 $12.00 $15,000.00 $25.30 $26,565.00 7 ROADWAY EXCAVATION INCL. 1,050 TON $24.00 825,200.00 $25.00 $26,250.00 $19.00 $19.950.00 $25.51 $26,785.50 $20.00 $21,000.00 $84.00 $58,800.00 8 CRUSHED SURFACING BASE COURSE $52,500.00 $70.00 $49,000.00 $76.30 $53,410.00 $71.87 $50,309.00 $75.00 $52,500.00 9 ASPHALT TREATED BASE 700 350 TON TON $75.00 $105.00 $36,750.00 $110.00 $38,500.00 $110.00 $38,500.00 $102.30 $35,805.00 $107.00 $37;450.00 $115.00 $40.00 $40,250.00 $2,000.00 10 HMA CL. 1/2 IN. PG 64-28 $2,000.00 $82.00 $4.100.00 $33.00 $1,650.00 $57.89 82,894.50 $50.00 $2,500.00 11 PAVEMENT REPAIR SEWER PIPE 12 IN. 50 210 SY LF $40.00 $30.00 $6,300.00 $29.00 $6,090.00 $20.00 $4,200.00 $34.06 $7,152.60 $26.00 $5,460.00 $26.50 $1,000.00 $5,565.00 $6,000.00 12 CORRUGATED POLYETHYLENESTORM 6 EA $885.00 $5,310.00 $900.00 $5,400.00 $1,100.00 $6.600.00 $703.29 $4,219.74 $1,190.00 $7,140.00 $25.50 $2,550.00 13 CATCH BASIN TYPE 1 Trench Backfill) 100 TON $14.00 $1,400.00 $17.00 $1,700.00 $13.00 $1,300.00 $13.53 $1.353.00 $28.00 $2,800.00 $1,500.00 14 CRUSHED SURFACING TOP COURSE (For 10 DAY $200.00 $2,000.00 $25.00 8250.00 $10.00 $100.00 $150.00 $1,500.00 $150.00 $1,500.00 $150.00 $10,500.00 15 ESC LEAD 3 EA $3,100.00 $9,300.00 $2.900.00 $8,700.00 $3,500.00 $10,500.00 $3,875.31 $11,625.93 $4,298.00 $12,894.00 $3,500.00 $19.95 $29,486.10 16 GRASSYSWALE 1478 LF $10.00 $14,780.00 $11.00 $16,258.00 $9.00 $13.302.00 $8.20 $12,119.60 $10.00 $14,780.00 $40,050.00 17 CEMENT CONC. TRAFFIC CURB AND GUTTER 6 EA $4,400.00 $26,400.00 $5,000.00 $30,000.00 85,000.00 $30,000.00 $6,002.31 $36,013.86 $6,000.00 $36,000.00 $6,675.00 $1,900.00 18 COMMERCIAL DRIVEWAY APPROACH EA $295.00 $590.00 $400.00 $800.00 $200.00 $400.00 $439.80 $879.60 $450.00 $900.00 $950.00 19 MOUMENT CASE AND COVER 2 $30.24 $33,203.52 $29.00 $31,842.00 $38.50 $42,273.00 SIDEWALK, 4 IN. THICK 1098 SY $35.00 $38,430.00 834.00 $37,332.00 $44.00 $48,312.00 $4,600.00 20 CEMENT CONC. RAMP, TYPE 2 4 EA $745.00 $2,980.00 $700.00 $2,800.00 $950.00 $3,800.00 $850.00 $3,400.00 $750.00 $3,000.00 $1,150.00 $600.00 21 CEMENT CONC. SIDEWALK 4 EA $65.00 $260.00 $80.00 $320.00 $75.00 $300.00 $162.00 $648.00 $150.00 $600.00 $150.00 $21,000.00 22 SIGNPOST SOCKET 1 LS 819,000.00 $19,000.00 819.000.00 $19,000.00 820.500.00 $20.500.00 $28,662.00 $28,662.00 819,800.00 $19.800.00 $21.000.00 $20,000.00 23 ILLUMINATION SYSTEM 1 FA $20,000.00 $20,000.00 $20,000.00 $20,000.00 $20,000.00 $20,000.00 $20,000.00 $20,000.00 $20,000.00 $20,000.00 $20,000.00 $399,139.10 24 REPAIR OR REPLACEMENT SCHEDULE 'A' TOTAL $322,750.00 $308,125.00 $321,974.00 $354,018.88 $324,646.00 'B' $4,000.00 SCHEDULE (Utilities) TYPE 1 1 EA $1,780.00 $1,780.00 $1,300.00 $1,300.00 $2,200.00 $2,200.00 $1,888.75 $1,888.75 $2,850.00 $2,850.00 $4,000.00 $42,400.00 25 MANHOLE 48 IN. DIAM. LF $30.00 $24,000.00 $46.00 $36.800.00 $44.00 $35,200.00 $20.22 $16,176.00 $48.00 $38,400.00 $53.00 26 DUCTILE IRON PIPE FOR WATER MAIN 8 IN. DIAM. 800 $1,300.00 $7,800.00 $1,100.00 $0,600.00 $990.44 $5,942.64 $1,660.00 $9,960.00 $1,300.00 $7,800.00 27 GATEVALVE8IN. 'f3Q:E112-BIDITEMt IN ISND 6 2 EA EA $1,140.00 $3,800.00 $6,840.00 $7,600.00 $4,600.00 $9,200.00 $3,500.00 $7,000.00 $3,471.54 $6,943.08 $4,570.00 $9,140.00 $3,900.00 $7,800.00 28 HYDRANT ASSEMBLY DIAM. NO.BID THIS ITEM • 6 EA $7,472.50 29 SERVICE CONNECTION -8 IN. 8 IN. DIAM. 305 LF $27.00 $8,235.00 $30.00 $9,150.00 $27.00 $8,235.00 $30.42 $9,278.10 $37.00 $11,285.00 $24.50 $3,360.00 30 PVC SANITARY SEWER PIPE PIPE 6 IN. DIAM. 140 LF $21.00 $2,940.00 $30.00 $4,200.00 820.00 $2,800.00 $27.66 $3.872.40 $25.00 $3.500.00 $24.00 $72,832.50 31 PVC SANITARY SEWER SCHEDULE 'B' SUB -TOTAL: $51,395.00 $68,450.00 $62,035.00 $44,100.97 $75,135.00 $5,972.27 STATE SALES TAX (Schedule 'B' Only): $4,214.39 $5,612.90 $5,086.87 $3,616.28 $6,161.07 $78,804.77 8.2% WASHINGTON 'B' $55,609.39 $74,062.90 $67,121.87 $47,717.25 $81,296.07 SCHEDULE TOTAL: ALL SCHEDULES (`A'+'B') $378,359.3 $382,187.90 $389,095.87 $401,736.131 $405,942.07 $477,943.87 TOTAL CITY OF YAKIMA CITY ENGINEERS REPORT_ BIDS WERE OPENED ON . _ = -_ COMPETITIVE �;r_.� :�, ��..., �.�,.�f. `E_"s°-, spa,,;., OCTOBER 20, 2008 .rt,���:i-�f� .,___�,_-..�:._.�.�..r_.��_.�_�,�_,:.�_�-w-��.=..__r=-=�___.�-_-,-F-- ALL BIDS HAVE BEEN REVIEWED BY THIS OFFICE. ,F-;;<=,' R _ f _-_ F :. I RECOMMEND THE CONTRACT BE AWARDED TO: Phase 2 Improvements 1 AWARD MADE BY CITY MANAGER swEs-.:>-:C� .., ,_ -.r.G F'F0 EC -0 ___- ,. DAIE�lCT, 22, 90QR ® ,N.- �L�itz`-t FILE: Project Bid Sum Tab.pub <' \, i) r-.-:; c. Zt _ ' DATE CITY MANAGER DATE' CITY ENGINEER `-:-_�-<, �:=` ' SHEET 2 of 3 BID SUMMARY CITY PROJECT NO. JNJ CONSTRUCTION CO. INC 511 MIDVAL ROAD SUNNYSIDE, WA 98944 BOND UNIT PRICE AMOUNT ITEM Bid Security ITEM QTY UNIT UNIT PRICE AMOUNT UNIT PRICE 1 AMO INT UNIT PRICE AMOUNT [NIT PRICE AMOUNT UNIT PRICE I AMOUNT NO 1 SPCC PLAN 1 LS $3,000.00 $3000.00 2 MOBILIZATION 1 LS $37,500.00 $37,500.00 $2,000.00 3 PROJECT TEMPORARY TRAFFIC CONTROL (Min. Bid 91,000) 1 1 LS LS $2,000.00 $4,400.00 $4,400.00 4 CLEARING AND GRUBBING 5 REMOVAL OF STRUCTURE AND OBSTRUCTION 1 LS $1,250.00 $1,250.00 6 SAW CUT, Per Inch Depth 100 1,250 LF CY $3.00 $14.92 $300.00 $18,650.00 7 ROADWAY EXCAVATION INCL. HAUL 1,050 TON $23.05 $24,202.50 8 CRUSHED SURFACING BASE COURSE 700 TON $89.82 $62.874.00 9 ASPHALT TREATED BASE 350 TON $129.25 $45,237.50 10 HMA CL. 1/2 IN. PG 64-28 11 PAVEMENT REPAIR 12 IN. 50 210 SY LF $63.60 $38.46 $3,180.00 $8,076.60 12 CORRUGATED POLYETHYLENESTORM SEWER PIPE 13 CATCH BASIN TYPE 1 6 100 EA TON $1,020.00 $17.80 $6,120.00 $1,780.00 14 CRUSHED SURFACING TOP COURSE (For Trench Backfill) 15 ESC LEAD 10 DAY $1,000.00 $10,000.00 GRASSY SWALE 3 EA $2,540.00 $7,620.00 16 $15,622.46 17 'CEMENT CONC. TRAFFIC CURB AND GUTTER 1478 LF $10.57 DRIVEWAY APPROACH 6 EA $6,276.67 $37,660.02 18 COMMERCIAL $960.00 19 MOUMENT CASE AND COVER 2 1098 EA SY $480.00 $38.82 $42,624.36 20 CEMENT CONC. SIDEWALK, 4 IN. THICK 2 4 EA $1,077.50 $4,310.00 21 CEMENT CONC. SIDEWALK RAMP, TYPE 4 EA $360.00 $1,440.00 22 SIGNPOST SOCKET 1 LS $23,102.50 $23,102.50 23 ILLUMINATION SYSTEM $20,000.00 24 REPAIR OR REPLACEMENT `A' TOTAL 1 FA $20,000.00 $381,909.94 SCHEDULE SCHEDULE 'B' (Utilities) EA $2,465.00 $2,465.00 25 MANHOLE 48 IN. DIAM. TYPE 1 1 DUCTILE IRON PIPE FOR WATER MAIN 8 IN. DIAM. 800 LF $75.00 $60,000.00 26 27 GATE VALVE 8 IN. =[1 -BID ITEM ILMI StD 6 EA $1,282.88 $7,697.28 $10,169.06 28 HYDRANT ASSEMBLY 2 EA $5,084.53 29 SERVICE CONNECTION 8 IN. DIAM. NO BID THIS ITEM 6 EA 30 PVC SANITARY SEWER PIPE 8 IN. DIAM. 305 LF $35.10 $10,705.50 $3.465.00 _ 31 PVC SANITARY SEWER PIPE 6 IN. DIAM. 140 LF $24.75 $94,501.84 SCHEDULE 'B' SUB -TOTAL: TAX 'B' Only): $7,749.15 8.2% WASHINGTON STATE SALES (Schedule SCHEDULE `B' TOTAL: $102,250.99 TOTAL ALL SCHEDULES ('A'+'B') $484,160.93 CITY ENGINEERS REPORT ,: CITY OF YAKIMA COMPETITIVE BIDS WERE OPENED ON . -u � .�•. ;��_-.��_ E:: Ali:: [ kc; .. y OCTOBER 20, 2008 _— . ..:- __... ....r.-1.. .. _.a ALL BIDS HAVE BEEN REVIEWED BY THIS OFFICE. �_ Phase 2 Improvements RECOMMEND THE CONTRACT BE AWARDED TO: AWARD MADE BY CITY MANAGER P DATE: OCT: 22, 2008 i \ �. '- >,;, r \�-�- : ' . / FILE: Project Bid Sum Tab.pub c ZZ c, N} .. inn CITY ENGII��€ER , DATE CITY MANAGER DATE SHEET 3 of 3 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 McAllister Business Park Phase 2 Improvements CITY OF YAKIMA PROJECT NUMBER 2249 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 1-07: Section 1-07 Legal Relations and Responsibilities to the Public 1-07.2 Sales Tax Delete this section in the Construction Contract Specifications and Bid Documents and replace it with the following: The work on this contract obligates the Contractor to pay State sales tax on portions of the project work and obligates the Contractor to collect State sales tax from the Contracting Agency on other portions of the project as follows: 1. The provisions of Section 1-07.2(1) apply to the following listed portions of the project: All of the items that are included in Schedule B. 2. The provisions of Section 1-07.2(2) apply to all of the remaining portions of the project. For bidding purposes the Contracting Agency has segregated the plan quantities which are affected by Section 1-07.2(1) from those quantities affected by Section 1-07.2(2). These approximate quantities are shown on the Item Bid Proposal Sheets; however, any tax payments shall be based on actual quantities used. Addendum 1 Page 1 of 6 10/3/2008 ITEM 2. Standard Specifications; Special Provisions Section 8-02: Section 8-02 Roadside Restoration 8-02.1 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 the construction of a drainage swale where shown in the Plans. 8-02.3 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: The swale shall be constructed as detailed in the Plans. The bottom and sides of the swale shall be hydroseeded with a typical ryegrass/bluegrass seed mixture that is formulated for the central Washington climate. Temporary irrigation shall be supplied until the grass is established. 8-02.4 Measurement 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: Add the following item to this section: Grassy swale will be measured per each for each swale constructed. 8-02.5 Payment 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: Add the following item to this section. "Grassy Swale", per each. The per each unit contract price for grassy swale shall be full pay for all work required to construct the swale as detailed in the Plans, including excavation of the swale, furnishing and placing fine aggregate, furnishing and hydroseeding the grass mixture, and providing temporary irrigation. Addendum 1 Page 2 of 6 10/3/2008 ITEM 3 Standard Specifications; Special Provisions Section 8-06: Section 8-06 Cement Concrete Driveway Entrances 8-06.1 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: The work shall include the installation of commercial driveway approaches, and adjusting utility castings within the concrete apron of the approaches. 8-06.3 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: Commercial Driveway approaches. Commercial Driveway Approaches shall be constructed as shown on the City of Yakima Standard Detail for Commercial Approach. The sidewalks and the ramps shown on each side of the approach detailed on the standard detail shall be paid for under Section 8-14 of the Standard Specifications. 8-06.4 Measurement 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: Commercial Driveway Approaches will be measured per each installed at the locations shown on the plans and in accordance with the standard detail. 8-06.5 Payment 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: "Commercial Driveway Approaches", per each. The unit contract price per each for "Commercial Driveway Approaches" shall be full compensation for all work, equipment, materials and all other items necessary for the complete installation of the approaches where shown on the plans and in accordance with the City of Yakima standard detail. Addendum 1 Page 3 of 6 10/3/2008 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 "October 3, 2008". All of the attached Item Proposal Bid Sheets have been modified to reflect modified bid items, updated quantities and construction clarification. ITEM 5 Plans: New Plan Sheets: Remove sheets 2 and 4 and replace them with the new plan sheets 2 and 4. The modified plan sheets show the correct elevation of the sanitary sewer cleanout (sheet 2) and replace the four inches of "Crushed Surfacing Top Course" on the roadway section with four inches of "Asphalt Treated Base" (sheet 4). This ADDENDUM is to be considered as much a part of the contract provisions as if it were included in the body of the Plans and Specifications. All Bidders shall acknowledge receipt of the ADDENDUM on the proposal form prior to bid opening. APPROVED: Brett 11.. Sheffie 10/03/2008 Brett H. Sheffield, P.E. Date Chief Engineer Addendum 1 Page 4 of 6 10/3/2008 ITEM PROPOSAL BID SHEET City of Yakima McAllister Field Business Park Phase 2 Improvements City Project No. 2249 SCHEDULE 'A' (Roadway Improvements 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 2-02.5 100 LF 7 CRUSHED SURFACING BASE COURSE 4-04.5 1,050 TON 8 CRUSHED SURFACING TOP COURSE 4-04.5 100 TON 9 ASPHALT TREATED BASE 4-06.5 700 TON 10 HMA CL. Y: IN. PG 64-28 5-04.5 350 TON 11 PAVEMENT REPAIR 5-04.5 50 SY 12 CORRUGATED POYLETHYLENE STORM SEWER PIPE 12 IN. DIAM 7-04 5 210 LF 13 CATCH BASIN TYPE 1 7-05.5 6 EA 14 ESC LEAD 8-01.5 10 DAY 15 GRASSY SWALE 8-02.5 3 EA 16 CEMENT CONC. TRAFFIC CURB AND GUTTER 8-04.5 1478 LF 17 COMMERCIAL DRIVEWAY APPROACH 8-06.5 6 EA 18 MONUMENT CASE AND COVER 8-13.5 2 EA 19 CEMENT CONC. SIDEWALK, 4 IN. THICK 8-14.5 1098 SY 20 CEMENT CONC. SIDEWALK RAMP, TYPE 2 8-14.5 4 EA 21 ILLUMINATION 8-20.5 1 LS 22 PERMANENT SIGNING 8-21.5 1 LS 23 REPAIR OR REPLACEMENT 8-30.5 1 FA $20,000 $20,000 SCHEDULE 'A' TOTAL: Addendum 1 Page 5 of 6 10/3/2008 ITEM PROPOSAL BID SHEET City of Yakima McAllister Field Business Park Phase 2 Improvements City Project No. 2249 SCHEDULE B' (Util ties ITEM NO. PROPOSAL ITEM PAYMENT SECTION UNIT PRICE DOLLARS AMOUNT DOLLARS 24 MANHOLE 48 IN. DIAM. TYPE 1 7-05.5 1 EA 25 DUCTILE IRON PIPE FOR WATER MAIN 8 IN. DIAM 7-09.5 800 LF 26 GATE VALVE 8 IN. 7-12.5 4 EA 27 HYDRANT ASSEMBLY 7-14.5 2 EA 28 SERVICE CONNECTION 8 IN. DIAM. 7-15.5 6 EA 29 PVC SANITARY SEWER PIPE 8 IN. DIAM. 7-17.5 305 LF 30 PVC SANITARY SEWER PIPE 6 IN. DIAM. 7-17.5 140 LF SCHEDULE 'B' SUB -TOTAL: 8.2% WASHINGTON STATE SALES TAX (Schedule 'B' only): SCHEDULE `B' TOTAL: TOTAL ALL SCHEDULES (`A' + 'B') Addendum 1 END OF ADDENDUM NO. 1 • Page 6 of 6 10/3/2008 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. 2 TO THE BID DOCUMENTS & SPECIFICATIONS FOR THE CITY OF YAKIMA, WA for McAllister Business Park Phase 2 Improvements CITY OF YAKIMA PROJECT NUMBER 2249 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 1-08: Section 1-08 Prosecution and Progress 1-08.5 Time For Completion Delete the first sentence of this section as supplemented in the Construction Contract Specifications and Bid Documents and replace it with the following: This project shall be physically completed within *** 30 *** working days. ITEM 2. Standard Specifications; Special Provisions Section 1-10: Section 1-10 Temporary Traffic Control 1-10.4(1) Lump Sum Bid for Project Temporary Traffic Control (No Unit Items) Delete the first sentence of this section as supplemented in the Construction Contract Specifications and Bid Documents and replace it with the following: The proposal contains the item "Project Temporary Traffic Control, Min. Bid $1,000," lump sum. The provisions of Section 1-10.4(1) shall apply. Addendum No. 2 Page 1 of 4 10/10/2008 1-10.5(1) Lump Sum Bid for Project Temporary Traffic Control (No Unit Items) Delete the pay item as revised in the Construction Contract Specifications and Bid Documents and replace it with the following: "Project Temporary Traffic Control, Min. Bid $1,000, lump sum. ITEM 3. Standard Specifications; Special Provisions Section 7-08: Section 7-08 General Pipe Installation Requirements 7-08.5 Payment Delete the following item from this section of the Construction Contract Specifications and Bid Documents: "Trench Dewatering", by force account. 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. 2", dated "October 10, 2008". The attached Item Proposal Bid Sheets have been modified to reflect added and deleted bid items, updated quantities and construction clarification. The item "Roadway Excavation Incl. Haul was added, the item "Crushed Surfacing Top Course" was deleted and replaced with "Crushed Surfacing Top Course (For Trench Backfill), the item "Permanent Signing" was deleted and the item "Signpost Socket" was added, and the item "Illumination" was changed to "Illumination System." 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: Z Ke(2 Rf. She, 1d' 10/10/2008 Brett H. Sheffield, P.E. Date Chief Engineer Addendum No. 2 Page 2 of 4 10/10/2008 ITEM PROPOSAL BID SHEET City of Yakima McAllister Field Business Park Phase 2 Improvements City Project No. 2249 SCHEDULE 'A' (Roadway Improvements 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 (Min Bid 81,000) 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 2-02.5 100 LF 7 ROADWAY EXCAVATION INCL. HAUL 2-03.5 1,250 CY 8 CRUSHED SURFACING BASE COURSE 4-04.5 1,050 TON 9 ASPHALT TREATED BASE 4-06.5 700 TON 10 HMA CL. '/ IN. PG 64-28 5-04.5 350 TON 11 PAVEMENT REPAIR 5-04.5 50 SY 12 CORRUGATED POYLETHYLENE STORM SEWER PIPE 12 IN. DIAM. 7-04 5 210 LF 13 CATCH BASIN TYPE 1 7-05.5 6 EA 14 CRUSHED SURFACING TOP COURSE (FOR TRENCH BACKFILL) 7-08.5 100 TON 15 ESC LEAD 8-01.5 10 DAY 16 GRASSY SWALE 8-02.5 3 EA 17 CEMENT CONC. TRAFFIC CURB AND GUTTER 8-04.5 1478 LF 18 COMMERCIAL DRIVEWAY APPROACH 8-06.5 6 EA 19 MONUMENT CASE AND COVER 8-13.5 2 EA 20 CEMENT CONC. SIDEWALK, 4 IN. THICK 8-14.5 1098 SY 21 CEMENT CONC. SIDEWALK RAMP, TYPE 2 8-14.5 4 EA 22 SIGNPOST SOCKET 8-14.5 4 EA 23 ILLUMINATION SYSTEM 8-20.5 1 LS 248-30.5 REPAIR OR REPLACEMENT 1 FA $20,000 $20,000 SCHEDULE 'A' TOTAL: Addendum No. 2 Page 3 of 4 10/10/2008 ITEM PROPOSAL BID SHEET City of Yakima McAllister Field Business Park Phase 2 Improvements City Project No. 2249 SCHEDULE 'B' (Utilities ITEM NO. PROPOSAL ITEM PAYMENT SECTION UNIT PRICE DOLLARS AMOUNT DOLLARS 25 MANHOLE 48 IN. DIAM. TYPE 1 7-05.5 1 EA 26 DUCTILE IRON PIPE FOR WATER MAIN 8 IN. DIAM 7-09.5 800 LF 27 GATE VALVE 8 IN. 7-12.5 4 EA 28 HYDRANT ASSEMBLY 7-14.5 2 EA 29 SERVICE CONNECTION 8 IN. DIAM. 7-15.5 6 EA 30 PVC SANITARY SEWER PIPE 8 IN. DIAM. 7-17.5 305 LF 31 PVC SANITARY SEWER PIPE 6 IN. DIAM. 7-17.5 140 LF SCHEDULE 'B' SUB -TOTAL: 8.2% WASHINGTON STATE SALES TAX (Schedule `B' only): SCHEDULE `B' TOTAL: TOTAL ALL SCHEDULES (`A' + 'B') Addendum No. 2 END OF ADDENDUM NO. 2 Page 4 of 4 10/10/2008 / ( .._. "-SIC%---,TO" TSTA0' 56L+65.00 . s �-�y_ STA 54+20.00' Ir ' ! Dal 14 RI (.! \ I 33.0 ' ! ` Ini y�o ( II 1 STA 56-0E4.00 1 5'A 59+30.!0I 3.1.0. 41 , ., o � o . � I 79 E5G'T / 1m: \ FI' i� ` i ' \ 4' t 6 t 5 0 AA 5 SETA 9.5 BC LT 4........:........ - STA 56+40.00^'7'... 9 1 -. -C S... v a- ^ N ....'.+•r s - .: "]� Y - c;.,.,fi ----,--- - ,.. ✓., r5. { <� -� '."'$ iA:g A IAA: F' risiLJl�. _`-.4.. .r)a.� xw, : y... ;Nr '-c'". 2` -: YW _:A'. { «t"e'r. . ,. Xrr•.•, i. c r;'ev. 4..� •yH S-Yy �\ fi o' LT ;�,' -; �' .; A, -...c.,.- .. ,. . 4rs. :: erg . r . _ �`" ,*- - - r ;"U (;ast.^�.v-' ® L-- NNEdxATERMAIN ___ - - 56+00 55 +..;A".}R . -A ss 4 r T #x�+ �'E sa "58, -. 8 :t_ F!:n.. G., V _. r .' `�`'`# -=n��d *0 Y .,.- '>3�1•'wr 60+00 67+0000 , ! ! ^' �},.'.i'v -9„Yf s. %i '�• n s?, 1 _ F j _ ! NNeE 6' SExERunIN • ,.4 is" ,s..v - dAl -,:s -y.. A''�4Y � N.- 510 ,y t/;�s+,fT��"S"• ,1 ~ +sa �2?.L [JlQQ'iN 1 M ,,) '+. ..rA' ,. R. ,` ...,••=7, y '1 _ ria- - df-3� 14 a .-. .._,_-_ . _ -.. ' _ 5 S6+40.00 11 {2 5 + H All U, � R RI• �yy��� rA{FC 40 33 I` A..)"s A �J `ri .,4 ` r+ "---dc `t. r iR: t� 21%- 0 _ . � ........................................................ .................................................... ......... I 1 r C8-5 59600 00 I _ __� '' 3:"-' 24J al/LL2D.00 'T� 3' L'T1LI'T . 21 Rtl' ISA 56+49.001- ' '30R $I39.o' RT "I 70'5;1132.00' CONSTRUCTION NOTES (NOT ALL NOTES APPLY 0 WATCH 0X151105 E:EVA11CN. 204004! 500014 PER OE:AIL /� JOINT.TESTEDKJ u�REM0VE :ABM; LRB ANO V`" CONSTRUCT .ASPHALT ROADWAY (4) CONSTRUCT 00NC05.10 CURB CONSTRUCT TYPE 3 4ANOICAP TO THIS SHEET) 00'04 CUT 06511NG ASPHALT CN SHEET t. 420114 GUTTER TO NEAREST GU SECTION PER DETAIL 2)40 MEER PER CITY RAMP P00 011 0F R0A0WAY AT UMTS R OVEEUY TO 605006 EXPANSION DONT. CN MEET 4. OF YAKIMA STANDARD YAKIMA STMOARO DETAIL N 90'0000• F. V 00011601 TO 6X151160 0• SMWTNRY 50'4£3 SNR '65TH 411T1N05 AS NECESSARY, CONTRACTOR TO VERIFT 15 CONSTRUCT 420. LOCATION, ANC DEPTH PRIOR 10 CCNS'RUCRON. 116 CONSTRUCT Q CONSTRUCT SANITARY SEWER MANHOLE PER CITY OF YAKIMA STANDARD OETAR. S1. CONSTRUCT O9 CONSTRUCT 8' ASTM D-3034 ER 35 PVC SEWER P91.0 PER art 00 YANIMA STANOARO DETAIL 54. YAKIMA SHOWN. 00.5012001 NEN 10 CONSTRUCT 6' *SIM 0-1034 SUR 35 PVC 140E 50004 P40E PM CITY OF YAKIMA STANDARD DUAL 59. 18 CONSTRUCT PAVEMENT. TACK AND SAND 11 INSTALLORARYAMD Cal FO, CONTRACTOR SING. MID MARE FINAL 550 ALL 1 W i 8' 0.1 AAND 85 19 5' 6J NBEEN TEMPORARY 50!10 SLCONTRACTOR TO VERIFY SIZE. LOCATION. ANO 0041* PRIOR TO CONSTRUCTION. QO CONSTRUCT SLEW. 12 CONSTRUCT 11 ANG 52 DuCTIIE 1005 WAT051442 4. H' DIAN. PER CITY OF YAKIMA STANDARD DETAIL 'W3. 21) CONSTRUCT DETAIL ROI. 73 CONSTRUCT 9' MJ RESIDENT SEAT CATE VALVE ANO VALVE 00X PEI ore OF YARIMA STANDARD DETAIL 11 CONSTRUCT W2. � Ril. (<..A INSTALL 14 CITY OF YAKIMA TO t.S.ALL 2. OIAM. WATER SERVICE PER CITY OF YAKIMA STANDARD 0E1API WIO ONCE 'WATER 24 CONSTRUCT AIR -VACUUM RELEASE VALVE ASSEMBLY PER CITY DF YAKIMA STANDARD DETAIL WE 8" 01 CROSS. 6'Rd'A6" MJ TEE 6' 650 RESIDENT SEAT GAZE VALVE AN0 THRUST BLOCK PER CPT OF STANDARD DETAA_ we. PRE HYDRANT ASSEMBLY PER CIN O YAKIMA STANDARD DETAIL 'WI. CAP 'MTA .:RIP LUNGS TND 2' BLOWEa-OFF ASSEMBLY. SEE EOF YAKIMA STANDARD OE' UL W5. TYPE 1 CATCHDA50 PER 011 OF YAKIMA STANDARD DETAIL 01. 12' dA HDPE 10-1NHE DRAIN PIPE DRNNAGE 5x*40 PER DETAi* ON SHEET 4. STREET USHT PER CITY OF YAKIMA STANDARD CETAL El. 20 0 20 FEEL CWMERaAL 13RIVEWAY APPROACH PER GT/ OF YAKIMA STANDARD DETAIL R09 ON NET 5. --r- CDCONSTRUCT CONCRETE 50EWALK CN 01,45. PER CITY Or YAKNA STATIOARO DETAILS 210 AND 112. WDM AS 5H0'AN ALL NEW =MOUTHED ARE TESTED, ACCEPTED ANO IN SERVICE METER TO DE'NSTALLO BY ME CITY OF YAKIMA AT ME OWNER'S EXPENSE ICONSTRUCT d' SANITARY SOWER CLEAN 0180 PER CITY OF YAKIMA 51-ANDAR0 DETAIL 55 ON SHE :T S SCALE : 1 = 20' 107 5 1075 PIR STA 56+00 P.41 E_E'/ _ 1055.77 { ! A.D. 4 1.30 1070 ' .. ... - I I J .. ..- 1 1 1070 I 1501 '/C .. .. --. .. .. .. .. I .i .... ..... .%... :,. .I. 1065 1." N jj "I... Io .. .w 'I .. j :.. - :+o .. .:tel Ii I n +' .SI,i;;.' .. i' ^n � � IL:G.. ado•... ui ..... I I 1 t .I i 1 ... .. ...� I, 1 . ? ' OI % o :IL. .. ... o a+=n " tr Ot,.1 } LR! -.F oI .IQzri. oo n' ... .. .1 1 .. .. 1063 T 1060 1060 . ... - I .; t... •W ; :�, , W! w1.r 1 - - D.�w w i W h. o,TL ^'¢w ,D oo ..• -¢.w. F . W -I .. .. .. . .. as - I I j I __-..� -.. .. .. .. WWW .. I I .. .. - .. ... 1055 1055 ! ... .1"....I .. .. •" . - �/ .. 0 -..9.-- 1 =0.30: - i '1 i .. .... 10FT OF 8'• WATER AT^ �S = x0.0170 _FT/ T ; 295 FT ' ,F8 I I... � 1 1040 • . .. .. .. I ,, WATER At 5 = -0.0050 FT!f"L• � 1050 .. ,. �. I_ 62' ... ... 233' i .� ... 1 EX: e^ .f ..:.� .. � o OF �.. EWER .NA . . .i � 1 � 251 'T OF &': SEV1ER AT S .. .. _ � -o.CC60 1045 .. .. , , . a q-O.00SOF .. ... a FT/FT. 1 FT/r.,• .. ... . .: E%.:8'' SEWER j - .. .. .. ... • 10<5 o I ... ; , • T j .. . .. i. ...- w ¢ I040 '. a o 'w .o + 0 1 ..I.. .; I I .oNoi% ! .. vU¢F,w o n ... .. - .. I _ a I r.„7,- o00 i i .. .... f: 7040 1035 1. .. ... ... 1)`a 00 3 ® ENGINEERING -SURVEYING -PLANNING L / ! YAKIMA, WASHINGTON I.. .. I. I .. �. i .. .. .. _. .. (509) 575.6990 .. I ( - - SACT[ McALLISTER FIELD DRAWN 40 A.E.K. i 030 ? _ �w�° -' ♦ v,.;, r- BUSINESS PARK a+EIXm 65 D.J.K. ' i i'n i\'Fev-: ..i.; xg �i YAKIMA, WASHINGTON DATE 09/12/08 14..-„`C.„:„...---4., +T;^Q4 OAK AVENUE --- ---� PREPARED FOR .-- 'fie 'q' 9SOI3 4025 / '• C010o. W ESTWOOD WEST, INC. 51.441144. 5700 58 -GO 55+0C 50+00 55+00 56,-00CC + -� ITA' :'-=£-:•a s 1/2 MY 1/4, SEC. 2, 0-12 N, 0-18 E• N.U. 2 O. 6 COSTING I .NOW ASPHALT ASPHALT 5• SAW Cur Y TACK-\ EXISTING ROA09ED EXCAVATE VERTICALLY TO FLU. DEPTH OF SOBGRADE GASPHALT JOINT DETAIL 00 SCALD 50' RIGHT -OF -'NA 25' 5' 18' td' 5. (((--- 501PACTEN 115 1/2• ACP. / CGuPACT TO 950 OF *514 0630. 6" !AIN. 6• CC0PACIED DEPTH J CO4PAC:OO DEPTH ATB. CRUSHED 512RFACNG BASE COURSE. GROADSCALSECTION NO CLA55 1 CR CLASS 2 UNE EXISTING susGRADEJ AGGREGATE PER WSDOT STANDARD SOIL SPECIFICATION 9-03,1(2)0. 250 COMPOST BY VOLUME �DRAINAGE SWALE NO SCALE NOTES - TYPICAL ALL SWALES 1. ALL SHALES SHALL OE s55MED "MTH A 1551CAl RIEGR*SS/ BLUEGRASS SEED MIX FORMULATED FOR 111E CENTRAL WASHINGTON (.4A1E N) NOT 115E 1100 2. ALL SHALES SHALL BE TEMPORARILY IRRIGATED TO MAENTAIN GRASSES 3. SHALES SHALL BE CROM4 TO + HOGHT. 1. AFTER SIX NEE%5. THE 5001F5 SHALL 8E SPRAYED FOR N® ABATEMENT. 5. GRASS SHALL BE CENSE, 4,5.L ESTABLISHED 5TAN05 C? GRASS. PLS,A ENGINEERING -SURVEYING -PLANNING YAKIMA, WASHINGTON (509) 575-6990 2S'- McALLISTER FIELD r 3ACK i BUSINESS PARK 'AKIMA, WASHINGTON At,4 COIISTRUCTION DETAILS •'A'' �w 3'p PREPARED 004 WESTWOOD WEST, INC. man s 1/2, Nr 1/4, SEC. 2, T-tz N. R-ta E. w_u. A.E.K. CHEa1E9 010 D.J.K. LUT'. C9/12/08 0 AB 98013 5X41 *15 4 14 6 CLASS }DOD CEMENT z 5* 9 ASPHALT CONCRETE FELL DEPTH OF 5EC110N LESS 1 1/2- / ASPVAET PAVEMENT { 5E5CELIA C2":64 TA .. FATo NG B "` k�� Or,:l inti-. - NMI .. ,.. ... T._.. -.Y- '..- .. .s •'__-1 ,T ___n..V_ 1 '/.tC.W. a:A;"uc Tirf B PLAN HEN I 1 _ ,. .-. '— - ._.... _ "N'I -- - ' I 11 _ _ ... -n- .-, • ' .^ _ ._ — i.. �_ .- _ •x Ai \` ra... -. .' `�Pq .ice ..: -_, .r -_ FIN FOES 15 HOTS .10 MEP %tri. ��p_,� �,-'-- IWiYGYGYYYGYYWY�=� :.:: 3n Ls.. *0 N.FS ,a `�0 a .• NAME MATEPoss ]TALL 3E US^J FfR 8190145 0 101 THE DiGmFEx FGMx sus S.:BGRA05SE,,,,...BY i SURG'RACE RA y` 10\ WAGS L a�5 ams t��X Alli a�w rs 21 SpOM MS[_ iWI- g. . i�•AND \ I ___ .. L arwvl r�1 itI, ���� �sus 7—CM�� Mull �crm ss MANHOLE ADJUSTMENT DETAIL "" 5, 17,11,,,7:".'=:- _I_t��,.ossAcmes r.a.-.. `\ �I __coRccAFTE c , °¢ �° n vu�kaL-5 41(58 AR0 HELL x mAIa*niBA«NLE. DN ON S 6 SlttA21E(0cHors) 114 TYPICAL TRENCH SECTION I.IS -il/ .:! �k: .: - _ .. i:.55 wa0 vv� � � SECTION A -A invaiREV SECI01 B SEMDi MANHOLE DETAIL -B i'E: Lf.T•^I �..�,: ,.... 1 -l r;,y„(SANITARY 1aJn a, _ 17.1011155- En3s,un9 CNN, 9190131 214 Ss 51444 / C(Y3sona Go/ Uf'ra5iaia- 5117.1110 0.1.91 Engineering DI1,I,I::n RESIDENTAIL STREET LIGHT El CITY OF YAKINiA - STANDARD DETAIL I TYPICAL TREN :H DETAIL 154 CITY OF YAKIMA - STANDARD DETAIL I MANHOLE ADJUSTMENT I 53 OTY OF YAKIMA - STANDARD DETAIL SEWER MANHOLE 51 -, X , i4 PLS,A ENGINEERING -SURVEYING -PLANNING YAKIMA, WASHINGTON (509) 575-6990 2S'- McALLISTER FIELD r 3ACK i BUSINESS PARK 'AKIMA, WASHINGTON At,4 COIISTRUCTION DETAILS •'A'' �w 3'p PREPARED 004 WESTWOOD WEST, INC. man s 1/2, Nr 1/4, SEC. 2, T-tz N. R-ta E. w_u. A.E.K. CHEa1E9 010 D.J.K. LUT'. C9/12/08 0 AB 98013 5X41 *15 4 14 6 DEPARTMENT OF COMMUNITY AND ECONOMIC DEVELOPMENT William R. Cook, Director Engineering Division 129 North Second Street, 2nd Floor Yakima, Washington 98901 (509)575-6111 - Fax(509)576-6305 ADDENDUM NO. 3 TO THE BID DOCUMENTS & SPECIFICATIONS FOR THE CITY OF YAKIMA, WA for McAllister Business Park Phase 2 Improvements CITY OF YAKIMA PROJECT NUMBER 2249 REVISED BID OPENING: Monday, October 20th 2:00 p.m., City Hall Council Chambers TO THE ATTENTION OF ALL BIDDERS AND PLAN HOLDERS: The Bid & Contract Documents shall be modified as follows: ITEM 1. New Bid Opening Date and Time The Bid Opening has been changed to Monday October 20th, 2:00 p.m. The Yakima City Clerk must receive bid submittals by the date and time above. ITEM 2. 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. 3", dated "10/14/2008". The attached Item Proposal Bid Sheets have been modified to reflect a new quantity for Bid Item #27 "Gate Valve 8 In." and the deletion of Bid Item #29 "Service Connection 8 In. Diam." 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: RUbP!''tVE%dg''G GFt%114:er fr?r. 10/14/2008 Brett H. Sheffield, P.E., Chief Engineer Date Addendum No. 3 Page 1 of 3 10/14/2008 ITEM PROPOSAL BID SHEET City of Yakima McAllister Field Business Park Phase 2 Improvements City Project No. 2249 SCHEDULE 'A' (Roadway Improvements) 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 (Min. Bid $1,000) 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 2-02.5 100 LF 7 ROADWAY EXCAVATION INCL. HAUL 2-03.5 1,250 CY 8 CRUSHED SURFACING BASE COURSE 4-04.5 1,050 TON 9 ASPHALT TREATED BASE 4-06.5 700 TON 10 HMA CL. V2 IN. PG 64-28 5-04.5 350 TON 11 PAVEMENT REPAIR 5-04.5 50 SY 12 CORRUGATED POYLETHYLENE STORM SEWER PIPE 12 IN. DIAM. 7-04.5 210 LF 13 CATCH BASIN TYPE 1 7-05.5 6 EA 14 CRUSHED SURFACING TOP COURSE (FOR TRENCH BACKFILL) 7-08.5 100 TON 15 ESC LEAD 8-01.5 10 DAY 16 GRASSY SWALE 8-02.5 3 EA 17 CEMENT CONC. TRAFFIC CURB AND GUTTER 8-04.5 1478 LF 18 COMMERCIAL DRIVEWAY APPROACH 8-06.5 6 EA 19 MONUMENT CASE AND COVER 8-13.5 2 EA 20 CEMENT CONC. SIDEWALK, 4 IN. THICK 8-14.5 1098 SY 21 CEMENT CONC. SIDEWALK RAMP, TYPE 2 8-14.5 4 EA 22 SIGNPOST SOCKET 8-14.5 4 EA 23 ILLUMINATION SYSTEM 8-20.5 1 LS 24 REPAIR OR REPLACEMENT 8-30.5 1 FA $20,000 $20,000 SCHEDULE 'A' TOTAL: Addendum No. 3 Page 2 of 3 10/14/2008 ITEM PROPOSAL BID SHEET City of Yakima McAllister Field Business Park Phase 2 Improvements City Project No. 2249 SCHEDULE `B' (Utilities ITEM NO. PROPOSAL ITEM PAYMENT SECTION UNIT PRICE DOLLARS AMOUNT DOLLARS 25 MANHOLE 48 IN. DIAM. TYPE 1 7-05.5 1 EA 26 DUCTILE IRON PIPE FOR WATER MAIN 8 IN. DIAM 7-09.5 800 LF 27 GATE VALVE 8 IN. 7-12.5 6 EA 28 HYDRANT ASSEMBLY 7-14.5 2 EA Al _ _ . ..4 .. 1. ■ THIS BID ITEM IS DELETED WITH ADDENDUM #3 7 15.5 6 &IE No Bid this item No Bid this item 30 PVC SANITARY SEWER PIPE 8 IN. DIAM. 7-17.5 305 LF 31 PVC SANITARY SEWER PIPE 6 IN. DIAM. 7-17.5 140 LF SCHEDULE `B' SUB -TOTAL: 8.2% WASHINGTON STATE SALES TAX (Schedule `B' only): SCHEDULE `B' TOTAL: TOTAL ALL SCHEDULES (`A' + 'B') • END OF ADDENDUM NO. 3 Addendum No. 3 Page 3 of 3 10/14/2008 City Of Yakima RECEIVED SEP 12 2008 ENGINEERING McAllister Field Business Park Phase 2 Improvements South 23rd Avenue/Oak Avenue City Project No. 2249 q-st-o3 P RES 3-15- Q. 1 CONTENTS CITY OF YAKIMA McAlister Field Business Park Phase 2 Improvements S 23rd Avenue/Oak Avenue City Project No. 2249 SECTION INVITATION TO BID STANDARD SPECIFICATIONS Standard Specifications Amendments to the 2006 Standard Specifications CONTRACT PROVISIONS General Special Provisions 17 187 Project Description 19 1-02 Bid Procedures and Conditions 23 1-03 Award and Execution of Contract 25 1-04 Scope of Work 25 1-05 Control of Work 36 1-06 Control of Materials 1-07 Legal Relations and Responsibilities to the Public 32 33 1-08 Prosecution and Progress 441 1-09 Measurement and Payment 44 1-10 Temporary Traffic Control 46 2-01 Clearing, Grubbing, and Roadside Cleanup 2-02 Removal of Structures and Obstructions 47 47 2-03 Roadway Excavation and Embankment 8 2-07 Watering 4 498 4-04 Ballast and Crushed Surfacing 52 5-04 Hot Mix Asphalt 52 7-05 Manholes, Inlets, Catch Basins, and Drywells 58 8-01 Erosion Control and Water Pollution Control 58 8-14 Cement Concrete Sidewalks 8-20 Illumination, Traffic Signal Systems, and Electrical 58 619 8-30 Repair or Replacement (New Section) 63 9-03 Aggregates 63 9-05 Drainage Structures, Culverts, and Conduits 64 9-29 Illumination, Signals, Electrical 66 STANDARD PLANS 71 Contract Form 72 Performance Bond Form 72 Informational Certificate of Insurance 74 Informational Additional Insured Endorsement 75 PAGE 1 Minimum Wage Affidavit Form PREVAILING WAGE RATES Prevailing Wage Rates (State Wage Rates attached as Supplements) 76 PROPOSAL Proposal Form 77 Item Proposal Bid Sheet 78 Bid Bond Form 80 Non -Collusion Declaration 81 Non -Discrimination Provision 82 Subcontractor List 83 Women and Minority Business Enterprise Policy 84 Council Resolution 85 Affirmative Action Plan 86 Bidders Certification 88 Materially and Responsiveness 89 Proposal Signature Sheet 91 Bidders Check List 92 PLANS & DETAILS Construction Plans STANDARD SPECIFICATIONS Standard Specification 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 October 15 , 2008 and will then and there be opened and publicly read for the construction of CITY OF YAKIMA McAllister Business Park Phase 2 Improvements 23rd Avenue City Project No. 2249 Construct new roads, curb, gutter and sidewalks, lighting, stormwater, sewer and water lines for McAlister Field. Business Park located in Yakima, WA near the intersections of South 23rd Avenue and Oak Avenue. This project is based on the plans created by PLSA Engineering dated 9/12/08 and approved by 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 $35.00 for each set, non refundable, or by ordering a set by phone at 509-575-6111 or by FAX at 509-576-6314. 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 19 day of September, 2008 (SEAL) DEBORAH J. MOORE CITY CLERK PUBLISH 9/25/2008 9/26/2008 1 STANDARD SPECIE, ICATIONS 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 which 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. 2 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 less 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 loss resulting from the failure of the Contractor (or the subcontractors or lower tier subcontractors) to pay all laborers, mechanics, subcontractors, materialpersons, 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) State Sales Tax: Work on State -Owned or Private Land 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. 3 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 nn -cite submit the plan to tine the Project Engineer no later than the date of the preconstruction conference. No 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 List the names and telephone numbers of the federal, State, and local agencies the Contractor shall notify in the event of a spill. 4 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. uipment used C. where Location(s) (includingaterialwillnybe gsta ed, used, and below ored andordinary the distance(s) from where the m 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. C. Secondary containment practices and structures for hazardous materials. 5 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 �� for scenario the response procedures the Contractor will follow 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. 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. 6 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. 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. 7 SECTION 1-08, PROSECUTION AND PROGRESS April 7, 2008 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 t> r ray agreed submittal time. The schedule the date the contract is executed, or some otter mutually upon 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 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 •1'LSC Plan according to Section 8-01. Theseventh paragraph is revised to read: Je vGllut rru u�i ur...., . -- • -�-- - 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 but Projnct ect Engineer's determination of the amount of Work performed, with consideration givexclusively 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 1-05A. 1-09.9(1) Retainage In the fourth paragraph, number 1, the reference to $20,000 is revised to read $35,000. 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: 9 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 1 edge remains. that a clean vert�ca� SECTION 2-03, ROADWAY EXCAVATION AND EMBANKMENT January 7, 2008 2-03.1. Description The first sentence in the first paragraph is revised to read: The Work described in this section, regardless of the nature or type of the materials encountered, includes excavating and grading the Roadway, excavating in borrow pits, excavating below grade, excavating channels and ditches, removing slide material, and disposing of all excavated material. 2-03.3(3) Excavation Below Grade The section tide is revised to read: 2-03.3(3) Excavation Below Subgrade The first sentence in the fifth paragraph is revised to read: Compaction. If the density of the natural earth under any area of the Roadway is less than that required in Section 2-03.3(14)C, Method B, the Engineer may order the Contractor to perform any or all of the following: 2-03.3(14)M Excavation of Channels This section including title is revised to read: 2-03.3(14)M Excavation of Channels and Ditches Channel Excavation: Open excavations 8 -feet or more wide at the bottom, but excludes channels that are part of the Roadway. Ditch Excavation: Open excavations less than 8 -feet wide at the bottom, but excludes ditches that are part of the Roadway. Before excavating channels or ditches, the Contractor shall clear and grub the area in accordance with Section 2-01. 2-03.4 Measurement The first sentence in the first paragraph is revised to read: Roadway excavation, channel excavation, ditch excavation, unsuitable foundation excavation, and common borrow items will be measured by the cubic yard. The fourth sentence in the first paragraph is revised to read: For Roadway excavation, channeld section excavation and thPlava ditch tion items, the original ground will be s compared with the planned finis 2-03.5 Payment The first paragraph is supplemented with the following: "Channel Excavation", per cubic yard. "Channel Excavation Incl. Haul", per cubic yard. "Ditch Excavation", per cubic yard. "Ditch Excavation Incl. Haul", per cubic yard. The first sentence in the second paragraph is revised to read: The unit Contract price per cubic yard for "Roadway Excavation", "Roadway Excavation n Incl. . Haul", "Roadway Excavation — Area ", "Roadway Excavation Incl. Haul — Area "> Excavation", "Channel Excavation Incl. Haul", "Ditch Excavation" and "Ditch Excavation Incl. Haul" shall be full compensation for all costs incurred for excavating, loading, placing, or otherwise disposing of the material. The second paragraph is supplemented with the following: When a bid item is not included in the proposal for channel excavation or ditch excavation all costs shall be included in roadway excavation. The third paragraph is revised to read: When the Engineer orders Work according to Section 2-03.3(3), unit Contract prices shall apply, unless the Work differs materially from the excavation above Subgrade, then payment will be in accordance with Section 1-04.4. SECTION 5-04, HOT MIX ASPHALT April 7, 2008 5-04.3(12)B Longitudinal Joints The first two paragraphs are revised to read: 11 The longitudinal joint in any 1 course shall be offset from the course immediately below by not more than 6 -inches nor less than 2 -inches. All longitudinal joints constructed in the wearing course shall be located at a lane line or an edge line of the Traveled Way. 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 t remain openeto 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 throughout the and construction equipment other than rollers be achieved traffic lane; 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 subject to an adjustment shall be the difference between the JMF 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. 12 SECTION 6-02, CONCRETE STRUCTURES April 7, 2008 6-02.3(17)N Removal of Falsework and Forms The fifth paragraph, beginning with "The Contractor may remove side forms, traffic barrier form, and pedestrian barrier forms" etc, is deleted. 6-02.3(17)0 Early Concrete Test Cylinder Breaks The third paragraph is revised to read: The cylinders shall be cured in accordance with WSDOT FOP for AASHTO T 23. 6-02.3(20) Grout for Anchor Bolts and Bridge Bearings The title for this Section (on page 6-71) is revised to read: 6-02.3(20) Grout for Anchor Bolts and Bridge Bearings 6-02.3(25)L Handling and Storage The fifth sentence in the third paragraph is deleted. 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: 13 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 8-20, ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL April 7, 2008 8-20.3(4) Foundations The fifth paragraph is revised to read: Where soil conditions are poor, the Engineer may order the Contractor to extend the foundations shown in the Plans to provide additional depth. Such additional Work will be paid for according to Section 1-04.4. SECTION 9-14, EROSION CONTTOL AND ROADSIDE PLANTING April 7, 2008 9-14.4(8) Compost This section is revised to read: Compost products shall be the result of the biological degradation and transformation of plant - derived materials under controlled conditions designed to promote aerobic decomposition. Compost shall be stable with regard to oxygen consumption and carbon dioxide generation. Compost shall be mature with regard to its suitability for serving as a soil amendment or an erosion control BMP as defined below. The compost shall have a moisture content that has no visible free water or dust produced when handling the material. Compost production and quality shall comply with Chapter 173-350 WAC. Compost products shall meet the following physical criteria: 1. Compost material shall be tested in accordance with U.S. Composting Council Testing Methods for the Examination of Compost and Composting (TMECC) 02.02-B, "Sample Sieving for Aggregate Size Classification". Fine Compost shall meet the following: Min. Max. Percent passing 2" 100% Percent passing 1" 95% 100% Percent passing 5/8" 90% 100% Percent passing 1/4 75% 100% Maximum particle length of 6 inches Coarse Compost shall meet the following: Percent passing 3" Percent passing 1" Min. Max. 100% 90% 100% Percent passing 3/" 70% 100% Percent passing I/a" 40% 60% Maximum particle length of 6 inches 2. The pH shall be between 6.0 and 8.5 when tested in accordance with U.S. Composting Council TMECC 04.11-A, "1:5 Slurry pH". 3. Manufactured inert material (plastic, concrete, ceramics, metal, etc.) shall be less than 1.0 percent by weight as determined by U.S. Composting Council TMECC 03.08-A "Classification of Inerts by Sieve Size". 4. Minimum organic matter shall be 40 percent by dry weight basis as determined by U.S. Composting Council TMECC 05.07A "Loss -On -Ignition Organic Matter Method (LOI)". 5. Soluble salt contents shall be less than 4.0 mmhos/cm when tested in accordance with U.S. Composting Council TMECC 04.10 "Electrical Conductivity". 6. Maturity shall be greater than 80% in accordance with U.S. Composting Council TIv1ECC 05.05-A, "Germination and Root Elongation". 7. Stability shall be 7 mg CO2—C/g OM/day or below in accordance with U.S. Composting Council TMECC 05.08-B "Carbon Dioxide Evolution Rate". 8. The compost product must originate a minimum of 65 percent by volume from recycled plant waste as defined in WAC 173-350 as "Type 1 Feedstocks." A maximum of 35 percent by volume of "Type 2 Feedstocks," source -separated food waste, and/or biosolids may be substituted for recycled plant waste. The manufacturer shall provide a list of feedstock sources by percentage in the final compost product. 9. The Engineer may also evaluate compost for TMECC 05.08-E "Solvita® Maturity Index". above on the Solvita® Compost Maturity Test. on the Solvita® Compost Maturity Test. This section is supplemented with the following new sub -sections: 944.4(8)A Compost Approval The Contractor shall either select a compost manufacturer from the Qualified Products List, or submit the following information to the Engineer for approval: 1. A Request for Approval of Material Source. 2, A copy of the Solid Waste Handling Permit issued to the manufacturer by the Jurisdictional Health Department as per WAC 173-350 (Minimum Functional Standards for Solid Waste Handling). 3. The manufacturer shall verify in writing, and provide lab analyses that the material complies with the processes, testing, and standards specified in WAC 173-350 and these specifications. An independent Seal of Testing Assurance (STA) Program certified laboratory shall perform the analysis. maturity using U.S. Composting Council Fine Compost shall score a number 6 or Coarse Compost shall score a 5 or above 1.5 4. A copy of the manufacturer's Seal of Testing Assurance STA certification as issued by the U.S. Composting Council. 9-14.4(8)B Compost Acceptance Seven days prior to initial application of any compost the Contractor shall submit a compost sample, a STA test report dated within 90 calendar days, and the list of feedstocks by volume for each compost type to the Engineer for review. The Contractor shall use only compost that has been tested within 90 calendar days of application and meets the requirements in section 9-14.4(8). Compost not conforming to the above requirements or taken from a source other than those tested and accepted shall be immediately removed from the project and replaced at no cost to the Contracting Agency. SECTION 9-29, ILLUMINATION, SIGNAL, ELECTRICAL April 7, 2008 9-29.6 Light and Signal Standards This section is supplemented with the following: Materials for steel light and signal standards, and associated anchorage and fastening hardware, shall conform to Sections 9-29.6(1). 9-29.6(2) and 9-29.6(5) unless otherwise specified in one of the following documents: 1. The steel light and signal standard fabricator's pre -approved plan as approved by the Washington State Department of Transportation and as identified in the Special Provisions. The steel light and signal standard fabricator's shop drawing submittal, including supporting design calculations, as submitted in accordance with Sections 6-01.9 and 8- 20.2(1) and the Special Provisions, and as approved by the Engineer. 2. 16 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: General Special Provision Notes a revision to a General Special Provision and also notes a Project Specific Special Provision. Region Special Provision Bridges and Structures Special Provision (date) (******) (Regions' date) (BSP date) 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 NrWR 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. 17 DIVISION 1 GEN ERAL REQUIREMENTS DESCRIPTION OF WORK (March 13, 1995) Construct new roads, curb, gutter and sidewalks, lighting, stormwater, sewer and water lines for 4: ....... of South McAlister Field Business Park Phase 2 located in Yakima, WA near the intersections 23rd Avenue and Oak Avenue. This project is based on the plans created by PLSA Engineering dated 9/12/08 and approved by the City of Yakima 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. Award Date The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive bidder for the work. 18 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. ont a tor. Alltor documentation establishment required by this datcontract and required by law must be furnished by th 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. 19 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 Reduced plans (11" x 17") and Contract Provisions Large plans (e.g., 22" x 34") and Contract Provisions iv 'v�1 0 Basis of Distribution FurnishPrl automatically upon award. FurniFurnished only upon request. shed �...� �r�-- -- 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 foul' 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 or shall be printed in ink by hand, preferably in black ink. The required certifications are included as part of the proposal form. The Contracting Agency reserves the right to arrange the proposal forms with alternates and additives, if such be to the advantage of the Contracting Agency. The bidder shall bid on all alternates and additives set forth in the proposal forms unless otherwise specified. 20 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/NUWBE 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. 1-02.9 Delivery of Proposal (October 1, 2005 APWA GSP) Revise the first paragraph to read: 21 Each proposal shall be submitted in a sealed envelope. with the Proiect 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 after 2:00 P.M.this date. opened and read rMon 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. 1-02.14 Disqualification of Bidders (October 1, 2005 APWA GSP) Revise this section to read: A bidder not responsible and the proposal rejected if: may be deemed `•"` r 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 Aaencv. 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 emnlovment 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. 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 extensions of the prices per unit and the total price. If a and the extended amount of any bid item, the price per has been established for any item and the bidder's unit 23 Agency will check them for correctness of discrepancy exists between the price per unit unit will control. If a minimum bid amount or Iump 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 anulicable and such additives and/or alternates as selected by the Contracting Agency, will be used by the Contracting Agency for award purposes and to fix the Awarded Contract Price amount and the amount of the contract bond. 1-03.3 Execution of Contract (VCl0bpY 1, 20 i5 nnIVn 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 n by the Contracting A Qencv, be executed by the Contractor will be determined u � L,,..�=u��---- - ----- Within Four-VPen (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. 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 published the Appears on the current Authorized Insurance List in the State of Washington by t ,e Office of the Insurance Commissioner, 3. Be conditioned upon the faithful performance of the contract by the Contractor within the prescribed time; shall indemnify, defend, and protect the Contracting Agency against 4. Guarantee that the surety 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 24 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 sinned 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: Such review, if any, shall he 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. Addenda, 2. Proposal Form, 3. Special Provisions, including APWA General Special Provisions, if they are included, 4. Contract Plans, 5. Amendments to the Standard Specifications, 6. WSDOT/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. 25 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. 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: (a_****) Contractor Surveying - Roadway Copies of the Contracting Agency provided primary survey control data are available for the bidder's inspection at the office of the Project Engineer. The Contractor shall be responsible for setting, maintaining, and resetting all alignment stakes, slope stakes, and grades necessary for the construction of the roadbed, drainage, surfacing, paving, channelization and pavement marking, illumination and signals, guardrails and barriers, and signing. Except for the survey control data to be furnished by the Contracting Agency, calculations, surveying, and measuring required for setting and maintaining the necessary lines and grades shall be the Contractor's responsibility. Detailed survey records shall be maintained, including a description of the work performed on each shift, the methods utilized, and the control points used. The record shall be adequate to allow the llprovided to the Engineer within three survey to be reproduced. A copy of each day's record shall be b ---- working days after the end of the shift. The meaning of words and terms used in this provision shall be as listed in "Definitions of Surveying and Associated Terms" current edition, published by the American Congress on Surveying and Mapping and the American Society of Civil Engineers. The survey work shall include but not be limited to the following: 26 1. Verify the primary horizontal and vertical control furnished by the Contracting Agency, and expand into secondary control by adding stakes and hubs as well as additional survey control needed for the project. Provide descriptions of secondary control to the Contracting Agency. The description shall include coordinates and elevations of all secondary control points. Establish, the centerlines of all alignments, by placing hubs, stakes, or marks on centerline or on offsets to centerline at all curve points (PCs, PTs, and PIs) and at points on the alignments spaced no further than 50 feet. 3. Establish clearing limits, placing stakes at all angle points and at intermediate points not more than 50 feet apart. 4. Establish grading limits, placing slope stakes at centerline increments not more than 50 feet apart. Establish offset reference to all slope stakes. 5. Establish the horizontal and vertical location of all drainage features, placing offset stakes to all drainage structures and to pipes at a horizontal interval not greater than 25 feet. 6. Establish roadbed and surfacing elevations by placing stakes at the top of subgrade and at the top of each course of surfacing. Subgrade and surfacing stakes shall be set at horizontal intervals not greater than 50 feet in tangent sections, 25 feet in curve sections with a radius less than 300 feet, and at 10-foot intervals in intersection radii with a radius less than 10 feet. Transversely, stakes shall be placed at all locations where the roadway slope changes and at additional points such that the transverse spacing of stakes is not more than 12 feet. 7. Establish intermediate elevation benchmarks as needed to check work throughout the project. 8. Provide references for paving pins at 25-foot intervals or provide simultaneous surveying to establish location and elevation of paving pins as they are being placed. 9. For all other types of construction included in this provision, (including but not limited to channelization and pavement marking, illumination and signals, guardrails and barriers, and signing) provide staking and layout as necessary to adequately locate, construct, and check the specific construction activity. The Contractor shall provide the Contracting Agency copies of any calculations and staking data when requested by the Engineer. To facilitate the establishment of these lines and elevations, the Contracting Agency will provide the Contractor with primary survey control information consisting of descriptions of two primary control points used for the horizontal and vertical control, and descriptions of two additional primary control points for every additional three miles of project length. Primary control points will be described by reference to the project alignment and the coordinate system and elevation datum utilized by the project. In addition, the Contracting Agency will supply horizontal coordinates for the beginning and ending points and for each Point of Intersection (PI) on each alignment included in the project. The Contractor shall ensure a surveying accuracy within the following tolerances: 2. 27 Slope stakes Subgrade grade stakes set 0.04 feet below grade Vertical Horizontal ±0.10 feet ±0.10 feet ±0.01 feet ±0.5 feet (parallel to alignment) ±0.1 feet (normal to alignment) Stationing on roadway N/A ±0.1 feet Alignment on roadway N/A ±0.04 feet Surfacing grade stakes ±0.01 feet ±0.5 feet (parallel to alignment) ±0.1 feet (normal to alignment) Roadway paving pins for door surfacing or paving irk nl feet +n.% feet_ (parallel to alignment) ±0.1 feet (normal to alignmerit) The Contracting Agency may spot-check the Contractor's surveying. These spot-checks will not change the requirements for normal checking by the Contractor. When staking roadway alignment and stationing, the Contractor shall perform independent checks from different secondary control to ensure that the points staked are within the specified survey accuracy tolerances. The Contractor shall calculate coordinates for the alignment. The Contracting Agency will verify these coordinates prior to issuing approval to the Contractor for commencing with the work. The Contracting Agency will require up to seven calendar days from the date the data is received. Contract work to be performed using contractor -provided stakes shall not begin until the stakes are approved by the Contracting Agency. Such approval shall not relieve the Contractor of responsibility for the accuracy of the stakes. Stakes shall be marked in accordance with Standard Plan H-14. When stakes are needed that are not described in the Plans, then those stakes shall be marked, at no additional cost to the Contracting Agency as ordered by the Engineer. Payment No additional payment will be made for Contractor Surveying — Roadway. Payment will be incidental to other bid items in the contract. 1-05.5 SUR .BEY MONuNIPNTS (NEW SECTION) The following new section shall be added to the Standard Specifications: The Contracting Agency will, at its own cost, reference all known existing monuments or markers relating to subdivisions, plats, roads, street centerline intersections, etc. The Contractor shall take special care to protect these monuments or markers and also the reference points. In the event the Contractor is negligent in preserving such monuments and markers, the points will be reset by a licensed surveyor at the Contractor's expense. All Washington State Laws regarding survey monuments are applicable and contactor shall familiarize themselves with WAC statutes. 1-05.7 Removal of Defective and Unauthorized Work (October 1, 2005 APWA GSP) Supplement this section with the following: If the Contractor fails to remedy defective or unauthorized work within the time specified in a written notice from the Engineer, or fails to perform any part of the work required by the Contract Documents, the Engineer may correct and remedy such work as may be identified in the written notice, with Contracting Agency forces or by such other means as the Contracting Agency may deem necessary. If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have work the Contractor refuses to perform completed by using Contracting Agency or other forces. An emergency situation is any situation when, in the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk of loss or damage to the public. Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from monies due, or to become due, the Contractor. Such direct and indirect costs shall include in particular, but without limitation, compensation for additional professional services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized work. No adjustment in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the Contracting Agency's rights provided by this Section. The rights exercised under the provisions of this section shall not diminish the Contracting Agency's right to pursue any other avenue for additional remedy or damages with respect to the Contractor's failure to perform the work as required. 1-05.10(1) General Guaranty and Warranty (NEW SECTION) The following new section shall be added to the Standard Specifications: 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 29 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 DCW 0 16.040 limiting actions upon a contract in writing or liability, expressed or in RCW � � / • i implied, arising out of a written agreement. 1-05.11 Final lnspection Delete this section and replace it with the following: 1-05.11 Final Inspections and Operational Testing (October 1, inns APWA GSP) 1-05.11(1) Substantial Completion Date When the Contractor considers the work to be substantially complete, the Contractor shall so notify the Engineer and request the Engineer establish the Substantial Completion Date. The Contractor's request shall list the specific items of work that remain to be completed in order to reach physical completion. The Engineer will schedule an inspection of the work with the Contractor to determine the status of completion. The Engineer may also establish the Substantial Completion Date unilaterally. If, after this inspection, the Engineer concurs with the Contractor that the work is substantially complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the Substantial Completion Date. If, after this inspection the Engineer does not consider the work substantially complete and ready for its intended use, the Engineer will, by written notice, so notify the Contractor giving the reasons 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. 30 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 Agencyto have at the Physical Completion Date a complete and operable system. Therefore when the work involves the installation of machinery or other mechanical equipment; street lighting, electrical distribution or signal systems; irrigation systems; buildings; or other similar work it may be desirable for the Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the physical completion date. Whenever items of work are listed in the Contract Provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment which prove faulty, or that are not in first class operating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing, shall be included in the unit contract prices related to the system being tested, unless specifically set forth otherwise in the proposal. Operational and test periods, when required by the Engineer, shall not affect a manufacturer's guaranties or warranties furnished under the terms of the contract. 1-05.13 Superintendents, Labor and Equipment of Contractor (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 theseperforce reports into account. Add the following new section: 1-05.16 Water and Power (October 1, 2005 APWA GSP) 31 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 1-06.1 Approval of Materials Prior to Use This section is supplemented with the following: All lighting materials and sign posts to be supplied by the City of Yakima as specified elsewhere in these special provisions will be made available to the Contractor at no cost. The Contractor shall make arrangements with the City for access to their storage yard at the corner of South 3r Avenue and Pine Streets which is approximately 0.5 miles from the west end of the project limits. Loading and hauling equipment shall be the responsibility of the Contractor. 1-06.2 Acceptance of Materials 1-06.2(1) Samples and Tests for Acceptance This section is supplemented with the following: The Contractor shall be responsible for scheduling and paying for all material testing required for this project. All testing services shall be performed by an independent, certified testing firm and/or laboratory meeting the approval of the Engineer. The Contractor shall submit information relating to the qualifications of the proposed testing firm to the Engineer for review and approval prior to the preconstruction conference. The testing frequencies listed below may be modified to assure compliance with specifications. In each case, the Engineer may require additional tests be performed at the Contractor's expense, if test results do not meet the required densities and results. Moisture density curves for each type of material encountered and copies of all test results shall be submitted to the Engineer as construction progresses for Trench Backfilling, Embankment Compaction, Subgrade Preparation, and Ballast and Crushed Surfacing. The sampling frequency is as follows: Trench Backfilling Compaction tests shall be taken at a frequency and at depths sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for each 100 linear feet of main pipeline trench and one (1) test for each street crossing. At alternating 100 -foot locations along the main trench line, tests shall be taken at 1 -foot, 2 -foot and 3 -foot depths below finish grade. Compaction shall conform to Section 7-08.3(3) or 7-10.3(11) as applicable to the pipeline being constructed. At a minimum, compaction within the roadway area shall be to at least 95% of maximum density as determined by ASTM D 1557 (Modified Proctor). Embankment Construction Compaction tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for every 5000 square feet of surface area for each lift of roadway embankment. Roadway embankment compaction shall be as specified in Section 2-03.3(14). Subcrade Preparation Compaction tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for every 5,000 square feet of surface area for each lift of roadway subgrade. Subgrade compaction shall be as specified in Section 2-06.3(2). Ballast and Crushed Surfacing Compaction tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for every 5,000 square feet of surface area for each lift of ballast or crushed surfacing. Compaction of ballast and crushed surfacing- shall be as specified in Section 4-04.3(5). Asphalt Concrete Pavement Copies of the maximum Rice density test for each class of asphalt concrete pavement and copies of all test results shall be provided to the Engineer as construction progresses. Density tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for every 5000 square feet of surface area for each lift of asphalt concrete pavement. 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 gutter or One test shall be taken for every 500 cubic yards of concrete placed for curb, 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, 2005 APWA GSP) Supplement this section with the following: In cases of conflict between different safety regulations, the more stringent regulation shall apply. The Washington State Department of Labor and Industries shall be the sole and paramount administrative agency responsible for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA). The Contractor shall maintain at the project site office, or other well known place at the project site, all articles necessary for providing first aid to the injured. The Contractor shall establish, publish, and make known to all employees, procedures for ensuring immediate removal to a hospital, or doctor's care, persons, including employees, who may have been injured on the project site. Employees 33 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 JJ, 1995) 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- supplemented with the following_ Section 1-07.6 is a (* *** 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. shall have obtain valid City of Yakima Business License for the duration of this The Contractor �,�a�, �,u�,, or �����,. a valid City project. Contractor's Responsibility for Work 1-07.13(3) Relief of Responsibility for Damage by Public Traffic Replace with the following: 34 When it is necessary for public 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 perfoint 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. 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 Charter Cable City of Yakima Water Division City of Yakima Wastewater Division Cascade Natural Gas Corporation Pacific Power 8 W 2nd Ave, Room 304 Yakima, Washington 98902 l 005 N 16th Avenue Yakima, Washington 98902 2301 Fruitvale Blvd. Yakima, Washington 98902 2220 E. Viola, Yakima, Washington 98901 401 N 1st Street, Yakima, Washington 98901 PO Box 1729 Yakima, Washington 98907 35 509-575-7183 509-575-1697 509-575-6154 509-575-6077 509-457-5905 509-575-3146 Level 3 Communications Dale Smith 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 responsibility to investigate the presence and location of all utilities to hid opening and assess their impacts on his construction activities. prior 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. L.. be working in fhe The Contractor shall coordinate his work with other contractors who may worki g 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 fol_o 1-07.18 Public Liability and Property Damage Insurance (***** AP WA 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 253-209-3'736 36 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. 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, in lu omission accio d tnt l Contractor or death, as ellths claims for property damages which may arise from any act 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 urent)ino force. Including specifically, the additional insured endorsement as requested in the f Insurance 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 against funds due the Contractor from the Contracting Agency. discretion of the Contracting Agency, offset aga 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. 37 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 specified respond. exposures to which these speciii�u 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 H rborwor�: arc' /T .ongshoremen and Jones Act U, iJ. llfli vv� •• v. .��--- 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 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 2. 38 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 5. Professional Liability: Required if design services are a part of the work, 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 Foini CG2010 (ISO) or equivalent. 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." 39 4. The Cite of Yakima, its agents, employees, and elected or appointed officials shall he named as additional insureds for Yakima DFI, Phase 2 Pedestrian Streetside Improvemerns on ACORD certificate of Insurance and anv 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 laver, and include claims -handling directions in the event of a claim. 1-07.23 Public Convenience and Safety This Section shall be supplemented with the following: following tri the third paragraph: Add the following i.rb .v ..� - j ----p s 5. The Contractor shall maintain vehicular and pedestrian access to businesses at all times that businesses are open unless the Contractor provides the Engineer with written agreement from the business owner for alternate accesses, hours of work or other agreements. 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. To minimize the disruption to access to adjacent properties, and to Yakima Transit operations, any lane closure area shall be limited to that area of active work and necessary for appropriate lane closure tapers. The Contractor shall stage work to maintain access to and egress from all properties at all times. Contractor may consider work immediately in front of business access to be done during non -business hours or schedule an agreeable time with each business owner. A safe pedestrian access shall be provided at all times through or around the current work areas. All lane closures shall be coordinated with the adjacent businesses, other contractors working within the project it agencies and the City of Yakima. Where, in the opinion of the Engineer, parking is vicinity, vocal transit a��.ii�,ie� a hazard to through traffic or to the construction work, parking may be restricted either entirely or during the time when it creates a hazard. Signs for restricting parking shall be approved by the City and placed by the Contractor. The Contractor shall be responsible for and shall maintain all such signs. The replacement of signs restricting parking shall be as approved by the Engineer. The Contractor shall notify all property owners and tenants of detours, street and alley closures, or other that interfere access. Notification shall be at least twenty-four (24) hours in restrictions may with their ------ advance for residential property, and at least forty-eight (48) hours in advance for commercial property. Emergency traffic, such as police, fire, and disaster units, shall be provided access at all times. In addition, the Contractor shall coordinate his activities with all disposal firms and transit bus service that may be operating in the project area. It is the intent of the Contract to effectively prevent the deposition of debris on streets in areas of public traffic or where such debris may be transported into a drainage system. When construction operations are 40 adway surfces, the remove such that debris from the work is deposited r�insufficient Ttorlceep the will a,cleansuch the debris before the end of the work day. Should daily removal be etermines that a Contractor shall perform removal operations if the Contractor fauls to keep the streets freerfrd more frequent cleaning is impractical orfrom deposits and l, upon e ies debris resulting from the work, the Contraceeorn �heels befo�etrucks the or other equipmentdwill betallowed to r and remove all deposits from the tires or betty travel over paved streets. Should the Conttorof �e or trefuse ef work suspended to clean the streets thenCont a�tor�s risk until e trucks or equipment in question, the Engineer may compliance with Contractor's obligations sassured, e City thn ae chieving complr may diance with these question Contract cleaned by others and such costs incurredby from moneyd requirements, including cleaning of the streets, shallbhall havee dnot claim for dela�ro� addrtionalucosts e the Contractor next monthly estimate. The Contractor should the Engineer choose to suspend the Contractor's work until compliance is achieved. 1-07.28 Safety Standards (New Section) The following new section shall be added to the Standard Specifications: he All work shall be performed in accordance and/orthacceptedlcable mdust�yal, state, standards.d feItders all abe the lth and safety codes, standards, regulations, 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. 1-07.29 Notifying Property Owners (New Section) The following new section shall be added to the Standard Specifications: When construction activities will affect ingress and egress to a property along the project alignment, the Contractor shall be responsible for notifying the occupant/occupants of the property 24 hours prior to the construction activity beginning. If personal contact with the occupant is not possible, the Contractor shall leave written notification. 1-08 PROSECUTION AND PROGRESS Add the following new section: 1-08.0 Preliminary Matters (May 25, 2006 APWA GSP) Add the following new section: 1-08.0(1) Preconstruction Conference (May 25, 2006 APWA GSP) 41 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-O8.1 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 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. front's individually from beginning to end. The The Schedule shall detail each city block 11�i1� J work individually from _ 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 42 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. Time For Completion (March 13, 1995) Section 1-08.5 is supplemented with the following: This project shall be physically completed within ** 75 *** 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 all the authorized working days have been used, charging of working days will cease. Each week the Engineer will provide the Contractor a statement that shows the number of working days: (1) charged to the contract the week 43 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 C� r shall be deemed as having accepted the statement as correct. If the Contractor elects to Contractor 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 roust occur before the Completion Date can be established: 1. The physical work on the project must be complete; and The Contractor must furnish all documentation required by the contract and required by law, to allow the Contracting Agency to process final acceptance of the contract. The following documents must be received by the Project Engineer prior to establishing a completion date: a. Certified Payrolls (Federal -aid Projects) b. Material Acceptance Certification Documents c. Annual Report of Amounts Paid as MBE/WBE Participants or Quarterly Report of Amounts Credited as DBE Participation, as required by the Contract Provisions. d. FHWA 47 (Federal -aid Projects) e. Final Contract Voucher Certification f. Property owner releases per Section 1-07.24 1-08.7 Maintenance During Suspension (October 1, 2005APWA 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. 2, 1-Q9 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 account, only to.provide a common proposal for Bidders. part of Contractor's total bid. However, Owner does not w 44 amounts for all items to be paid per force All such dollar amounts are to become a arrant 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 tehan 30 day msoanth thereater the fterractor commences the until the Completion work, and successive progress estimates will be made r the Date. Progress estimates made duringprogress The oprogress ress e timates are suthe work are lve, and bject to change at any time purpose of determining progress pay P 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. 4. Change Orders — entitlement for approved extra cost or completed extra work as determined by the Engineer. Progress payments will be made in accordance with the progress estimate less: 1. Retainage per Section 1-09.9(1); 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 the appropriate fund source for the project. Payments ymeRC39 0ceive. on account of work performed by a subcontractor are subject to the provisions 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 $250,000 or less, submitted in accordance nonbinding ADR processes, shall be resolved mutually agree that those claims that total with Section 1-09.11 and not resolved by through litigation unless the parties mutually 45 agree in writing to resolve the claim through binding arbitration.l-10 TEMPORARY Traffic Control 1-10.1(2) Description (May 25, 2006 APWA GSP) Revise the third paragraph to read: The Contractor Snail 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 the Contractor's ns which may occur on hi all tiaures fads, injury siddamage eu sidewalks, or paths. No work shall be done ponaooadja adjacent to anv traveled highways, roads, wav until all necessary signs and traffic control devices are in place. Trffir 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 27055 Ohio Ave. Kingston, WA 98346 (360) 297-303 Evergreen Safety Council 401 Pontius Ave. N. Seattle, WA 98109 1-800-521-0778 or (206) 382-4090 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. 1-10.5(1) Lump Sum Bid for Project Temporary Traffic Control(No Unit Items) (January 23, 2006 APWA GSP) Revise the pay item name to read: "Project Temporary Traffic Control, min. Bid S 30.000, lump sum. 46 DIVISION 2 EARTHWORK CLEARING, GRUBBING, AND ROADSIDE CLEANUP Description (March 13, 1995) Clearing and grubbing on this project shall be performed within the following limits: Between the proposed right of way lines for 23rd Avenue and Oak Avenue as detailed on the plans: 2-01.2 Disposal of Useable Material and Debris Revise the third paragraph as follows: Change the word "three" to "two." 2-01.2(1) Disposal Method No. 1— Open Burning This section is deleted. REMOVAL OF STRUCTURES AND OBSTRUCTIONS Description Section 2-02.1 is supplemented with the following: This work shall consist of the removal and disposal of various existing improvements, including but not limited to: • 100 linear feet of Curb and Gutter • 34 square yards of Asphalt Pavement and underlying materials • Other items necessary for the completion of the work. Construction Requirements Removal of Pavement, Sidewalks and Curbs Section 2-02.3(3) is supplemented with the following: In those 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, 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: 47 Saw Cut, Per Inch Depth will be measured by the linear foot per inch of depth. Payment Section 2-02.5 is supplemented with the following: "Saw Cut, Per Inch Depth", per linear foot. ROADWAY EXCAVATION AND EMBANKMENT Construction Requirements 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 requests of the Contracting Agency for placement and compaction of excess excavated material back of new curb, as directed by the Engineer. Suitable materials from the excavations shall be used in the embankments. Unsuitable material or soft spots shall be removed from the roadway and replaced with suitable material and compacted as for embankments. Topsoil shall be saved to use for backfill adjacent to the new improvements. If additional topsoil is required, it shall be provided in accordance with SECTION 8-01 of these Special Provisions. The Contractor shall comply with the State of Washington's regulations regarding disposal of waste material as outlined in WAC 173-304, Subchapter 461. Embankment Construction 2-03.3(14)C Compacting Earth Embankments Compacting embankments and excavations shall be by Method "B" as specified under SECTION 2- 03.3(14)C of the Standard Specifications. 2-03.3(14)D Compaction and Moisture Control Tests Section -2-03.3(14)D of the Standard Specifications shall be revised as follows: Compaction shall be 95% of maximum density as determined by ASTM D 698 (Standard Proctor). The Contractor shall notify the Engineer when ready for in-place subgrade density tests. All costs associated with testing shall be the responsibility of the Contractor. Placement of courses of aggregate shall not proceed until density requirements are met. 48 Measurement Section 2-03.4 is supplemented with the following: (March 13, 1995) Only one determination of the original ground elevation will be made on this project. Measurement for roadway excavation and embankment will be based on the original ground elevations recorded previous to the award of this contract. If discrepancies are discovered in the ground elevations which will materially affect the quantities of earthwork, the original computations of earthwork quantities will be adjusted accordingly. Earthwork quantities will be computed, either manually or by means of electronic data processing equipment, by use of the average end area method or by the finite element analysis method utilizing digital terrain modeling techniques. Copies of the ground cross-section notes will be available for the bidder's inspection, before the opening of bids, at the Project Engineer's office and at the Region office. Upon award of the contract, copies of the original ground cross-sections will be furnished to the successful bidder on request to the Project Engineer. 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 City of Yakima 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. 49 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. 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: Water will be measured with the metered hydrant connection. 2-07.5 Payment This section is revised to read as follows: Water will be furnished by the water utility without charge, but the Contractor shall convey the water from the nearest convenient hydrant or other source at his expense. 5n JV DIVISION 4 BASES BALLAST AND CRUSHED SURFACING Shaping and Compaction Section 4-04.3(5) is supplemented with the following: Each course of crushed materials shall be compacted to a minimum of 95% of maximum density as determined by ASTM D 698 (Standard Proctor). The Contractor shall provide crushed surfacing top course density tests through an independent test laboratory approved by the Engineer. All costs associated with testing shall be the responsibility of the Contractor. Placement of successive courses of aggregate or concrete shall not proceed until density requirements are met. 51 DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS HOT MIX ASPHALT 5-04.3 Construction Requirements 5-04.3(7)A Mix Design (*****) 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. 5-04.3(8)A, Acceptance Sampling and Testing — RMA Mixture Items 1 & 2 are deleted and replaced with: (*****) 1. General. Acceptance of HMA shall be as provided under nonstatistical or commercial evaluation. Sampling of HMA for nonstatistical evaluation will be as discussed in WSDOT Standard Specifications for Road, Bridge, and Municipal Construction, 2006 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 52 2. the discretion of the engineer. Anti -strip additive, where required, will be verified and documented by the engineer. 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, 2006 edition. 5-04.3(8)A, Acceptance Sampling and Testing — MIA Mixture Item 4, second paragraph is deleted. 5-04.3(8)A, Acceptance Sampling and Testing — HMA Mixture Item 7 is deleted. 5-04.3(13) Surface Smoothness The last paragraph of this section is supplemented with the following: The location of each utility appurtenance and all Monuments shall be referenced prior to the start of paying 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 Castings shall not be adjusted until the pavement is completed, at which time the center of each structure and each monument shall be relocated from the references previously established by the Contractor. The HMA pavement shall be cut and removed to a neat circle, the diameter of which shall equal to the outside diameter o the rim plus two feet. The new rim shall be placed on cement concrete blocks 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" below the finished pavement surface. On the following day, the concrete, the edges of the HMA pavement and the okuter edge of the casting shall be painted with a hot asphalt tack coat. HMA Clall 3/8 inch 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. 5-04.5(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 All aggregate passing: 1 ?/z", 1", 3/4", lei", 3/8" and No. 4 sieves 53 Factor "1" 2 All aggregate passing No. 8 All aggregate passing No. 200 sieve Asphalt binder 52 5-04.5(1)A Price Adjustments for Quality of I IMA Mixture Items 1-3 are deleted and replaced with: 15 20 A pay factor will he calculated for sieves listed in Section 9-03.8(7) for the class of HI MA 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. When less than three sublots exist, backup samples of the existing sublots or samples from the street shall be tested to provide a minimum of three sets of results for evaluation. 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 fail 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 sublots exist, backup samples of the existing sublots or samples from the street shall be tested to provide a minimum of three sets of results for evaluation. For each lot of HMA produced under Nonstatistical or Commercial Evaluation when the calculated CPF is less than 1.00, a Nonconforming Mix factor (NCMF) will be determined. The NCMF equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent. The Job Mix Compliance Price Adjustment will be calculated as the product of the NCMF, the quantity of HMA in the lot in tons, and the unit contract price per ton of 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 less 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. 54 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. When less than three sublots exist, backup samples of the existing sublots or samples from the street shall be tested to provide a minimum of three sets of results for evaluation. 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 sublots exist, backup samples of the existing sublots or samples from the street shall be tested to provide a minimum of three sets of results for evaluation. For each lot of HMA produced under Nonstatistical or Commercial Evaluation when the calculated CPF is less than 1.00, a Nonconforming Mix factor (NCMF) will be determined. The NCMF equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent. The Job Mix Compliance Price Adjustment will be calculated as the product of the NCMF, the quantity of HMA in the lot in tons, and the unit contract price per ton of 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 LIMA 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 less 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. 55 DIVISION 7 DRAINAGE STRUCTURES, STORMSEWERS, SANITARY SEWERS, WATER MAINS AND CONDUITS MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS Materials Grate Inlets and Drop Inlets Section 9-O5.16 is supplemented with the following: The Contractor shall furnish and install Vaned Grates, as detailed on Standard Plan B -2b on all grate inlets. 7-05.3(1) Adjusting Manholes and Catch Basins to Grade This section is supplemented with the following: Manholes, Catch Basins Valve Boxes, Monument Cases and other utility castings shall be adjusted as detailed In Section J-04.3(13). 7-05.5 Payment This section is supplemented with the following: All costs associated with furnishing and installing manholes and catch basins, including frame and grates and adjusting them to their final grade, as described in Section 5-04.3(13), shall be included in the unit contract price per each for the item installed. GENERAL PIPE INSTALLATION REQUIREMENTS 7-08.2 Materials Add the following: 56 Crushed Surfacing Top Course (for Trench Backfill) 7-08.3(3) Backfiting Add the following paragraph to this section: All street crossing trenches, and other areas as designated by the Engineer, shall be backfilled to their full depth with Crushed Surfacing Top Course (for Trench Backfill). 7-08.3 Measurement Add the following: Crushed Surfacing Top Course (for Trench Backfill) will be measured by the Ton. 7-08.5 Payment Add the following pay items: "Crushed Surfacing Top Course (for Trench Backfill)", per ton. "Trench Dewatering", by force account. 57 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 Supplement this section with the following: 30 days 15 days This work shall also include furnishing and installing new signpost sockets, at locations shown on the plans or as indicated by the Engineer. 8-14.2 Materials Add the following: Sign Post Socket VLOC Model #23-VR1-Concrete For use with 2-3/8" OD sign posts 8-14.3 Construction Requirements 8-14.3(3) Placing and Finishing Concrete. Supplement this section by with the following: Signpost Sockets shall be set 1/2 inch above the finished sidewalk so that the erected signs will be plumb when installed. The Contractor shall correct any misaligned sockets at his own expense. 8-14.4 Measurement Supplement this section with the following: Signpost Sockets will be measured per each in place. 58 8-14.5 Payment Supplement this section with the following: "Signpost Sockets", per each. The unit contract price per each for "Signpost Sockets" shall be full compensation for furnishing the sockets, and for furnishing all labor, materials and equipment necessary for the installation of the sockets at the locations shown on the plans or as located by the Engineer. 8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL 8-20.2 Materials Supplement the section with the following: All conduits below grade on this project shall be: Schedule 40 PVC Underground Conduits (electrical grade - gray color) with pull rope. Additional materials to be installed on this project include, but are not limited to: junction boxes, a pulling vault, light standards, luminaries, cement concrete anchor bases, anchor bolts, conductors, and complete electrical service for a complete installation of the illumination system ready for service. The pull rope shall be 1/8 -inch braided nylon rope, 450 pound breaking strength (similar to King Cotton Products #5051-4-118), shall be installed in each conduit run with two (2) feet doubled back at each termination. Wiring for street lighting shall be per NEC code and shall include one #10 ground and two #6 conductors. 8-20.2(1) Equipment List and Drawings Revise Item 1 of the fourth paragraph to read: 1. Light standards with or without pre -approved plans. Delete the last sentence of the section. 8-20.3 Construction Requirements 8-20.3(2) Excavating and Backfilling Revise the first paragraph to read: The excavation required for the installation of conduit, cement concrete anchor bases, and puliboxes shall be performed in such a manner as to cause the least possible injury to streets, sidewalks, and other improvements. The trenches shall not be excavated wider than necessary for the proper installation of the conduit and puliboxes. Anchor base excavation shall be augered or dug by hand with proper care to avoid damage to other utilities. Excavation shall not be performed until immediately prior to installation of conduit and/or structures. The material from the excavation shall be placed to cause the least interference to vehicular and pedestrian traffic and to surface drainage. 8-20.3(4) Foundations Supplement this section with the following: 59 Anchor bases shall be constructed of Portland Cement Concrete - Class 3000, poured -in-place to the depths and dimensions shown on the Plans and shall be made in one pour. The top four inches of anchor bases shall be formed and finished 24 inches square with 3/4 -inch chamfer edges and the top shall be at finish sidewalk grade or finished curb grade, depending on the location. The top four inches shall be separated from concrete surfaces by means of an expansion joint. Forms for the anchor bases shall be true to line and grade and conduit ends and anchor bolts shall be held in proper position and hel?iit b'y' means of a temporary template. 8-20.3(5) Conduits Revise this section to read: Conduit runs are indicated on the Plans. Conduit bends, if other than factory bends, shall have no less than an 18 -inch radius. Runs terminating in pole bases shall extend five (5) inches above the foundation and shall be sloped toward the hand hole opening. Runs entering junction boxes shall terminate approximately two inches (2") above the bottom of the box and within three inches (3") of the box wall nearest its entry. Conduit entry into junction boxes shall terminate with a manufactured 90 -degree rigid metal elbow to facilitate cable pulling. PVC conduit "push-pennys" or suitable equivalent shall be used on all terminations to keep conduits clean. Trenching across the roadway is allowed. The pull rope shall be 1/8 -inch braided nylon rope, 450 pound breakin strength (similar to King Cotton Products #5051-4-1/8) shall be installed in each conduit run with two (2) feet doubled back at each termination. When cable is pulled, this rope shall be re -pulled along with the cable. Elbows may be 45 or 90 degree as needed. The ten feet of rigid conduit is not required. A11 conduit ends shall be reamed to remove burrs and rough edges. Field cuts shall be square and true so that ends will fit securely in PC couplings. 8-20.3(6) Junction Boxes Revise the first paragraph to read: The terms "pullbox" and "junction box" are interchangeable. Pullboxes shall be constructed as shown on the Pians and in accordance with the City of Yakima Standard Details. Pullboxes shall not be located in wheelchair ramps or landing areas. The pullboxes shall be installed true to line and grade. The Contractor shall provide a good, firm foundation for the bearing surface edges of the pullboxes. The low voltage cables and wires are separated and run through separate conduits. Do not install asphalt joint filler material between junction boxes and other concrete surfaces $-2U.3(8) Wiring Supplement this section by with the following: The street lighting conductors for the lights shall each run from the adjacent Iight or pullbox to the appropriate pullboxes where they branch to the luminaries. Conductor sizes shall be as required or as match existing conductors. A pair of in-line fuses shall be installed in each lighting standard base. The Contractor will be required to provide all conductors needed for completing the light standard installation. Epoxy splice kits shall not be used. Wire number sleeves and cable tags are not required. Mast arms with four section signal heads are to be wired with 7 conductor cable. 8-20.3(10) Service Supplement this section as follows: The source of power to the new service shall e from a 56" x 56" x 48" transformer vault as per the details, to be installed 30 feet northeast of the service to meet PP&L requirements. The transformer vault shall have a locking steel cover type lid NO. 77-2-332, '80 style as per the details to meet PP&L requirements. The service shall be a Strut -mount modified type B, single-phase 120v1240v 100 -amp service installed as per the plans and details to meet PP&L requirements. 8-20.3(13)A Light Standards Supplement this section with the following: Light Standards shall have square base flanges requiring four (4) anchor bolts for connection to the foundation. Anchor bolt nut covers shall be provided on all Light Standards. The Light Standards on this project shall be as shown on the City of Yakima Standard Details. 8-20.3(13)B Luminaires Supplement this section with the following: Luminaires to be used on this project shall be 200 -Watt, 240 Volt, GE COBRA Head Luminaires. 8-20.5 Payment Revise this section to read: Payment will be made in accordance with Section 1-04.1, for the following bid item: "Illumination System", per lump sum. The lump sum contract price for "illumination System", shall be full pay for furnishing all labor, materials, tools, and equipment necessary or incidental to the construction of the complete illumination and electrical system as shown on the Plans and herein specified. This shall include, but not be limited to, excavation, backfilling, concrete foundations, light standards, luminaires, electrical service, pullboxes, conduit, wiring, restoring facilities destroyed or damaged during construction, removing or salvaging all existing equipment, and for making all required tests. All additional materials and labor not shown on the Plans or called for herein and which are required to complete the various systems shall be considered as incidental to the construction and shall be included in the lump sum contract price, and no additional compensation shall be allowed. 8-30.1.1 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. 61 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 accniint for "Re air nr 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. 62 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 IMF 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/a", 1", 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(1) Manhole Ring and Cover Revise this section to read: All new manhole rings and covers shall be purchased by the Contractor from Olympic Foundry, Casting NO. MH33Y, Yakima Standard Ring and Cover. The Contractor shall also provide all labor and equipment for handling the manhole rings and covers. All used castings shall become the property of the City of Yakima and shall be delivered to the Wastewater Collection -Maintenance Facility at 204 W. Pine by the Contractor. Prior arrangements must be made to assure the facility will be open for delivery. 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. 63 9-29 ILLUMINATION, SIGNALS, ELECTRICAL 9-29.1 Conduit, Inner duct, and Outer duct Supplement this section as follows: Ali conduits below grade on this project shall be schedule 40 PVC underground conduits (electrical grade - gray color) with pull rope. Additional materials to be installed on this project include, but are not limited to, junction boxes cables and electrical conductors. The pull rope shall be a 1/8 -inch braided nylon rope, 450 pound breaking strength (similar to King Cotton Products #5051-4-1/8), and shall be installed in each conduit run with two (2) feet doubled back at each termination. When cable is pulled, this rope shall be re -pulled along with the cable. 9-29.2 Junction Boxes Supplement this section as follows: Junction boxes shall be Type 1, 2, or 3 as shown on the plans. They shall be constructed of polymer concrete and reinforced by a heavy -weave fiberglass. Boxes and covers shall be concrete gray color and rated for no less than 15,000 pounds over a 10" x 10" area and designed and tested to Vempeeratiures of —5n° F. The covers shall F,e marked with a "Traffic Cignal" or "Street T ighting" logo. Existing junction boxes shall be removed as shown on the plans and returned to the City of Yakima Traffic Signal Shop. New replacement junction boxes shall be installed even with the new finished sidewalk level or finished grade and positioned so as to properly house all existing exposed conduit stub -ups, wires and cables. The junction boxes shall be aligned to have two sides matching concrete joints or score lines. 9-29.3 Conductors and Cable Supplement this section with the following: Video camera coax cable shall be Beldon 8281. Video power shall be supplied by three -conductor cable. Three individual conductors, THWN #12 Stranded copper may be supplied in place of the three -conductor cable. 9-29.6 Light and Signal Standards Add the following sentence to this section: All aluminum alloys shall comply with metallurgical and mechanical properties set forth in the Aluminum Association Standards. 9-29.6(5) Foundation Hardware Revise this section to read as follows: The anchor bolts, nuts, washers, and other foundation hardware on this project shall be supplied by the light standard manufacturer, and shall be hot -dipped galvanized over their entire length and surface per ASTM A 153. 64 9-29.6(6) Aluminum Light and Signal Standards (NEW SECTION) Light standards for this project shall be as shown on the City of Yakima Standard Detail. The shaft of the Aluminum Light standards and arms shall be spun tapered from all new seamless 6063 alloy aluminum tubing and shall be heat treated to T6 temper. Each shaft shall have a minimum of 6" straight length at the top to accommodate the center hub of the tapered arm. The anchored base shall be cast from A356 alloy aluminum. The anchor base shall be heat treated to a T6 condition. The anchor base casting and shaft shall be joined by a continuous and circumferential weld at the outside top and inside bottom of the anchor base. The completed assembly will be heat treated to T6 temper after all structural welding is completed. A356 alloy aluminum nut covers shall be included with each anchor base unless otherwise specified. The light standard base shall be of the "fixed" type. Accessories shall include anchor bolts (each with two heavy hex nuts and washers) as sized by the manufacturer, bolt templates, full base covers, and pole end caps. All light standards, arms and accessories shall be supplied by the same manufacturer. Light standards have eight -foot (8') arms, and shall provide a nominal fixture mounting height of thirty feet (30'). Handholes shall be 4 inches by 6 inches and shall be located 18 inches above the base. A 1/2 -inch NC ground stud shall be located inside the handholes. Davit arm members shall be conically tapered from 6" O.D. x .188" wall 6063 alloy extruded aluminum tube. The fixture end of each arm shall be a 2-3/8" O.D. (2" pipe size) tenon. The davit arm slip shall fit onto a specially tapered pole top tenon where it will be fastened with two stainless steel 5/8" —11 UNC through bolts. 9-29.10 Luminaires Supplement this section with the following: Luminaires shall be GE 200 watt 240 volt, high-pressure sodium cutoff type. The luminaire shall contain a removable power module ballast assembly. The luminaire optical assembly shall contain a charcoal filter. The mogal base socket shall be adjustable and set at MCI II. Luminaires shall be fused per Section 9.29.7. 9-29.12(1) IIlumination Circuit Splices Supplement the section with the following: Illumination wires shall be spliced in the pole bases or terminal compartment. 9-29.24 Service Cabinets Supplement this section as follows: The service shall be a Strut mount modified type B, single-phase 120v/240v 100 -amp service installed to meet the PP&L requirements. 65 9-29.24(2) Electrical Circuit Breakers and Contactors Revise this section as follows: Delete the second paragraph. STANDARD PLANS A prii 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 Pians 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 -s END VIEW A, shows two dimensions at the connecting pin counterbore opening at the top of the view, 1 1" R. and below another dimension of 1 1/2" R., the bottom dimension should be 7/8" R. C-10 (sheet 2 of 2) CV -ITT -CD DT ATL' TIETA TT .7imenxi1, f rl 1" dia."^'�s t ge fromto3" �\1 v lil\ 1 LA lL LLl A.II--+, u1111 t.11Jlvt1 of l le holes. , 1+11 LCtl�l�s C-1 lb Sheets 1 and 2 66 In the PRECAST FOOTING, ELEVATION view (Sheet 1) and in the CAST -IN-PLACE FOOTING, ELEVATION view (Sheet 2), COMMERCLAL CONCRETE is revised to CONCRETE CLASS 4000. 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-1 a through D-lf 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. Plan K-80.35 M-1.60 COLLECTOR DISTRIBUTOR ROAD OH-- 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 67 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 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 -On 6/01/06 R-95,70-00 6/08/06 B-30.40-00 6/01/06 B-70.60-0000 6/01/06 B-95.40-00 6/08/06 C-1 7/06/07 C -3b 10/04/05 C-13 4/16/99 C-1 a 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 -lc 5/30/97 C-4 2/21/07 C -14a 7/26/02 C- l d 10/31/03 C -4a 2/21107 C -14b 7/26/02 C-2 1/06/00 C -4b 6/08/06 C -14c 7/26/02 r+'.. 6/21/06 (a..-nre ....11.1...1...,...... )/m).nviInvq� f.._1 ZIA 7/F...n') L. -GA-., 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 7/06/07 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-1 la 5/20/04 C-25.80-00 9/20/07 C-3 10/04/05 C-1 lb 5/20/04 C-28.40-00 2/06/07 C -3a i^V/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 l� 00 1 1 r10i05 n 2 �c 00 i i /1 ninc D on nn 1 1 ii nm5 D 2.1G -VV i t/ 1vivJ L G, hV VV 1 1/ lv( V-) ll -i..7=, -vv 1 1/ 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 7/21/07 E-4 8/27/03 68 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 F-10.40-00 1/23/07 F-40.12-00 2/07/07 F-40.20-00 10/05/07 F-10.42-00 1/23/07 F-40.14-00 2/07/07 F-42.10-00 10/05/07 F-10.62-01 9/05/07 F-40.15-00 2/07/07 F-80.10-00 1/23/07 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 G-70.10-00 10/5/07 G-10.10-00 9/20/07 0-24.60-00 11/08/07 G-70.20-00 10/5/07 0-20.10-00 9/20/07 G-25.10-00 11/08/07 0-70.30-00 10/5/07 0-22.10-00 11 /08/07 G-30.10-00 11/08/07 G-95.10-00 11/08/07 0-24.10-00 11/08/07 G-50.10-00 11/08/07 G-95.20-00 11/08/07 G-24.20-00 11/08/07 G-60.10-00 8/31/07 G-95.30-00 11/08/07 G-24.30-00 11/08/07 G-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-70.30-00 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 I-10.10-00 8/31/07 1-30.50-00 11/14/07 I-60.10-00 8/31/07 I-30.10-00 9/20/07 1-40.10-00 9/20/07 I-60.20-00 8/31/07 I-30.20-00 9/20/07 1-40.20-00 9/20/07 1-80.10-00 8/31/07 1-30.30-00 9/20/07 I-50.10-00 9/20/07 1-30.40-00 10/12/07 1-50.20-00 8/31/07 1-1f 6/23/00 J -8b 5/20/04 1-18 9/02/05 1-3 8/01/97 J -8c 5/20/04 J-19 9/02/05 J -3b 3/04/05 J -8d 5/20/04 1-20 9/02/05 J -3c 6/24/02 J -9a 4/24/98 1-28.10-00 8/07/07 J -3d 11/05/03 1-10 7/18/97 J-28.22-00 8/07/07 3-5 8/01/97 J-lla 10/12/07 J-28.24-00 8/07/07 J -6c 4/24/98 J -11b 9/02/05 1-28.26-00 8/07/07 J -6f 4/24/98 J-1 lc 6/21/06 1-28.30-00 8/07/07 J -6g 12/12/02 1-12 11/08/05 1-28.40-00 8/07/07 J -6h 4/24/98 1-15a 10/04/05 1-28.42-00 8/07/07 J -7a 9/12/01 1-15b 10/04/05 1-28.45-00 8/07/07 J -7c 6/19/98 J -16a 3/04/05 1-28.50-00 8/07/07 J -7d 4/24/98 1-16b 9/20/07 1-28.60-00 8/07/07 J -8a 5/20/04 3-16c 9/20/07 1-28.70-00 11/08/07 K-10.20-01 10/12/07 K-26.40-01 10/12/07 K-40.60-00 2/15/07 K-10.40-00 2/15/07 K-30.20-00 2/15/07 K-40.80-00 2/15/07 K-20.20-01 10/12/07 K-30.40-01 10/12/07 K-55.20-00 2/15/07 K-20.40-00 2/15/07 K-32.20-00 2/15/07 K-60.20-01 11/12/07 K-20.60-00 9/15/07 K-32.40-00 2/15/07 K-60.40-00 2/15/07 K-22.20-01 10/12/07 K-32.60-00 2/15/07 K-70.20-00 2/15/07 K-24.20-00 2/15/07 K-32.80-00 2/15/07 K-80.10-00 9/21/07 K-24.40-01 10/12/07 K-34.20-00 2/15/07 K-80.20-00 12/20/06 69 K-24.60-00 9/15/07 K-36.20-00 2/15/07 K-80.30-00 2/21/07 K-24.80-01 10/12/07 K-40.20-00 2/15/07 K-80.35-00 9/21/07 K-26.20-00 9/15/07 K-40.40-00 2/15/07 K-80.37-00 2/21/07 L-10.10-00 9/21/07 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 L -30.10-v0 9/07/07 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 9/06/07 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-20.90-01 7 /3 0 /07 1/3/vM-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 70 CONTRACT PROVISIONS Special Provisions Contract Form Performance Bond Form Informational Certificate of Insurance Informational Additional Insured Endorsement Minimum Wage Affidavit Form 0164 *9 QL�®� CONTRACT to 'AGREEMENT, made and entered into in triplicate, this 30 day of October, 2008, by and between the City of akima, hereinafter called the Owner, and Valley Excavating LLC, a Washington Corporation, hereinafter called the Contractor. WITNESSETH: That in consideration of the terms and conditions contained herein and attached and made a part of this agreement, the parties hereto covenant and agree as follows: 1. The Contractor shall do all work and furnish all tools, materials, labor and equipment for THE BID AMOUNT OF: $323,962.15, for McAllister Business Park, Phase 2 Improvements, City Project No. 2249, 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 Thirty (30) working days. The first chargeable working day shall be the 11th working day after the date on which the City issues the Notice to Proceed. If said work is not completed within the time specified, the Contractor agrees to pay to the Owner the sum specified in the Standard Specifications for each and every day said work remains uncompleted after expiration of the specified time, as liquidated damages. The Contractors shall provide and bear the expense of all equipment, work and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in this contract and every part thereof, except such as are mentioned in the specifications to be furnished by the City of Yakima. II. The City of Yakima hereby promises and agrees with the Contractor to employ, and does employ the Contractor to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the attached plans and specifications and the terms and conditions herein contained and hereby contracts to pay for the same according to the attached specifications and the schedule of unit or itemized prices hereto attached, at the time and in the manner and upon the conditions provided for in this contract. III. The Contractor for himself, and for his heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all the covenants herein contained upon the part of the Contractor. IV. It is further provided that no liability shall attach to the City of Yakima by reason of entering into this contract, except as expressly provided herein. IN WITNESS WHEREOF the parties hereto have caused this agreement to be executed the day and year first herein above written. Countersigned: - CITY OF YAKIMA CONTRACTOR <.25� this c5 — day of 2) eyn 2008. Valley Excavating L.L.C, a WA Corporation Attest: C anager e City Clerk Contractor (it ( f� By: � 1. (Print Name) Its I vL \'4) Q V (President, Owner, etc.) Address: P.O. Box 785 Ellensburg, Washington 98926 ACS?, CERTIF ICATE OF LIABILITY INSURANCE DATE (MMIDD/YYYY) 11/04/2008 'PRODUCER (509)965-2090 FAX (509)966-3454 Conover Insurance, Inc.(Y) 125 N. 50th Ave. P.O. Box 10088 Yakima, WA 98909-1088 THIS CERTIFICATE IS 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 # INSURED Valley Excavating LLC P.O. Box 785 Ellensburg, WA 98926 INSURER A: Ohio Casualty Insurance Co. INSURER B: INSURER C: INSURER D: INSURER E: COVERAGES 1 THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR ADD'L INSRD TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE IMM/DD/YY) POLICY EXPIRATION DATE IMM/DD/YY) LIMITS A I GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY BHO 53073648 05/08/2008 05/08/2009 EACH OCCURRENCE $ 1,000,000 X DAMAGE TO RENTED$ PRFMISFS (Fa ()enhance) 100,000 CLAIMS MADE X OCCUR MED EXP (Any one person) $ 10,000 PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ 2,000,000 POLICY n PRO- LOC II AUTOMOBILE LIABILITY ANY AUTOn ALL OWNED AUTOS�J SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS c"1:64 04,6\ n ,4 ltliae II' �, fc 0 �• 1 1 1 i () fit(+ �,,Q i )• 0 ) 0 V 1 I II COMBINED SINGLE LIMIT (Ea accident) $ BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY ANY AUTO r I I c 1. AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC $ AUTO ONLY: AGG $ IOCCUR I EXCESS/UMBRELLA LIABILITY EACH OCCURRENCE $ CLAIMS MADE AGGREGATE $ DEDUCTIBLE RETENTION $ $ $ $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? Ifyesdescribe under SPECIAL PROVISIONS below (WORKERS BHO 53073648 (STOP GAP LIAB) COMP -STATUTORY) 05/08/2008 05/08/2009 X WC STATU- X OTH- TORY LIMITS ER E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 1 OTHER DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT 1 SPECIAL PROVISIONS .2e: McAllister Business Park Phase 2 Improvements - City Project #2249 The City of Yakima, its officers, elected officials, employees, agents and volunteers, and any other (entity specifically required by the Contract Provisions are named additional insured. Coverage shall be 3rimary and non-contributory. Per form #CG 84 15 12 03 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 ENDEAVOR TO MAIL 45 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE Jeff Widdows/SHELLE ACORD 25 (2001/08) ©ACORD CORPORATION 1988 k 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) C. ?MMERCIAL GENERAL LIABILITY CG 84 15 12 03 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. GENERAL LIABILITY MASTER PAK@ FOR ARTISAN CONTRACTORS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART INDEX SUBJECT PAGE BLANKET ADDITIONAL INSURED (OWNERS, LESSEES, CONTRACTORS OR LESSORS) 2 FIRE, LIGHTNING, EXPLOSION AND SPRINKLER LEAKAGE DAMAGE TO PREMISES YOU RENT 3 NON -OWNED WATERCRAFT 4 SUPPLEMENTARY PAYMENTS (BAIL BONDS) 4 PERSONAL AND ADVERTISING INJURY - ELECTRONIC PUBLICATION EXTENSION 5 AGGREGATE LIMITS (PER LOCATION) 5 AGGREGATE LIMITS (PER PROJECT) 5 VOLUNTARY PROPERTY DAMAGE COVERAGE 6 OFF PREMISES CARE, CUSTODY OR CONTROL COVERAGE 6 NEWLY FORMED OR ACQUIRED ORGANIZATIONS 7 DUTIES IN THE EVENT OF OCCURRENCE, OFFENSE, CLAIM OR SUIT 7 BODILY INJURY (MENTAL ANGUISH) 8 0 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS 8 MEDICAL PAYMENTS 8 CONTRACTORS AMENDMENT OF POLLUTION EXCLUSION (JOB SITE) 8 Includes copyrighted material of ISO Properties., Inc., with its permission. CG 84 15 12 03 © ISO Properties, Inc., 2003 Page 1 of 8 1. BLANKET ADDITIONAL INSURED (Owners, Lessees, Contractors or Lessors) (Includes a Primary/Non-Contributory provision) Who Is An Insured - Section II is amended to include as an insured any person or organization whom you are required to name as an additional insured on this policy in a written contract or written agreement. The written contract or written agreement must be currently in effect or becoming effective during the term of this policy and executed prior to the "bodily injury," "property damage" or "personal and advertising injury." The insurance provided the additional insured is limited as follows: A. The person or organization is only an additional insured with respect to liability: 1. Arising out of real property, as described in a written contract or written agreement, that you own, rent, lease or occupy; or 2. Caused in whole or in part by your ongoing operations performed for that insured. The insurance provided the additional insured in 1.A.2.above does not apply to: a. Coverage A - Bodily Injury and Property Damage Liability, Coverage B - Personal and Ad- vertising Injury Liability or defense coverage under the Supplementary Payments arising out of an architect's, engineer's or surveyor's rendering of or failure to render any professional services including: (1) The preparing, approving, or failing to prepare or approve maps, shop drawings, opin- ions, reports, surveys, field orders, change orders or drawings and specifications; and (2) Supervisory, inspection, architectural or engineering activities. b. "Bodily injury" or "property damage" occurring after: (1) All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) were performed by or on behalf of the additional insured(s) at the site where the covered operations have been completed; or (2) That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontrac- tor engaged in performing operations for a principal as part of the same project. B. The limits of insurance applicable to the additional insured are those specified in a written contract or written agreement or the limits of Insurance as stated in the Declarations of this policy and defined in Section III - Limits Of Insurance of this policy, whichever are less. These limits are inclusive of and not in addition to the limits of insurance available under this policy. C. The insurance provided the additional insured does not apply to the liability resulting from the sole negligence of the additional insured. CG 84 15 12 03 Includes copyrighted material of ISO Properties., Inc., with its permission. © ISO Properties, Inc., 2003 Page 2 of 8 D. As respects the coverage provided to the additional insured unuer this endorsement, Section IV - Conditions is amended as follows: 1. The following is added to Condition 2. Duties In The Event Of Occurrence, Offense, Claim, or Suit: An additional insured under this endorsement will as soon as practicable: a. Give written notice of an "occurrence" or an offense, that may result in a claim or "suit" under this insurance to us; b. Tender the defense and indemnity of any claim or "suit" to all insurers whom also have insurance available to the additional insured; and c. Agree to make available any other insurance which the additional insured has for a Toss we cover under this Coverage Part. 2. The following is added to Condition 3. Legal Action Against Us: We have no duty to defend or indemnify an additional insured under this endorsement until we receive written notice of a claim or "suit" from the additional insured. 3. The following is added to Paragraph a., Primary Insurance of Condition 4. Other Insurance: If the additional insured's policy has an Other Insurance provision making its policy excess, and a Named Insured has agreed in a written contract or written agreement to provide the additional insured coverage on ar and noncontributory basis, this policy shall be primary and we will not seek contribution from the ad itiona "insure•'s policyfor damages we cover. 4. The following is added to Paragraph b., Excess Insurance of Condition 4. Other Insurance: Except as provided in Paragraph 4.a. Primary Insurance as amended above, any coverage provided hereunder shall be excess over any other valid and collectible insurance available to the additional insured whether primary, excess, contingent or on any other basis. In the event an additional insured has other coverage available for an "occurrence" by virtue of also being an additional insured on other policies, this insurance is excess over those other policies. 2. FIRE, LIGHTNING, EXPLOSION AND SPRINKLER LEAKAGE DAMAGE TO PREMISES YOU RENT If Damage To Premises Rented To You under Coverage A is not otherwise excluded from this policy, the following applies: A. The last paragraph of 2. Exclusions of Section 1- Coverage A is replaced by the following: If Damage To Premises Rented To You is not otherwise excluded, Exclusions c. through n. do not apply to damage by fire, lightning, "explosion" or sprinkler leakage to premises while rented to you or temporarily occupied by you with permission of the owner. A separate limit of insurance applies to this coverage as described in Section III - Limits Of Insurance. Includes copyrighted material of ISO Properties., Inc., with its permission. CG 84 15 12 03 © ISO Properties, Inc., 2003 Page 3 of 8 B. Paragraph 6. of Section III - Limits Of Insurance is replaced by the following: 6. Subject to 5. above, the Damage To Premises Rented To You Limit shown in the Summary of Limits and Charges section of this policy is the most we will pay under Coverage A for damages because of "property damage" to premises rented to you or temporarily occupied by you with the permission of the owner arising out of any one fire, lightning, "explosion" or sprinkler leakage incident. C. Paragraph b.(1)(b) of Condition 4. Other Insurance (Section IV - Conditions) is replaced by the following: (1) That is Fire, Lightning, Explosion or Sprinkler Leakage insurance for premises rented to you or temporarily occupied by you with the permission of the owner; D. Paragraph 9.a. of the definition of "insured contract" in Section V- Definitions is replaced by the following: 9. "Insured contract" means: a. A contract for the lease of premises. However, that portion of the contract for a lease of premises that indemnifies any person or organization for damages by fire, lightning, "explosion" or sprinkler leakage to premises while rented to you or temporarily occupied by you with the permission of the owner is not an "insured contract"; E. The following definition is added to Section V - Definitions: "Explosion" means a sudden release of expanding pressure accompanied by a noise, a bursting forth of material and evidence of the scattering of debris to locations further than would have resulted by gravity alone. "Explosion" does not include any of the following: 1. Artificially generated electrical current including electrical arcing that disturbs electrical devices, appliances or wires; 2. Rupture or bursting of water pipes; 3. Explosion of steam boilers, steam pipes, steam engines or steam turbines owned or leased by you, or operated under your control; or 4. Rupture or bursting caused by centrifugal force. 3. NON -OWNED WATERCRAFT Subparagraph g.(2) of Paragraph 2., Exclusions of Section 1- Coverage A is replaced by the following: (2) A watercraft you do not own that is: (a) Less than 51 feet long; and (b) Not being used to carry persons or property for a charge; 4. SUPPLEMENTARY PAYMENTS In the Supplementary Payments - Coverages A. and B. provision: The limit for the cost of bail bonds in Paragraph 1.b. is changed from $250 to $1000. CG 84 15 12 03 Includes copyrighted material of ISO Properties., Inc., with its permission. © ISO Properties, Inc., 2003 Page 4 of 8 5. PERSONAL AND ADVERTISING INJURY - ELECTRONIC PUBLICATION EXTENSION Paragraphs 14.b., d. and e. of Section V - Definitions are replaced by the following: b. Malicious prosecution or abuse of process; d. Oral, written, televised, videotaped or electronic publication of material that slanders or libels a person or organization or disparages a person's or organization's goods, products or services; e. Oral, written, televised, videotaped or electronic publication of material that violates a person's right of privacy; The following is added to Paragraph 14. "Personal and Advertising Injury" of Section V - Definitions: h. Discrimination or humiliation that results in injury to the feelings or reputation of a natural person, but only if such discrimination or humiliation is: (1) Not done intentionally by or at the direction of: (a) An insured; or (b) Any "executive officer" director, stockholder, partner or member of the insured; and (2) Not directly or indirectly related to the employment, prospective employment or termination of employment of any person or persons by any insured. Subparagraphs b. and c. of 2., Exclusions of Section I - Coverage B - Personal And Advertising Injury Liability are replaced by the following: b. Material Published With Knowledge Of Falsity "Personal and advertising injury" arising out of oral, written, televised, videotaped or electronic publication of material, if done by or at the direction of the insured with knowledge of its falsity; c. Material Published Prior To Policy Period "Personal and advertising injury" arising out of oral, written, televised, videotaped or electronic publication of material whose first publication took place before the beginning of the policy pe- riod; 6. AGGREGATE LIMITS OF INSURANCE (PER LOCATION) The General Aggregate Limit under Section III Limits Of Insurance applies separately to each of your "locations" owned by or rented to you or temporarily occupied by you with the permission of the owner. "Location" means premises involving the same or connecting lots, or premises whose connection is interrupted only by a street, roadway, waterway or right-of-way of a railroad. 7. AGGREGATE LIMITS OF INSURANCE (PER PROJECT) The General Aggregate Limit under Section III Limits Of Insurance applies separately to each of your projects away from premises owned by or rented to you. CG 84 15 12 03 Includes copyrighted material of ISO Properties., Inc., with its permission. © ISO Properties, Inc., 2003 Page 5 of 8 8. VOLUNTARY PROPERTY DAMAGE COVERAGE At your request, we will pay for "loss" to property of others caused by your business operations. The most we will pay for this coverage is $500 each "occurrence." The "loss" must occur during the policy period. The "occurrence" must take place in the "coverage territory". "Loss" means unintended damage or destruction. "Loss" does not mean disappearance, abstraction or theft. This coverage does not apply to: 1. Damage arising out of the use of any "auto"; 2. Property you own, occupy, rent or lease from others; or 3. Property on your premises for sale, service, repair or storage. None of the other policy exclusions apply to this coverage. If the policy to which this endorsement is attached is written with a property damage liability deductible, the deductible shall apply to Voluntary Property Damage. The limit of coverage stated above shall not be reduced by the amount of this deductible. 9. OFF PREMISES CARE, CUSTODY OR CONTROL COVERAGE A. We will pay those sums that you become legally obligated_to pay as damages because of "property damage" to personal property of others while in your or your "employees" care, custody or control or real property of others over which you or your employees are exercising physical control if the "property damage" arises out of your business operations. This Coverage is subject to sections B., C., D. and E. below. B. Exclusions This insurance shall not apply to: 1. "Property damage" of property at premises owned, rented, leased, operated or used by you; 2. "Property damage" of property while in transit; 3. The cost of repairing or replacing: (a) Any of your work defectively or incorrectly done by you or by others on your behalf; or (b) Any product manufactured, sold or supplied by you, unless the "property damage" is caused directly by you after delivery of the product or completion of the work and resulting from a subsequent undertaking; or 4. "Property damage" of property caused by or arising out of the "products -completed operations hazard". C. Limits of Insurance - The most we will pay for "property damage" under this Section 9. is $25,000 for each "occurrence". The most we will pay for the sum of all damages covered under this Section 9. because of "property damage" is an annual aggregate limit of $25,000. The Limits of Insurance provided under this Section 9. are inclusive of and not in addition to any other limits provided in the policy or endorsements attached to it. D. Deductible - We will not pay for "property damage" in any one "occurrence" until the amount of "property damage" exceeds $250. If the policy to which this endorsement is attached contains a "property damage" deductible, that deductible shall apply if it is greater than $250. E. In the event of "property damage" covered by this endorsement, you shall, if requested by us, replace the property or furnish the labor and materials necessary for repairs thereto at your actual cost, excluding profit or overhead charges. Includes copyrighted material of ISO Properties., Inc., with its permission. CG 84 15 12 03 © ISO Properties, inc., 2003 Page 6 of 8 10. NEWLY FORMED OR ACQUIRED ORGANIZATIONS A. Paragraph 4. of Section II - Who Is An Insured is deleted and replaced by the following: 4. Any business entity acquired by you or incorporated or organized by you under the laws of any individual state of the United States of America over which you maintain majority ownership interest exceeding fifty percent. Such acquired or newly formed organization will qualify as a Named Insured if there is no similar insurance available to that entity. However: a. Coverage under this provision applies only until the expiration of the policy period in which the entity was acquired or incorporated or organized by you. b. Coverage A does not apply to "bodily injury" or "property damage" that occurred before the entity was acquired or incorporated or organized by you. c. Coverage B does not apply to "personal and advertising injury" arising out of an offense committed before the entity was acquired or incorporated or organized by you. d. Records and descriptions of operations must be maintained by the first Named Insured. B. This Section 10. does not apply to newly formed or acquired organizations if coverage is excluded either by provisions of the Coverage Part or by other endorsement(s) attached to it. 11. DUTIES IN THE EVENT OF OCCURRENCE, OFFENSE, CLAIM OR SUIT A. The requirements in Section IV - Conditions Paragraph 2.a. that you must see to it that we are notified of an "occurrence" applies only when the "occurrence" is known to: 1. You, if you are an individual; 2. A partner, if you are a partnership; 3. A member or manager, if you are a limited liability company; 4. An executive officer or designee, if you are a corporation; 5. A trustee, if you are a trust; or 6. A designee, if you are any other type of organization. B. The requirements in Section IV - Conditions Paragraph 2.b. that you must see to it that we receive written notice of a claim or "suit" will not be considered breached unless the breach occurs after such claim or "suit" is known to: 1. You, if you are an individual; 2. A partner, if you are a partnership; 3. A member or manager if you are a limited liability company; 4. An executive officer or designee, if you are a corporation. 5. A trustee, if you are a trust; or 6. A designee, if you are any other type of organization. Knowledge of an "occurrence," claim or "suit" by the agent, servant or "employee" of any insured shall not in itself constitute knowledge of the insured unless an officer or designee shall have received notice from its agent, servant or "employee". CG 84 15 12 03 Includes copyrighted material of ISO Properties., Inc., with its permission. ® ISO Properties, Inc., 2003 Page 7 of 8 12. BODILY INJURY Paragraph 3. of the definition of "bodily injury" in the Section V - Definitions is replaced by the following: 3. "Bodily injury" means bodily injury, sickness or disease sustained by a person, including mental anguish or death resulting from any of these at any time. 13. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against any person or organization for whom you perform work under a written contract that requires you to obtain this agreement from us. This agreement shall not operate directly or indirectly to benefit anyone not named in the agreement. 14. MEDICAL PAYMENTS If Coverage C Medical Payments is not otherwise excluded, the Medical Expense limit provided by this policy shall be the greater of: A. $10,000; or B. The amount shown in the Declarations. 15. CONTRACTORS AMENDMENT OF POLLUTION EXCLUSION (JOB SITES) The following is added to Subparagraph f.(1)(d) of Paragraph 2., Exclusion f. of Section 1: (iv) "Bodily injury" or "property damage" to tangible property sustained outside a building and caused by the release of "pollutants" brought to any premises, site or location in connection with operations being performed by you or on your behalf by a contractor or subcontractor. As used in this endorsement, the release of "pollutants": (aa) Begins on a clearly identifiable specific day during the policy period and ends in its entirety not later than seventy-two (72) hours thereafter; (bb) Is discovered and reported to us within fifteen (15) days of the specific day it begins; (cc) Is neither expected nor intended from the standpoint of any insured; (dd) Is unrelated to any previous discharge, dispersal, seepage, migration, release or escape; and (ee) Does not originate at or from a storage tank or other container, duct or piping which is below the surface of the ground or water or which at any time has been buried under the surface of the ground or water and then is subsequently exposed by erosion, excavation or any other means. As used in this endorsement, tangible property does not include water or land, which is below ground level or not. Coverage provided hereunder does not apply to any discharge, dispersal, seepage, migration, release or escape that is merely threatened or alleged rather than shown to have actually occurred. All other terms and conditions of your policy remain unchanged. cr. 84151203 Includes copyrighted material of ISO Properties., Inc., with its permission. Page 8 of 8 © ISO Properties, Inc., 2003 g ACORDM CERTIFICATE OF LIABIL TY INSURANCE DATE (MM/DD/YYYY) 11/05/2008 PRODUCER (509)787-3571 Martin -Morris Agency, Inc. 13 C Street SW P.O. Box 726 Quincy, WA 98848 INSURED Valley Excavating, LLC PO Box 785 Ellensburg, WA 98926-0785 FAX (509)787-1618 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIC # INSURERA: MUTUAL OF ENUMCLAW 14761 INSURER B: INSURER C: INSURER D: INSURER E: THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR ADD'LTYpE INSRD OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE (MM/DD/YY) POLICY EXPIRATION DATE (MM/DD/YY) LIMITS GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ DAMAGE TO RENTED PRFMISFS (Fa or..rnrenre) CLAIMS MADE OCCUR MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $ GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ —1 POLICY PRO- JECT A AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS0---kk SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS CP40018714 ((((����� q�0.��0 1 ,f `,• "��� "\:1 05/08/2008 ,q c..1\ ` ,�( 05/08/2009 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 X BODILY INJURY (Per person) X BODILY INJURY (Per accident) $ X PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY ANY AUTO1 J V �,,/1, 1^ x V 1 AUTO ONLY- EA ACCIDENT $ OTHER THAN EA ACC $ AUTO ONLY: AGG $ EXCESS/UMBRELLA LIABILITY � ` EACH OCCURRENCE $ OCCUR CLAIMS MADE AGGREGATE $ DEDUCTIBLE RETENTION $ $ $ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? If yes, describe under SPECIAL PROVISIONS below H - IOC LIMITSIJ- R TORY E ER E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE 5 E.L DISEASE - POLICY LIMIT $ OTHER DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS City of Yakima, Their Agents, Employees and Elected or Appointed Officials as additional insured for The McAllister Business Park, Ph 2 Improvements Project #2249 CERTIFICATE HOLDER CANCELLATION City of Yakima 129 N 2nd Street Yakima, WA 98901 ACORD 25 (2001/08) FAX: (509) 576-6383 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 20 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTI E°SFtALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSUR ITS AGENTS OR REPRESENTATIVES. AUTHO ED R PRESENTATIVE et- ©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) THE AMERICAN INSTITUTE OF ARCHITECTS BOND # 105183045 AIA Document A312 Performance Bond Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. CONTRACTOR (Name and Address): VALLEY EXCAVATING, L L C P.O. BOX 785 ELLENSBURG, WASHINGTON OWNER (Name and Address): CITY OF YAKIMA YAKIMA, WASHINGTON SURETY (Name and Principal Place of Business): TRAVELERS CASUALTY & SURETY CO. OF AMERICA 770 PENNSYLVANIA DRIVE, SUITE 110 98926 EXTON, PA. 19341 CONSTRUCTION CONTRACT Date: Amount: $323,962.15 Description (Name and Location): WATER, SEWER, SIDEWALK AND ROADWAY BOND Date (Not earlier than Construction Contract Date): Amount: $323,962.15 Modifications to this Bond: CONTRACTOR AS PRINCIPAL Company: VALLEY EXCAVATING, L L C Signature: Mee,i Name and Title: (Corporate Seal) (Any additional signatures appear on page 3) None SURETY Company: TRAVELERS Signat Name and Title: SHEL ' BURN AM ATTO +EY -IN -FACT ❑ See Page 3 (Corporate Seal) C mi. UALTY & SURETY, • . OF A- RICA (FOR INFORMATION ONLY—Name, Address and Telephone) AGENT or BROKER: OWNER'S REPRESENTATIVE (Architect, Engineer or other party): AIA DOCUMENT A312 • PERFORMANCE BOND AND PAYMENT BOND • DECEMBER 1984 ED. • AIA cA THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE., N.W., WASHINGTON, D.C. 20006 THIRD PRINTING • MARCH 1987 A312-1984 1 1 The Contractor and the Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns to the Owner for the performance of the Construction Contract, which is incorporated herein by reference. 2 If the Contractor performs the Construction Contract, the Surety and the Contractor shall have no obligation under this Bond, except to participate in conferences as provided in Subparagraph 3.1. 3 If there is no Owner Default, the Surety's obligation under this Bond shall arise after: 3.1 The Owner has notified the Contractor and the Surety at its address described in Paragraph 10 below that the Owner is considering declaring a Contractor Default and has requested and attempted to arrange a conference with the Contractor and the Surety to be held not later than fifteen days after receipt of such notice to discuss methods of performing the Construc- tion Contract. If the Owner, the Contractor and the Surety agree, the Contractor shall be allowed a reason- able time to perform the Construction Contract, but such an agreement shall not waive the Owner's right, if any, subsequently to declare a Contractor Default; and 3.2 The Owner has declared a Contractor Default and formally terminated the Contractor's right to complete the contract. Such Contractor Default shall not be de- clared earlier than twenty days after the Contractor and the Surety have received notice as provided in Sub- paragraph 3.1; and 3.3 The Owner has agreed to pay the Balance of the Contract Price to the Surety in accordance with the terms of the Construction Contract or to a contractor selected to perform the Construction Contract in accor- dance with the terms of the contract with the Owner. 4 When the Owner has satisfied the conditions of Para- graph 3, the Surety shall promptly and at the Surety's ex- pense take one of the following actions: 4.1 Arrange for the Contractor, with consent of the Owner, to perform and complete the Construction Contract; or 4.2 Undertake to perform and complete the Construc- tion Contract itself, through its agents or through inde- pendent contractors; or 4.3 Obtain bids or negotiated proposals from qualified contractors acceptable to the Owner for a contract for performance and completion of the Con- struction Contract, arrange for a contract to be pre- pared for execution by the Owner and the contractor selected with the Owner's concurrence, to be secured with performance and payment bonds executed by a qualified surety equivalent to the bonds issued on the Construction Contract, and pay to the Owner the amount of damages as described in Paragraph 6 in ex- cess of the Balance of the Contract Price incurred by the Owner resulting from the Contractor's default; or 4.4 Waive its right to perform and complete, arrange for completion, or obtain a new contractor and with reasonable promptness under the circumstances: .1 After investigation, determine the amount for which it may be liable to the Owner and, as soon as practicable after the amount is deter- mined, tender payment therefor to the Owner; or .2 Deny liability in whole or in part and notify the Owner citing reasons therefor. 5 If the Surety does not proceed as provided in Paragraph 4 with reasonable promptness, the Surety shall be deemed to be in default on this Bond fifteen days after receipt of an additional written notice from the Owner to the Surety demanding that the Surety perform its obligations under this Bond, and the Owner shall be entitled to enforce any remedy available to the Owner. If the Surety proceeds as provided in Subparagraph 4.4, and the Owner refuses the payment tendered or the Surety has denied liability, in whole or in part, without further notice the Owner shall be entitled to enforce any remedy available to the Owner. 6 After the Owner has terminated the Contractor's right to complete the Construction Contract, and if the Surety elects to act under Subparagraph 4.1, 4.2, or 4.3 above, then the responsibilities of the Surety to the Owner shall not be greater than those of the Contractor under the Construction Contract, and the responsibilities of the Owner to the Surety shall not be greater than those of the Owner under the Construction Contract. To the limit of the amount of this Bond, but subject to commitment by the Owner of the Balance of the Contract Price to mitigation of costs and damages on the Construction Contract, the Sure- ty is obligated without duplication for: 6.1 The responsibilities of the Contractor for correc- tion of defective work and completion of the Construc- tion Contract; 6.2 Additional legal, design professional and delay costs resulting from the Contractor's Default, and re- sulting from the actions or failure to act of the Surety under Paragraph 4; and 6.3 Liquidated damages, or if no liquidated damages are specified in the Construction Contract, actual dam- ages caused by delayed performance or non-perfor- mance of the Contractor. 7 The Surety shall not be liable to the Owner or others for obligations of the Contractor that are unrelated to the Con- struction Contract, and the Balance of the Contract Price shall not be reduced or set off on account of any such unrelated obligations. No right of action shall accrue on this Bond to any person or entity other than the Owner or its heirs, executors, administrators or successors. 8 The Surety hereby waives notice of any change, includ- ing changes of time, to the Construction Contract or to related subcontracts, purchase orders and other obliga- tions. 9 Any proceeding, legal or equitable, under this Bond may be instituted in any court of competent jurisdiction in the location in which the work or part of the work is located and shall be instituted within two years after Contractor Default or within two years after the Contractor ceased working or within two years after the Surety refuses or fails to perform its obligations under this Bond, whichever oc- curs first. If the provisions of this Paragraph are void or prohibited by law, the minimum period of limitation avail - AIA DOCUMENT A312 • PERFORMANCE BOND AND PAYMENT BOND • DECEMBER 1984 ED. • AIA ® THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE., N.W., WASHINGTON, D.C. 20006 THIRD PRINTING • MARCH 1987 A312-1984 2 able to sureties as a defense in the jurisdiction of the suit shall be applicable. 10 Notice to the Surety, the Owner or the Contractor shall be mailed or delivered to the address shown on the sig- nature page. 11 When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to be performed, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions con- forming to such statutory or other legal requirement shall be deemed incorporated herein. The intent is that this Bond shall be construed as a statutory bond and not as a common law bond. 12 DEFINITIONS 12.1 Balance of the Contract Price: The total amount payable by the Owner to the Contractor under the Construction Contract after all proper adjustments have been made, including allowance to the Con - MODIFICATIONS TO THIS BOND ARE AS FOLLOWS: tractor of any amounts received or to be received by the Owner in settlement of insurance or other claims for damages to which the Contractor is entitled, re- duced by all valid and proper payments made to or on behalf of the Contractor under the Construction Con- tract. 12.2 Construction Contract: The agreement between the Owner and the Contractor identified on the sig- nature page, including all Contract Documents and changes thereto. 12.3 Contractor Default: Failure of the Contractor, which has neither been remedied nor waived, to per- form or otherwise to comply with the terms of the Construction Contract. 12.4 Owner Default: Failure of the Owner, which has neither been remedied nor waived, to pay the Con- tractor as required by the Construction Contract or to perform and complete or comply with the other terms thereof. (Space is provided below for additional signatures of added parties, other than those appearing on the cover page.) CONTRACTOR AS PRINCIPAL Company: (Corporate Seal) Signature: Name and Title: Address: SURETY Company: (Corporate Seal) Signature • Name and Title: Address: AIA DOCUMENT A312 • PERFORMANCE BOND AND PAYMENT BOND • DECEMBER 1984 ED. • AIA THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE., N.W., WASHINGTON, D.C. 20006 THIRD PRINTING • MARCH 1987 A312-1984 3 THE AMERICAN INSTITUTE OF ARCHITECTS BOND # 105183045 AIA Document A312 Payment Bond Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. CONTRACTOR (Name and Address): VALLEY EXCAVATING, L L C P.O. BOX 785 ELLENSBURG, WASHINGTON 98926 OWNER (Name and Address): CITY OF YAKIMA YAKIMA, WASHINGTON CONSTRUCTION CONTRACT Date: Amount: $323,962.15 Description (Name and Location): WATER, SEWER, SIDEWALK AND ROADWAY BOND Date (Not earlier than Construction Contract Date): Amount: $323,962.15 Modifications to this Bond: CONTRACTOR AS PRINCIPAL Company: VALLEY EXCAVATING, Signature ` ,k - Name and Title: L C (Corporate Seal) (Any additional signatures appear on page 6) SURETY (Name and Principal Place of Business): TRAVELERS CASUALTY & SURETY CO. OF AMERICA 770 PENNSYLVANIA DRIVE, SUITE 110 EXTON, PA. 19341 XX® None ❑ See Page 6 SURETY Company: (Corporate Seal) TRAVELERS ASUALTY & SUR CO. OF AMERICA Signa:' 1., Name and Title: SHE Y BURNHAM ATT NEY-IN--:FACT (FOR INFORMATION ONLY—Name, Address and Telephone) AGENT or BROKER: OWNER'S REPRESENTATIVE (Architect, Engineer or other party): AIA DOCUMENT A312 • PERFORMANCE BOND AND PAYMENT BOND • P ECEMBER 1984 ED. • AIA OO THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE., N.W., WASHINGTON, D.C. 20006 THIRD PRINTING • MARCH 1987 A312-1984 4 1 The Contractor and the Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns to the Owner to pay for labor, materials and equipment furnished for use in the perfor- mance of the Construction Contract, which is incorpo- rated herein by reference. 2 With respect to the Owner, this obligation shall be null and void if the Contractor: 2.1 Promptly makes payment, directly or indirectly, for all sums due Claimants, and 2.2 Defends, indemnifies and holds harmless the Owner from claims, demands, liens or suits by any person or entity whose claim, demand, lien or suit is for the payment for labor, materials or equipment fur- nished for use in the performance of the Construction Contract, provided the Owner has promptly notified the Contractor and the Surety (at the address described in Paragraph 12) of any claims, demands, liens or suits and tendered defense of such claims, demands, liens or suits to the Contractor and the Surety, and provided there is no Owner Default. 3 With respect to Claimants, this obligation shall be null and void if the Contractor promptly makes pay- ment, directly or indirectly, for all sums due. 4 The Surety shall have no obligation to Claimants under this Bond until: 4.1 Claimants who are employed by or have a direct contract with the Contractor have given notice to the Surety (at the address described in Paragraph 12) and sent a copy, or notice thereof, to the Owner, stating that a claim is being made under this Bond and, with substantial accuracy, the amount of the claim. 4.2 Claimants who do not have a direct contract with the Contractor: .1 Have furnished written notice to the Con- tractor and sent a copy, or notice thereof, to the Owner, within 90 days after having last performed labor or last furnished materials or equipment included in the claim stating, with substantial accuracy, the amount of the claim and the name of the party to whom the materials were furnished or supplied or for whom the labor was done or performed; and .2 Have either received a rejection in whole or in part from the Contractor, or not received within 30 days of furnishing the above no- tice any communication from the Contractor by which the Contractor has indicated the claim will be paid directly or indirectly; and .3 Not having been paid within the above 30 days, have sent a written notice to the Surety (at the address described in Paragraph 12) and sent a copy, or notice thereof, to the Owner, stating that a claim is being made under this Bond and enclosing a copy of the previous written notice furnished to the Contractor. 5 If a notice required by Paragraph 4 is given by the Owner to the Contractor or to the Surety, that is suffi- cient compliance. 6 When the Claimant has satisfied the conditions of Paragraph 4, the Surety shall promptly and at the Surety's expense take the following actions: 6.1 Send an answer to the Claimant, with a copy to the Owner, within 45 days after receipt of the claim, stating the amounts that are undisputed and the basis for challenging any amounts that are disputed. 6.2 Pay or arrange for payment of any undisputed amounts. 7 The Surety's total obligation shall not exceed the amount of this Bond, and the amount of this Bond shall be credited for any payments made in good faith by the Surety. 8 Amounts owed by the Owner to the Contractor under the Construction Contract shall be used for the perfor- mance of the Construction Contract and to satisfy claims, if any, under any Construction Performance Bond. By the Contractor furnishing and the Owner accepting this Bond, they agree that all funds earned by the Contractor in the performance of the Construction Contract are dedicated to satisfy obligations of the Contractor and the Surety under this Bond, subject to the Owner's prior- ity to use the funds for the completion of the work. 9 The Surety shall not be liable to the Owner, Claimants or others for obligations of the Contractor that are unrelat- ed to the Construction Contract. The Owner shall not be liable for payment of any costs or expenses of any Claim- ant under this Bond, and shall have under this Bond no obli- gations to make payments to, give notices on behalf of, or otherwise have obligations to Claimants under this Bond. 10 The Surety hereby waives notice of any change, including changes of time, to the Construction Contract or to related subcontracts, purchase orders and other obligations. 11 No suit or action shall be commenced by a Claimant under this Bond other than in a court of competent juris- diction in the location in which the work or part of the work is located or after the expiration of one year from the date (1) on which the Claimant gave the notice required by Subparagraph 4.1 or Clause 4.2.3, or (2) on which the last labor or service was performed by anyone or the last mate- rials or equipment were furnished by anyone under the Con- struction Contract, whichever of (1) or (2) first occurs. If the provisions of this Paragraph are void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. 12 Notice to the Surety, the Owner or the Contractor shall be mailed or delivered to the address shown on the signature page. Actual receipt of notice by Surety, the Owner or the Contractor, however accomplished, shall be sufficient compliance as of the date received at the address shown on the signature page. 13 When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to be performed, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions con- forming to such statutory or other legal requirement shall be deemed incorporated herein. The intent is that this AIA DOCUMENT A312 • PERFORMANCE BOND AND PAYMENT BOND • DECEMBER 1984 ED • AIA® THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE., N.W., WASHINGTON, D.C. 20006 THIRD PRINTING • MARCH 1987 A312-1984 5 Bond shall be construed as a statutory bond and not as a common law bond. 14 Upon request by any person or entity appearing to be a potential beneficiary of this Bond, the Contractor shall promptly furnish a copy of this Bond or shall permit a copy to be made. 15 DEFINITIONS 15.1 Claimant: An individual or entity having a direct contract with the Contractor or with a subcontractor of the Contractor to furnish labor, materials or equip- ment for use in the performance of the Contract. The intent of this Bond shall be to include without limita- tion in the terms "labor, materials or equipment" that part of water, gas, power, light, heat, oil, gasoline, telephone service or rental equipment used in the MODIFICATIONS TO THIS BOND ARE AS FOLLOWS: Construction Contract, architectural and engineering services required for performance of the work of the Contractor and the Contractor's subcontractors, and all other items for which a mechanic's lien may be asserted in the jurisdiction where the labor, materials or equipment were furnished. 15.2 Construction Contract: The agreement between the Owner and the Contractor identified on the sig- nature page, including all Contract Documents and changes thereto. 15.3 Owner Default: Failure of the Owner, which has neither been remedied nor waived, to pay the Con- tractor as required by the Construction Contract or to perform and complete or comply with the other terms thereof. (Space is provided below for additional signatures of added parties, other than those appearing on the cover page.) CONTRACTOR AS PRINCIPAL Company: (Corporate Seal) Signature: Name and Title: Address: SURETY Company: (Corporate Seal) Signature: Name and Title: Address: AIA DOCUMENT A312 • PERFORMANCE BOND AND PAYMENT BOND • DECEMBER 1984 ED. • AIA ® THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE., N.W., WASHINGTON, D.C. 20006 THIRD PRINTING • MARCH 1987 A312.1984 6 TRAVELERS J Attorney -In Fact No. 219972 WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER POWER OF ATTORNEY Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. Seaboard Surety Company St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company Certificate No. 002364322 KNOW ALL MEN BY THESE PRESENTS: That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York, that St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc. is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Tammy R. McKee, Traci Sullivan, Shelley Burnham, and Lisa Daley of the City of Yakima State of Washington , their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted: in any actions or proceedings allowed by law. 7th IN WITNESS WHEREOF, the Companies have caused this instrunrent,to be signed and their corporate seals to be hereto affixed, this day of May 2 008 Farmington Casualty Company Fidelity and Guaranty InsuranceCompany Fidelity and Guaranty Insurance Underwriters, Inc. Seaboard Surety Company St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company State of Connecticut City of Hartford ss. By: ice President On this the 7th day of May 2008 before me personally appeared George W. Thompson, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. My Commission expires the 30th day of June, 2011. 58440-5-07 Printed in U.S.A. V\.60..04 C . Marie C. Tetreault, Notary Public WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company, of America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) drily executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facs;n,;le signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kori M. Johanson, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, nd United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 29TH day of OCTOBER ns,�\ ops arra i 1 S 0 1977 ,2(:08 . Kori M. Johans To verify the authenticity of this Power of Attorney, call 1-800-421-3880 or contact us at www.travelersbond.com. Please refer to the Attorney -In -Fact number, the above-named individuals and the details of the bond to which the power is attached. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER STATE OF WASHINGTON) ss COUNTY OF YAKIMA ) MINIMUM WAGE At rwAVIT 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 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 76 PREVAILING WAGE RATES Department of Labor and Industries Statement State Wage Rates for Yakima County (Insert) Benefit Code Key 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 "WI" 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, *IL, 1 P, 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. X 4. Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes smaller than 60 inch diameter. X 5. Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes larger than 60 inch diameter. X 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 2 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION YES NO 8. Anchor Bolts & Nuts - Anchor Bolts and Nuts, for mounting sign structures, luminaries and other items, shall be made from commercial bolt stock. See Contract Plans and Std. Plans for size and material type. X 9. Aluminum Pedestrian Handrail - Pedestrian handrail conforming to the type and material specifications set forth in the contract plans. Welding of aluminum shall be in accordance with Section 9-28.14(3). X 10. Major Structural Steel Fabrication - Fabrication of major steel items such as trusses, beams, girders, etc., for bridges. X 11. Minor Structural Steel Fabrication - Fabrication of minor steel Items such as special hangers, brackets, access doors for structures, access ladders for irrigation boxes, bridge expansion joint systems, etc., involving welding, cutting, punching and/or boring of holes. See Contact Plans for item description and shop drawings. X 12. Aluminum Bridge Railing Type BP - Metal bridge railing conforming to the type and material specifications set forth in the Contract Plans. Welding of aluminum shall be in accordance with Section 9-28.14(3). X 13. Concrete Piling--Precast-Prestressed concrete piling for use as 55 and 70 ton concrete piling. Concrete to conform to Section 9-19.1 of Std. Spec.. X 14. Precast Manhole Types 1, 2, and 3 with cones, adjustment sections and flat top slabs. See Std. Plans. X 15. Precast Drywell Types 1, 2, and with cones and adjustment Sections. See Std. Plans. X 16. Precast Catch Basin - Catch Basin type 1, 'IL, 1 P, and 2 With adjustment sections. See Std. Plans. X 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. Pians X 18. Precast Drop Inlet Type 1 and 2 with metal grate supports. See Std. Plans. X 19. Precast Grate Inlet Type 2 with extension and top units. See Std. Plans X 20. Metal frames, vaned grates, and hoods for Combination Inlets. See Std. Plans X 21. Precast Concrete Utility Vaults - Precast Concrete utility vaults of various sizes. Used for in ground storage of utility facilities and controls. See Contract Plans for size and construction requirements. Shop drawings are to be provided for approval prior to casting 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 naval in ci7a and chane nQ ehnwn in Plane 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. i. 28. 12, 18 and 26 inch Standard Precast Prestressed Girder — Standard Precast Prestressed Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A X 29. Prestressed Concrete Girder Series 4-14 - Prestressed Concrete Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A 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 WSDOrs 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. 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-1 1 1. X L 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 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 Custom Std Signing Message Message 43. Cutting & bending reinforcing steel x i 44. Guardrail components X ' X Custom i Standard End Sec 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 X 49. treated or untreated timber pile x 50. Girder pads (elastomeric bearing) 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 X 54. Guide Posts X 55. Traffic Buttons x 56. Epoxy x 57. Cribbing 58. Water distribution materials x 59. Steel "H" piles x 60. Steel pipe for concrete pile casings X 61. Steel pile tips, standard X 62. Steel pile tips, custom X Supplemental to Wage Rates 8 State of Washington Department of Labor and Industries Prevailing Wage Section - Telephone (360) 902 - PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, workers' wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements is provided on the Benefit Code Key. METAL FABRICATION (IN SHOP) EFFECTIVE 08-31-2008 *************************************** k******* k****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 METAL FABRICATION (IN SHOP) EFFECTIVE 08-31-2008 Classification Code (See Benefit Code Key) Prevailing Wage Overtime Holiday Code Code Counties Covered: CLARK FITTER $28.63 1E 6H LABORER $20.35 1E 6H MACHINE OPERATOR $29.91 1E 6H PAINTER $26.45 1E 6H WELDER $28.03 1E 6H LAYEROUT $29.91 1E 6H Counties Covered: COWLITZ 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 08-31-2008 ********************************J.A *i******* ********** 1 ************************ k************** int***** Classification Code (See Benefit Code Key) Prevailing Overtime Holiday Wage Code Code Counties Covered: KLICKITAT, SKAMANIA, WAHKIAKUM FITTER/WELDER $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 08-31-2008 *********************************** ,**-*IrkinTrir* **** ******* ************************** Classification Code (See Benefit Code Key) Prevailing nverfime I-Inlid i ,uu Wage Code Code Counties Covered: THURSTON FITTER ER $24.88 1A 6T LABORER $16.61 1A 6T MACHINE OPERATOR $26.95 1A 6T LAYEROUT $26.95 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 08-31-2008 ***********************************************************************AAAAAA*********************** 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 $13.15 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 RPni IIRED 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 mcnrnnrntinn of the matnrialc into tha inh city 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 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 08/31/08 ********************************************************************************************************** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $30.25 1H 5D BOILERMAKERS JOURNEY LEVEL $50.33 1C 5N BRICK AND MARBLE MASONS JOURNEY LEVEL $37.52 2M 5A CABINET MAKERS (IN SHOP) JOURNEY LEVEL $19.24 1 CARPENTERS ACOUSTICAL WORKER $36.22 1M 5D BRIDGE, DOCK AND WARF CARPENTERS $45.46 1M 5D CARPENTER $36.22 1M 5D CREOSOTED MATERIAL $36.22 1M 5D DRYWALL APPLICATOR $36.22 1M 5D FLOOR FINISHER $36.22 1M 5D FLOOR LAYER $36.22 1M 5D FLOOR SANDER $36.22 1M 5D MILLWRIGHT $46.46 1M 5D PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING $45.66 1M 5D SAWFILER $36.22 1M 5D SHINGLER $36.22 1M 5D STATIONARY POWER SAW OPERATOR $36.22 1M 5D STATIONARY WOODWORKING TOOLS $36.22 1M 5D CEMENT MASONS JOURNEY LEVEL $33.81 1N 5D DIVERS & TENDERS DIVER $92.31 1M 5D 8A DIVER TENDER $49.84 1M 5D DREDGE WORKERS ASSISTANT ENGINEER $47.09 1T 5D 8L ASSISTANT MATE (DECKHAND) $46.58 1T 50 8L BOATMEN $47.09 1T 5D 8L ENGINEER WELDER $47.14 1T 5D 8L LEVERMAN, HYDRAULIC $48.71 1T 5D 8L MAINTENANCE $46.58 1T 50 8L MATES $47.09 1T 5D 8L OILER $46.71 1T 5D 8L DRYWALL TAPERS JOURNEY LEVEL $31.66 1P 5A ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL $20.99 1 Page 1 ¥AKIMA COUNTY EFFECTIVE 08/31/08 ********************************************************************************************************** (See Benefit Code Key) Over PREVAILING lime Holiday Note Classification WAGE Code Code Code ELECTRICIANS - INSIDE JOURNEY LEVEL $47.21 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 $51.64 4A 5A JACKHAMMER OPERATOR $39.19 4A 5A JOI IRNFY 1 FVFI 1 INFPFRSON $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 $28.37 1H 5D GLAZIERS JOURNEY LEVEL $22.43 18 61 HEAT & FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $23.18 1 HEATING EQUIPMENT MECHANICS MECHANIC: $13.91 1 HOD CARRIERS & MASON TENDERS JOURNEY LEVEL $31.16 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 T/ TRUCK OPERATOR $1 A.J53 1 1 V INSULATION APPLICATORS JOURNEY LEVEL $32.91 1 IRONWORKERS JOURNEY LEVEL $44.52 10 5A Page 2 YAKIMA COUNTY EFFECTIVE 08/31/08 ********************************************************************************************************** (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 $30.25 1H 5D PIPE LAYER $30.77 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 $36.22 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 $44.83 1R 5B PLAYGROUND & PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $8.07 1 PLUMBERS & PIPEFITTERS JOURNEY LEVEL $57.74 1Q 5A POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $44.64 1T 5D 8L BACKHOE, EXCAVATOR, SHOVEL (3 YD & UNDER) $47.42 1T 5D 8L BACKHOE, EXCAVATOR, SHOVEL (OVER 3 YD & UNDER 6 YD) $47.91 1T 5D 8L BACKHOE, EXCAVATOR, SHOVEL (6 YD AND OVER WITH ATTACHMENTS) $48.46 1T 5D 8L BACKHOES, (75 HP & UNDER) $47.00 1T 5D 8L BACKHOES, (OVER 75 HP) $47.42 1T 5D 8L BARRIER MACHINE (ZIPPER) $47.42 1T 5D 8L BATCH PLANT OPERATOR, CONCRETE $47.42 1T 5D 8L BELT LOADERS (ELEVATING TYPE) $47.00 1T 5D 8L BOBCAT (SKID STEER) $44.64 1T 5D 8L BROOMS $44.64 1T 5D 8L BUMP CUTTER $47.42 1T 5D 8L CABLEWAYS $47.91 1T 5D 8L CHIPPER $47.42 1T 5D 8L COMPRESSORS $44.64 1T 5D 8L CONCRETE FINISH MACHINE - LASER SCREED $44.64 1T 5D 8L CONCRETE PUMPS $47.00 1T 5D 8L CONCRETE PUMP -TRUCK MOUNT WITH BOOM ATTACHMENT $47.42 1T 5D 8L CONVEYORS $47.00 1T 5D 8L CRANES, THRU 19 TONS, WITH ATTACHMENTS $47.00 1T 5D 8L CRANES, 20 - 44 TONS, WITH ATTACHMENTS $47.42 1T 5D 8L CRANES, 45 TONS - 99 TONS, UNDER 150 FT OF BOOM (INCLUDING JIB $47.91 1T 5D 8L WITH ATACHMENTS) Page 3 YAKIMA COUNTY EFFECTIVE 08/31/08 (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 $48.46 1T 5D 8L WITH ATTACHMENTS) CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM (INCLUDING JIB $47.03 1T 5D 8L WITH ATTACHMENTS) CRANES, A -FRAME, 10 TON AND UNDER $44.64 1T 5D 8L CRANES, A -FRAME, OVER 10 TON $47.00 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) $47.42 1T 5D 8L CRANES, OVERHEAD, BRIDGE TYPE (45 - 99 TONS) $47.91 1T 5D 8L CRANES, OVERHEAD, BRIDGE TYPE (100 TONS & OVER) $48.46 1T 5D 8L CRANES, TOWER CRANE UP TO 175' IN HEIGHT, BASE TO BOOM $48.46 1T 5D 8L CRANES, TOWER CRANE OVER 175' IN HEIGHT, BASE TO BOOM $47.03 1T 5D 8L CRUSHERS $47.42 1T 50 8L DECK ENGINEER/DECK WINCHES (POWER) $47.42 1T 5D 8L DERRICK, BUILDING $47.91 1T 5D 8L DOZERS, D-9 & UNDER $47.00 1T 5D 8L DRILL OILERS - AUGER TYPE, TRUCK OR CRANE MOUNT $47.00 1T 5D 8L DRILLING MACHINE $47.42 1T 5D 8L ELEVATOR AND MANLIFT. PERMANENT AND SHAFT -TYPE $44,64 1T 5D 8L EQUIPMENT SERVICE ENGINEER (OILER) $47.00 1T 5D 8L FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $47.42 1T 5D 8L FORK LIFTS, (3000 LBS AND OVER) $47.00 1T 5D 8L FORK LIFTS, (UNDER 3000 LBS) $44.64 1T 5D 8L GRADE ENGINEER $47.00 1T 5D 8L GRADECHECKER AND STAKEMAN $44.64 1T 5D 8L GUARDRAIL PUNCH $47.42 1T 50 8L HOISTS, OUTSIDE (ELEVATORS AND MANLIFTS), AIR TUGGERS $47.00 1T 5D 8L HORIZONTAUDIRECTIONAL DRILL LOCATOR $47.00 1T 5D 8L HORIZONTAUDIRECTIONAL DRILL OPERATOR $47.42 1T 5D 8L HYDRALIFTS/BOOM TRUCKS (10 TON & UNDER) $44.64 1T 5D 8L HYDRALIFTS/BOOM TRUCKS (OVER 10 TON) $47.00 1T 5D 8L LOADERS, OVERHEAD (6 YD UP TO 8 YD) $47.91 1T 5D 8L LOADERS, OVERHEAD (8 YD & OVER) $48.46 1T 5D 8L LOADERS, OVERHEAD (UNDER 6 YD), PLANT FEED $47,42 1T 5D 8L LOCOMOTIVES, ALL $47.42 1T 5D 8L MECHANICS, ALL $47.91 1T 5D 8L MIXERS, ASPHALT PLANT $47.42 1T 5D 8L MOTOR PATROL GRADER (FINISHING) $47.42 1T 5D 8L MOTOR PATROL GRADER (NON -FINISHING) $47.00 1T 5D 8L MUCKING MACHINE, MOLE, TUNNEL DRILL AND/OR SHIELD $47.91 1T 5D 8L OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING $44.64 1T 5D 8L OPERATOR PAVEMENT BREAKER $44.64 1T 5D 8L PILEDRIVER (OTHER THAN CRANE MOUNT) $47.42 1T 5D 8L PLANT OILER (ASPHALT, CRUSHER) $47.00 1T 5D 8L POSTHOLE DIGGER, MECHANICAL $44.64 1T 5D 8L POWER PLANT $44.64 1T 5D OL PUMPS, WATER $44.64 1T 5D 8L QUAD 9, D-10, AND HD -41 $47.91 1T 5D 8L REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $47.91 1T 5D 8L EQUIP RIGGER AND BELLMAN $44.64 1T 5D 8L Page 4 YAKIMA COUNTY EFFECTIVE 08/31/08 ********************************************************************************************************** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ROLLAGON $47.91 1T 5D 8L ROLLER, OTHER THAN PLANT ROAD MIX $44.64 1T 5D 8L ROLLERS, PLANTMIX OR MULTILIFT MATERIALS $47.00 1T 5D 8L ROTO -MILL, ROTO -GRINDER $47.42 1T 5D 8L SAWS, CONCRETE $47.00 1T 5D 8L SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING $47.42 1T 5D 8L OFF-ROAD EQUIPMENT ( UNDER 45 YD) SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING $47.91 1T 5D 8L OFF-ROAD EQUIPMENT (45 YD AND OVER) SCRAPERS, CONCRETE AND CARRY ALL $47.00 1T 5D 8L SCREED MAN $47.42 1T 5D 8L SHOTCRETE GUNITE $44.64 1T 5D 8L SLIPFORM PAVERS $47.91 1T 5D 8L SPREADER, TOPSIDE OPERATOR - BLAW KNOX $47.42 1T 5D 8L SUBGRADE TRIMMER $47.42 1T 5D 8L TOWER BUCKET ELEVATORS $47.00 1T 5D 8L TRACTORS, (75 HP & UNDER) $47.00 1T 5D 8L TRACTORS, (OVER 75 HP) $47.42 1T 5D 8L TRANSFER MATERIAL SERVICE MACHINE $47.42 1T 5D 8L TRANSPORTERS, ALL TRACK OR TRUCK TYPE $47.91 1T 5D 8L TRENCHING MACHINES $47.00 1T 5D 8L TRUCK CRANE OILER/DRIVER ( UNDER 100 TON) $47.00 1T 5D 8L TRUCK CRANE OILER/DRIVER (100 TON & OVER) $47.42 1T 5D 8L TRUCK MOUNT PORTABLE CONVEYER $47.42 1T 5D 8L WHEEL TRACTORS, FARMALL TYPE $44.64 1T 5D 8L YO YO PAY DOZER $47.42 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 $33.69 4A 5A TREE TRIMMER GROUNDPERSON $25.43 4A 5A REFRIGERATION & AIR CONDITIONING MECHANICS MECHANIC $57.74 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 08/31/08 (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) $32.26 1B 5A RESIDENTIAL SOFT FLOOR LAYERS JOURNEY LEVEL $17.55 1 RESIDENTIAL TERRAZZO/TILE FINISHERS JOURNEY LEVEL $17.00 1 ROOFERS JOURNEY LEVEL $31.31 2P 51 USING IRRITABLE BITUMINOUS McTER1ALS $34.31 2P 51 SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) $44.78 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 $44.35 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 $31.46 2B 5A HOLE DIGGER/GROUND PERSON $17.58 2B 5A INSTALLER (REPAIRER) $30.17 2B 5A JOURNEY LEVEL TELEPHONE LINEPERSON $29.26 2B 5A SPECIAL APPARATUS INSTALLER I $31.46 2B 5A SPECIAL APPARATUS INSTALLER II $30.82 2B 5A TELEPHONE EQUIPMENT OPERATOR (HEAVY) $31.46 2B 5A TELEPHONE EQUIPMENT OPERATOR (LIGHT) $29.26 2B 5A TELEVISION GROUND PERSON $16.67 2B 5A TELEVISION LINEPERSON/INSTALLER $22.19 2B 5A TELEVISION SYSTEM TECHNICIAN $26.42 2B 5A TELEVISION TECHNICIAN $23.76 2B 5A TREE TRIMMER $29.26 2B 5A TERRAZZO WORKERS & TILE SETTERS JOURNEY LEVEL $29.88 2M 5A TILE, MARBLE & TERRAZZO FINISHERS FINISHER $25.80 2M 5A TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $37.90 1K 5A Page 6 YAKIMA COUNTY EFFECTIVE 08/31/08 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code TRUCK DRIVERS ASPHALT MIX $14.19 1 DUMP TRUCK $32.97 2G 61 DUMP TRUCK & TRAILER $32.97 2G 61 OTHER TRUCKS $32.97 2G 61 TRANSIT MIXER $32.97 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 08-31-08 ************************************************************************************************************************ 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 08-31-08 -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) HAT TRS AN SATURDAY SHALL RE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATF. 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 T I IE 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 AN WORKED EIGHT HOURS AT APPLICABLE OVERTIME RATE,ALL SITUATIONS. AFTER EMPLOYEE HAS E1VH1 (8) 11V V1\J Al AN A11 L1l.ABLL VYLlIT 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. AT HOURS WOR ED ON HOLIDAYS SHALL RE PAID AT TWO TIMES THE HOURLY 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 08-31-08 -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 08-31-08 -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). Q. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6). R. PAID HOLIDAYS: NEW YEARS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, 'THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, ONE-HALF DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY. (7 1/2). 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 08-31-08 -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 (11). H. PAID HOLIDAYS: NEW YEAR'S DAY, NEW YEAR'S EVE DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY AFTER CHRISTMAS, AND A FLOATING HOLIDAY (10). 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 YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY AFTER CHRISTMAS, AND A FLOATING HOLIDAY (9). L. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY. (8) Q. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY (8). UNPAID HOLIDAY: PRESIDENTS' DAY. T. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (9). U. HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S 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 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 (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 08-31-08 -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 B: $0.75, LEVEL C: $0.50, AND LEVEL D: $0.25 PROPOSAL Proposal Form Item Proposal Bid Sheet Bid Bond Form Non -Collusion Declaration Non -Discrimination Provision Women and Minority Business Enterprise Policy Council Resolution Affirmative Action Plan Bidders Certification Subcontractors Certification Proposal Signature Sheet Bidders Check List PROPOSAL To the City Clerk Yakima, Washington This certifies that the undersigned has examined the location of: City of Yakima McAllister Field Business Park Phase 2 Improvements City Project No. 2249 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. 77 Oct 14 2008 3:10PM YRKIMR ENGINEERING 509-576-6314 ITEM No. ITEM PROPOSAL BID SHEET City of Yakima McAllister Field Business Park Phase 2 Improvements City Project No. 2249 SCHEDULE 'A(Roadway improvements) PROPOSAL ITEM QTY PAYMENT SECTION uNrr UNIT PRICE DOLLARS 2 AMOUNT DOLLARS 1 2 SPCC PLAN 1-07.15 LS 5 00, e 6-Oo oc) MOBILIZATION 1-09.7 3 PROX-CT TENIPORARY TRAFFIC CONTROL (Min. Bid $1,000) 1-10.5 LS 1 LS 95w, oo 61 SO 0 Co coo o o 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 IGO LF 7 ROADWAY EXCAVATION )NCL HAUL 2-03.5 1,250 CY a5c 110,00 00 (2.60 5.00 8 CRUSHED SURFACING BASE COURSE 4-04.5 1,050 TON 9 ASPHALT TREATED BASE 4-06.5 700 TON 1 HMA CL. IA IN. PG 64-28 10 5-04.5 350 TON 1 04,4 a 11 PAVEMENT REPAIR 5-04.5 50 SY 12 cORREGATED POYLEIHYLENE sTORm SEWER PIPE 121N. DIAM. 7-04.5 210 ,So 13 CATCH BASIN TYPE 1 7-05.5 6 EA 14 CRUSHED SURFACING TOP COURSE (FOR TRENCH BACKFILL) 7-08.5 100 TON /4.co 15 ESC LEAD 8-01.5 10 DAY 16 GRASSY SWALE 8-02.5 3 EA I (5o. cc ItS50,0t) 17 CEMENT CONC. TRAFFIC CURB AND GUTTER 8-04.5 1478 LF 18 COMMERCIAL DRIVEWAY APPROACH 8-06.5 6 EA 4, k,00 19 MONUMENT CASE AND COVER 8-13.5 2 EA L000. cx 20 CEMENT CONC. SIDEWALK, 4 IN. THICK 8-14.5 1098 SY ac,40 21 CEMENT CONC. SIDEWALK RAMP, TYPE 2 8-14.5 4 EA 60. o� 22 SIGNPOST SOCKET 8-14.5 4 EA / ot) 23 ILLUMINATION SYS IBM 8-20.5 24 REPAIR OR REPLACEMENT 8-30.5 LS FA 17,4)s oo $20,000 4so, . 00 i,a0z. 00 2 C)0.O0 Ctoso , 06 ,.- saisco:. 60 cc, -2,-1,•crioe,, f46ss,00_ 41S'-10 coo 60 tailaS.6e ?JO - 00 R.1000, Op, Isf, 070 02-i 5c0. oo ic1,1100 S20,000 Q44:43a7w- z6.„0-77, 73 10114/2008 SCHEDULE 'A' TOTAL: Addendum No. 3 Page 2 of 3 Oct 14 2008 3: 10PM YAKIMA ENGINEERING 509-576-6314 p.3 !TEM PROPOSAL BID SHEET City of Yakima McAllister Field Business Park Phase 2 Improvements City Project No. 2249 1 11 ITEM NO. .1/.....• • •••••• vow' Minalml ______ PROPOSAL ITEM PAYMENT SECTION . UNIT PRICE DOLLARS AMOUNT DOLLARS 25 MANHOLE 48 IN. DIAM. TYPE 1 7-05.5 EA 1 s ..-S.. CIA i 1 1 S a -S , 00 - • 26 DIJCITLEIRCIN PIPE FOR WATERMAIM 8 IN. DIAM 7-09.5 800 LF 3R-. so 30i 27 GATE VALVE 8 IN. 7-123 EA 1 0 60,. 60 61 3 6 U. 00 _4 28 HYDRANT ASSEMBLY 7-14.5 2 EA '3,353, 00 6, 73o. 66 ao 8B1IMIG&C.64144RG141W-8-E4agAMw 6 _z No Bid Oh item No Bid this Item THIS BID ITEM IS DELETED WIVE ADDENDUM #3 q=4/57* 30 PVC SANITARY SEWER PIPE 8 IN. DIAM. 7-173 305 LF 30, 00 (it ($o, ©0 31 PVC S-ANITARY SEWER PIPE 6 IN. DIAN!. 7-173 10 4 LF a6, () ---3 z SOO. 00 - SCHEDULE 91' SuB-TOTAL: s 4 t 2)5.. 00 - sa% WASHINGTON STATE SALES TAX (Schedule 'W oniy): 4,(00(---1-, 3T-.. SCHEDULE 4B' TOTAL: 6, ( iq sl. 3 7 - TOTAL ALL SCHEDULES ("A ÷ 4W) 3-1.01-44S-TiS * END OF ADDENDUM NO. 3 * Addendum No. 3 Pap 3 of 3 10/14/2008 1 Oct 15 08 05:20a Valley Excavating LLC 509.925.2101 BID BOND FORM p.2 herewith find deposit in the form of a cxrtiiied deck, 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 HIEN BY THESE PRESENTS: mat we, VALLEY EXCAVATING, L L C arid Travelers Casualty & Surety Co. of Amer i.caaSurety,•ateheld and finmlybound ntothe Cityo�fYakima as Obligee, in the penal sum of 5% of Amount of Bid--- Dollars, far the payment of which the Principal and the Surety bind themselves,Itheir heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shade any award to the Principal for Water, Sewer, Sidewalk & Roadway , according to the terms of the proposal or bid made. by the Principal therefor, and the Priincipai 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 that, 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 15th DAY OF October , 20 08 y E ty Trave -` Casualty- & Surety Co.. of 'America Shelle, urnham, Attorney-in-fact 20 Received return of deposit in the sum of $ TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY Hartford, Connecticut 06183-9062 POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-IN-FACT KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford, County of Hartford, State of Connecticut, (hereinafter the "Companies") hath made, constituted and appointed, and do by these presents make, constitute and appoint: Don W. Emerick, Jr., Lissa M. Shively, Tammy R. McKee, Traci Sullivan, Shelley Burnham, Lisa Daley, of Yakima, Washington, their true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred to sign, execute and acknowledge, at any place within the United States, the following instrument(s): by his/her sole signature and act, any and all bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and all consents incident thereto and to bind the Companies, thereby as fully and to the same extent as if the same were signed by the duly authorized officers of the Companies, and all the acts of said Attorney(s)- in-Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are now in full force and effect: VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her. VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary. VOTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary, or (b) duly executed (under seal, if required) by one or more Attomeys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority. This Power of Attorney and Certificate of Authority is signed and sealed by facsimile (mechanical or printed) under and by authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, which Resolution is now in full force and effect: VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attomeys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. (11-00 Standard) IN WITNESS WHEREOF, TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY have caused this instrument to be signed by their Senior Vice President and their corporate seals to be hereto affixed this 18th day of August, 2003. STATE OF CONNECTICUT } SS. Hartford COUNTY OF HARTFORD 00 simt, abµWMYWMf!'N 'KaRTFono:1 IS CONN. ! $ a ��p TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY By �r George W. Thompson Senior Vice President On this 18th day of August, 2003 before me personally came GEORGE W. THOMPSON to me known, who, being by me duly sworn, did depose and say: that he/she is Senior Vice President of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, the corporations described in and which executed the above instrument; that he/she knows the seals of said corporations; that the seals affixed to the said instrument are such corporate seals; and that he/she executed the said instrument on behalf of the corporations by authority of his/her office under the Standing Resolutions thereof. CERTIFICATE My commission expires June 30, 2006 Notary Public Marie C. Tetreault I, the undersigned, Assistant Secretary of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, stock corporations of the State of Connecticut, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority remains in fall force and has not been revoked; and furthermore, that the Standing Resolutions of the Boards of Directors, as set forth in the Certificate of Authority, are now in force. Signed and Sealed at the Home Office of the Company, in the City of Hartford, State of Connecticut. Dated this 15th day of October , 20 08. ;'KWfw ! HARTORD,i 51 CONN.or -not woo- f Q. 0.x.TY AN,\ GASU44 me W( HARCONN, , °TFORD ) Z( t 9* 8 2t1 p By Q. * . ; Kori M. Johanson d.1-4 Assistant Secretary, Bond NON -COLLUSION DECLARATION 1, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: 1. That the undersigned person(s), firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted_ 2. That by signing the signature page of this proposal, 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: 1-800-424-9071 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. 81 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) Iu 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, Iitigation 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.'.' 82 SUB CONTRACTOR LIST Prepared in compliance with RCW 3930.060 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 Chapterl8.106 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 Narne 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 Item Numbers 83 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 planstspecifxcations, bid forms, and invitations to bid are as widely distributed as possible. 84 BEsoLVrION 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 intentionof 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 Or YAKI1'iA: 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. off ADOPTED BY THE CITY COUNCIL this :4 day of 1983. ATTEST: City Clerk 85 reA -t. 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 attaimnent 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 including minority news media; and by notifying and discussing it with all subcontractors and suppliers. 86 g. The contractor shall make specific efforts and constant personal (both written and oral) recruitment efforts directed at all minority or women organizations, schools with minority students, minority 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 roan specifications; selection requirements, tests, etc. j. The contractor shall make every effort to promote after school, summer and vacation employment to minority youth. k. The contractor shall develop on-the-job training opportunities and participate and assist in any association or employer group training programs relevant to the contractor's employee needs consistent with its obligations under this bid. 1. The contractor shall continually inventory and evaluate all minority and women personnel for promotion opportunities and encourage minority and women employees to seek such opportunities. m. The contractor shall make sure that seniority practices, job classifications, etc., do not have a discriminatory effect. n. The contractor shall make certain that all facilities and company activities are non -segregated. o. The contractor shall continually monitor all personnel activities to ensure that his EEO policy is being carried out. p. The contractor shall solicit bids for subcontracts from available minority and women subcontractors, engaged in the trades covered by these Bid Conditions, including circulation of minority and women contractor associations. q. Non cooperation: In the event the union is unable to provide the contractor with a reasonable flow of minority and women referrals within the time limit set forth in the collective bargaining agreements, the contractor shall, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex or national origin, making full efforts to 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. 87 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: Malley <� �-�� ►� LLC (BIDDER) certifies that: It intends to use the following listed construction trades in the work under the contract Vv COin5t�'v;,�' JUA lcnC. K IA.0 L b t✓ t` t i- e G -F -T 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: viA0--( - C©v c_xe4 and; 2. It will obtain from each of its subcontractors and submit to the contracting or administering agency prior to the award of any sub -contract under this contract the Subcontractor Certification required by these Bid Conditions. (Signature of Authorized Representative of Bidder) 88 Materially and Responsiveness The certification required to be made by the bidder pursuant to these Bid Conditions is material, and will govern the bidder's performance on the project and will be made a part of his bid. Failure to submit the certification will render the bid non responsive. Compliance and Enforcement Contractors are responsible for informing their subcontractor (regardless of tier) as to their respective obligations under the conditions of the contract here (as applicable). Bidders, contractors and subcontractors hereby agree to refrain from entering into any contract or contract modification subject to Executive Order 11246, as amended on September 24, 1965, with a contractor debarred from, or who is determined not to be a responsible' bidder for, government contracts and federally assisted construction contracts pursuant to Executive Order. The bidder, contractor or subcontractor shall carry out such sanctions and penalties for violation of the equal opportunity clause including suspension, termination and cancellation of existing subcontracts as may be imposed or ordered by the administering agency, the contracting agency or the Office of Federal Contract Compliance pursuant to the Executive Order. Any bidder, or contractor or subcontractor who shall fail to carry out such sanctions and penalties shall be deemed to be in non-compliance with these Bid Conditions and Executive Order 11246, as amended. Nothing herein is intended to relieve any contractor or subcontractor during the term of its contract on this project from compliance with Executive Order 11246, as amended, and the Equal Opportunity Clause of its contract. Violation of any substantial requirement in the affirmative action plan by a contractor or subcontractor covered by these Bid Conditions including the failure of such contractor or subcontractor to make a good faith effort to meet it fair share of the trade's goals of minority and women workforce utilization, and shall be grounds for imposition of the sanctions and penalties provided at Section 209 (a) of Executive Order 11246, as amended. Each agency shall review its contractors' and subcontractors' employment practices during the performance of the contract. If the agency determines that the affirmative action plan no longer represents effective affirmative action, it shall so notify the Office of Federal Contract Compliance which shall be solely responsible for any final determination of that question and the Consequences thereof. In regard to these conditions, if the contractor or subcontractor meets its goals or if the contractor or subcontractor can demonstrate that it has made every good faith effort to meet those goals, the contractor of the subcontractor shall be presumed to be in compliance with Executive Order 11246, as amended, the implementing regulations and its obligations under these Bid Conditions and no formal sanctions or proceedings leading toward sanctions shall be instituted unless the agency otherwise determines that the contractor or subcontractor is not providing equal employment opportunities. In judging whether a contractor or subcontractor has met its goals, the agency will consider each contractors or subcontractor's minority and women workforce utilization and will not take into consideration the minority and women workforce utilization of its subcontractors. Where the agency finds that the contractor or subcontractor has failed to comply with the requirement of Executive Order 11246, as amended, the implementing regulations and its obligations under these Bid Conditions, the agency shall take such action and impose such sanctions as may be appropriate under Executive Order and the regulations. When the agency proceeds with such formal action, it has the burden of proving that the contractor has not met the requirements of these Bid Conditions, but the contractor's failure to meet his goals shall shift to him the requirement to come forward with evidence to show that he has met the "good faith" requirements of these Bid Conditions by instituting at least the Specific Affirmative Action steps listed above and by making every good faith effort to make those steps work toward the attainment of its goals within its timetables. The pendency of such formal proceedings shall be taken into consideration by Federal agencies 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. 89 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. 90 PROPOSAL McAllister Field Business Park Phase 2 Improvements City Project No. 2249 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 EZIIE AMOUNT OF CASHIER'S CHECK CERTIFIED CITFCK PROPOSAL BOND DOLLARS ($D ) PAYABLE TO THE STATE TREASURER I1'Erfi AMOUNT OF 5% OF THE: BID ** Receipt is hereby acknowledged of addendum(s) No.(s) I 561.ci , /4 ( PHONE NUMBER SIGNATURE OF AUTHORIZED O11HCIAL(s) C1iYvk. .-ccer'_ � L(L FIRM NAME Valley �><=G�.c1Cc.f�iV3 (ADRESS) T © )L 78S / r/»« 8 htf j i, b qgci6 STATE OF WASHINGTON CONTRACTORS LICENSE NUMBER '41- LEE ( 59 B 8 FEDERAL ID NC la Iola I 4- I i 181.31141 WA STATE, EMPLOYMENT SECURITY REFERENCE NO. 0 5 7 / O Note: (1) This proposal form is not transferable and any alteration of the firm's name entered hereon without prior permission from the Secretary of Transportation will be cause for considering the proposal irregular and subsequent rejection of the bid. (2) Please refer to section 1-02.6 of the standard specifications, re: `Preparation of Proposal," or "Article 4" of the instructions to Bidders for building construction jabs. (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. 91 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. 92 PARCEL. N0. 181202-23424 STA 57+00.00 (OAK AVE STA 25+70.00 (23RD AVE PARCEL N0. 181202-23425 McALLISTER FIELD BUSINESS PARK PARCEL N0. 181202-23422 PARCEL NO. 181202-23421 ^I PARCEL NO. 181202-23426 PARCEL N0. 181202-23419 PARCEL N0. 181202-23417 PARCEL N0. 181202-23420 PARCEL N0. 181202-23418 PARCEL NO. 181202-23413 1306.41 AHTANUM ROAD 1333.4r 1ST AVENUE N 90'00'00" E 2839.88' W 1/4 COR. SEG 2 T-12 N, R-18 E W M. Y NUM. CAP M CASED MCN SEE LCR A.F.N. 7092419 CITY OF YAKIMA PUBLIC WATERLINE GENERAL NOTES 1. ALL PUBLIC WATERLINE PIPE SHALL BE CLASS 52 DUCTILE IRON. DUC5LE IRON PIPE SHALL BE CEMENT -MORTAR UNED AND SHALL CONFORM TO ANSI A-21.11 ANO 5HAL1. 8E U.S. MON JOINT PIPE OR APPROVED EQUAL RUBBER RING GASKETS SHALL CONFORM TO ANSI A-21.11. ALL CAST IRON FITTINGS AND FLANGED DUCTILE IRON FITTINGS SHALL BE CLASS 250 AND ALL DUCTILE IRON MECHANICAL. JOINT FITTINGS 514U. 8E CLASS 350 CONFORMING TO ANSI/AWWA C110/A-21.10 AND ANSI/AWW'A 0153 A-21.53. MORTAR LINING SHALL BE 56440 THICKNESS AS FOR PIPE 2. NO PUBLIC WATER VALVES SHALL BE OPENED OR CLOSED (OPERATED) BY ANYONE BUT THE CITY OF YAKIMA WATER/IRRIGATION DIVISION STAFF. 3. ALL PUBLIC WATERLINES SHALL HAVE A MINIMUM OF 4.5 FEET OF COVER. 4. ALL MECHANICAL JOINTS SHALL BE RESTRAINED 6410 ROMAC GRIPRING RESTRAINT SYSTEM. IN ADDITION, ALL TEES, BENDS AND ENDS OF WATERLINES SHALL 80 BLOCKED WITH POURED IN PLACE CONCRETE THRUST BLOCKS IN ACCORDANCE 11I10 THE CITY OF YAKIMA SPECIFICATIONS UNLESS ALTERNATE RESTRAINT SYSTEMS HAVE BEEN PRENOUAY APPROVED. ALL FITTINGS IN CONTACT WITH CONCRETE SHALL BE WRAPPED IN PLASTIC. 5. DIRECT -BURIED UNE VALVES OF 12' SIZE AND LARGER SHALL BE BUTTERFLY VALVES. ALL SMALLER, OIRECT-BURIED UNE VALVES SHALL BE RESILIENT WEDGE GATE VALVES. ALL VALVES SHALL BE DESIGNED TO AWWA SPECIFICATIONS AND SHALL HAVE A STANDARD Y SQUARE -OPERATING NUT UNLESS OTHER'MSE SHOWN ON PLANS. ALL VALVE5 SHALL BE DESIGNED FOR AT LEAST 150 PSI WORKING PRESSURE AND SHALL OPEN COUNTER CLOCKWISE. 8. ALL WATERLINE FACILITES SHALL BE THOROUGHLY FLUSHED, PRESSURE TESTED AND CHLORINATED AND A POTABLE WATER TEST (NAC -T) SHALL BE APPROVED BY THE qTY OF YAKIMA PR1OR TO ANY 001'NE0000 TO 11155045 WATER _ _IETA FLUSHING OF CHLORINATED WATER INTO STORM DRAIN SYSTEM 15 NOT ALLOWED UNLESS DE -CHLORINATED. 7. ALL WAIERUNE, FITTINGS AND VALVES USED FOR FINAL WATERLINE CONNECTIONS TO THE 0051155 WATER 5Y57E41 SHALL 8E SWABBED WITH 300 PPM CHLORINATED SOLUTION. 8. CONTRACTOR SHALL NOTIFY ALL AFFECTED WATER CUSTOMERS 24 HOURS PRIOR TO ANY WATER SYSTEM SHUTDOWN FOR FINAL WATERUNE CONNECTIONS COORDINATE WITH CITY OF YAKIMA WATER/IRRIGATION DIVISION. 9. THE CITY OF YAKIMA WATER/IRRIGATION DIVISION SHALL MAKE ALL WATER MAIN TAPS UNLESS PREVIOUSLY APPROVED BY CITY OF YAKIMA 10. THE CITY OF YAKIMA WATER/IRRIGATION DIVISION SHALL INSTALL ALL WATER SERVICES UNLESS PREVIOUSLY APPROVED BY CITY OF YAKIMA SITE MAP SCALE: 1" = 60' CENTER SEG 2. 7-12 N. 0-18 E. W.M. 3-1/4• AL CAP IN MON. CASE SEE LCR AF.N. 7167451 GENERAL NOTES DENOTES FINISHED GRADE SPOT ELEVATION. TC - TOP OF CURB 1P - TCP OF PAVEMENT TS - TOP OF SIDEWALK ELEVATIONS GIVEN AT CURB ARE AT THE TOP OF CURB UNLESS OTHERWISE NOTED. THE GUTTER ELEVATION IS TYPICALLY 0.5' LOWER THAN THE TOP OF CURB. 0 DENOTES CONSTRUCTION NOTE CALLOW'. ALL DIMENSIONS AT CURB ARE 70 BACK OF FINISHED CURB UNLESS OTHERWISE NOTED. UNDERGROUND FEATURES SHOWN HEREON REPRESENT BEST AVAILABLE INFORMATION AS OBTAINED FROM LOCAL RECORDS AND VISIBLE SURFACE EVIDENCE THE CONTRACTOR I5 CAUTIONED TO VERIFY THE LOCATION AND DEPTH OF ALL UNDERGROUND FACILITIES: STATE LAW REQUIRES THAT ALL EXCAVATION WORK MUST BE PRECEDED BY NOPFICATION TO ALL 01NNER5 OF UNDERGROUND FACTURES THROUGH A ONE NUMBER LOCATOR SERVICE: 1-800-424-5555. INSTALL ALL WORK IN ACCORDANCE WITH THE 2008 EDITION OF THE SPECIFICATIONS FOR ROAD. BRIDGE. AND MUNICIPAL CONSTRUCTION PREPARED BY THE WASHINGTON STATE DEPARTMENT OF TRANSPORTATION. CONTRACTOR TO PREVENT ANY SILT CONTAMINATION OF STORM WATER INFILTRATION TRENCH BEFORE, DURING, ANO AFTER CONSTRUCTION. STORMWATER DESIGN IS IN ACCORDANCE 6101 STATE ULC REQUIREMENTS. PREPARED FOR WESTWOOD WEST, INC. 414 CHERRY RIDGE COURT YAKIMA, WASHINGTON (509) 248-8309 SHEET INDEX SHEET 1 SHEET 2 SHEET 3 SHEET 4 SHEET 5 SHEET 6 - COVER SHEET - OAK AVENUE - SOUTH 23RD AVENUE - CONSTRUCTION DETAILS - CONSTRUCTION DETAILS - CONSTRUCTION DETAILS W 50 EXISTING FEATURES 5 w 57 r. - CONTACTS CITY OF YAKIMA WATER JAMES DEAN 575-6196 LEGEND SANITARY SEWER DOMESTIC WATER OVERHEAD POWER - STORM DRAIN FENCE WATER VALVE SEWER MANHOLE FIRE HYDRANT STORM DRAIN MANHOLE CATCH BASIN POWER POLE CONCRETE PROPOSED FEATURES .11 44 T 14 • ■ RIGHT-OF-WAY UNE PROPOSED EASEMENT PROPOSED WATERMAIN 4. PROPOSED SANITARY SEWER PROPOSED DRAINAGE PROPOSED END CAP PROPOSED THRUST BLOCK PROPOSED VALVE PROPOSED CROSS PROPOSED TEE PROPOSED ELBOW PROPOSED SEWER MANHOLE PROPOSED TYPE 1 CATCH BASIN PROPOSED CONCRETE PROPOSED ASPHALT- TBM ELEVATION DATUM ESTABUSHED FROM USC & GS BRASS CAP, LOCATED ON THE YAKIMA "A' AT THE NORTHWEST CORNER OF CONTROL TOWER AT THE YAKIMA AIRPORT, HAVING AN ELEVATION OF 1059.56'. VICINITY MAP NO SCALE PLSA ENGINEERING -SURVEYING -PLANNING 1120 WEST LINCOLN YAKIMA, WASHINGTON (509) 575-6990 PLSA JOB NO. 98013 J:W001310WG190013EC1.dwp. WI Ij i I - _ - - -- _ 1053- - - \ as}� \ ' STA 58+85.00 II/ '� 1 W STA 59+20.00 _ / r 33.0' LT �/ g \ toil 14 37.0' LT $ \ /�/ / I gr` IOU / isg \ \ (// / / I ' 14 BIM IMO5 �,/ .; 70 M / / STA SD+sSDo 33.0' LT \ oflp 6' UTILITY 8 \°51 D,59+7o.Do LT ` ` 4 / j I yl ESM'T tQs 1� -_ -I-V_ 1 / g o z i toga noon' _�4 Me 6 Inc / / / + 'gym ® t.. STA 59+00.00 /..• 2, r Y'::::::.:::.�.:: / .. r 9.5' BC LT ...... ...�:.':.. . '.:'::::::::.:...... ......�. soew.tx ro a :: S:._'.'::: ... -....r ..:' :':::. _:. _: '. .':.':. '::.: ':: %mail ::. _:.::::':::':.'::' :':"::.. ".::.:'::':.'::•: 1�:':.'..:.:':.::..::..'C.:'::::':.':::::.':.': s,-„ sw \ / 38+4aoD 19 M1, iy3se n. ... eE.""',;`,r�"� .:..� ;y_ "1,.,,�.i'`�'12 a+""'""> `f ;T' ;7� �...sr�r..`� �J BOA LT =zi b E . _ a �a�.a.g 117 �. # _ "i3�' . _` ,A" z` �6 s i ,i "ST„ qw- Y I: .Erb' ' ae`:'`�'t 2.$r"9 � Y \. _ e w FUTURE 8 WATERMAIN-____.. _._-_..-'.,..._____..._.r..____.-_..-._._. 55100 s6+oo „ .•• ,a.., 'ii ,,.- ��� _ rr - x;�y �i.�- ....� �.. '''-'''. r` 8+ (''''''- - -" 'OAIC Ii';V:;EN.iT -_.• t. =4 U .:�... ..,., ��i--�, fid iK _-:pat -Alk : -Y - a Y`�„ R. 60+00 \ 061+00 ,+.'I- /'/°° I I't'' 4. fy r.:. -r'',---4,4,-'7".-74."..."--4 4, k"P�:,.oa- ,a'i�-747,7',-- �'. ,;..; n�.,, ,i.n. ._ - _� __-._ - __�. J I I *,e:.: '"w� '1i�t rl.+=n, 04.E S"' -^'Y 90%It 249-, 7. +.i( ar,> 6 ;cs O / ^ /_.,,, a FUTURE 8' SENERMAIN 1a y`...�:-� ..-"^`tn,.l r' Tis •�f'• _ e a 9' O /s // 1 ¢w^? > >tri '2 �Ai�� - -,'`3.'-X k"Yig3,:H. 'afr-•-,-,--54..--rA' .yil a ._ ,-- 77L01.. -.. -. = 'tic s"�c's - �`.S, 1+'5�t- )k°4` �v. r'1n '':N 'f', ,,, 0 /° .-'fir r -'A' y' 5..:,s*`�S..I '�T• „ ,pig- ...,t�- "_ R '+ r A"g'1 ' "`_ L 9, t;- >§.A•. �'�E:'T+S' ,Y�i'5'xe' -> `'fix¢-$ O / i / I 0.0 RT+40.00 s .: .a- .z,_S s";f ., wvsa:: •. .. ......... / .. ... 1, tl m `. ; CB ` _ __ ` /A.-. ) 5 -5 9+00.00 0 -- -'- - -� �� J� • - BC RT 1 : h 20.00-19.5' . 1 8' UTILITY- r QI - 8 g• / / STA 58+48.00 10 30'R ':: ".i' STA 59+32.00 39.0' ftT V ,\ ,:. F p •-: A tos w, 33.0' RT .� / I CONSTRUCTION NOTES (NOT ALL NOTES APPLY OMATCH E10011180 ELEVATOR. ROADWAY SECTION PER DETAIL JOINT.HAVE OVVV KNOW EXISTING CURB ARO CONSTRUCT ASPHALT ROADWAY 4 CONSTRUCT CONCRETE CURB O CONSTRUCT TYPE 3 HANDICAP TO THIS SHEET) SAW CUT EXISTING ON SHEET 4. FEATHER GUTTER TO NEAREST SECTION PER AND GUTTER PER RAMP PER CITY ASPHALT EXPANSION DETAIL CITY OF ORFA '- ROADWAY OVERLAY TO JOINT. ON SHEET 4. d' YAKIMA STANDARD YAKIMA. STANDARD AT LIMITS EXISTING DETAIL ,. SHOWN. PAVEMENT. DETAIL RII. ROI. /• IFN 90W'00' E i OCONNECT TO EXISTING 8' SANITARY SEWER STUB SIZE, LOCATOR, AND DEPTH PRIOR TO CONSTRUCTION. 6 CONSTRUCT SANITARY SEWER MANHOLE PER CITY O O CONSTRUCT 8' ASTM 0-3034 SDR 35 PVC 5ENFR CONSTRUCT NEW 10 CONSTRUCT 8' A51)A 0-3034 SDR 35 PVC SIDE SEWER TACK AND SAND 17 INSTALL TEMPORARY BLOW -OFF FOR FILLING, FLUSHING. BEEN TESTED AND ACCEPTED, CONTRACTOR 5000 SLEEVE CONTRACTOR TO VERIFY SIZE. LOCATION, 12 CONSTRUCT CLASS 52 DUCTILE IRON W341604AIN, ,3 CONSTRUCT 8' MJ RESILIENT SEAT GALE VALVE AND 0 CITY OF YAKIMA TO INSTALL 2' DIAM. WATER SERVICE WITH FITTINGS A5 NECESSARY. OF YAKIMA STANDARD PIPE PER CITY OF YAKIMA PIPE PER CITY AN0 TESTING. ONCE SHALL MAKE FINAL CONNECTION AND DEPTH PRIOR 8' DAN. PER CITY O' VALVE BOX PER CITY PER CITY OF YAKIMA CONTRACTOR TO VERIFY 15 CONSTRUCT DETAIL 51. 16 CONSTRUCT 17 CONSTRUCT STANDARD DETAIL 54. YAKIMA OF YAKIMA STANDARD DETAIL 59. 16 CONSTRUCT 19 ALL NEW WATER FACILITIES 8' MJ 00114 8' DJ. A140 8' MJ TO CONSTRUCTION. Q CONSTRUCT YAKIMA STANDARD DETAIL W3. 21 CONSTRUCT 06 YAKIMA STANDARD DETAIL ©2 CONSTRUCT ©3 INSTALL STANDARD DETAIL WIO ONCE / AIR -VACUUM RELEASE VALVE ASSEMBLY PER CITY OF YAKIMA STANDARD DETAIL W8. 8' MJ CROSS. 8'01"x6' MJ WE, 6' MJ RESIUENT SEAT GATE VALVE. AND THRUST BLOCK PER CITY OF STANDARD DETAIL M. FIRE HYDRANT ASSEMBLY PER CITY OF YAKIMA STANDARD DETAIL 711. CAP WTI GRIP RINGS AND 2' BLOW -OFF ASSEMBLY. SEE CITY OF YAKIMA STANDARD DETAIL W5. TWE 1 CATCH BASIN PER CITY OF YAKIMA STANDARD DETAIL Di. 12' DIA HOPE 115HIUNE DRAIN PIPE DRAINAGE SWALE PER DETAIL ON SHEET 4. STREET LIGHT PER are OF YAKIMA STANDARD DETAIL EL DRIVEWAY APPROACH PER CITY 06 YMOMA STANDARD DETAIL R09 ON SHEET 5. 20 0 1. 20 FEET CONSTRUCT CONCRETE SIDEWALK ON PLANS. PER CITY OF YAKIMA STANDARD DETAILS R10 AND R12. 'MOTH AS SHOWN ALL NEW WATER FACILITES ARE TESTED. ACCEPTED ANO IN SERVICE METER TO BE INSTALLED BY THE CIN® CONSTRUCT WATER© OF YAKIMA AT 114E OWNER'S EXPENSE Q CONSTRUCT COMMERCIAL ' , ' ' ' ' ' ' 8' SANITARY SEWER CLEAN OUT PER CITY OF TAIOMA STANDARD DETAIL S5 ON SHEET 5. SCALE : 1" = 20' 1075 1 75 . .. ... ...... .. .:: :PVI STA 56+00 PM :ELEV.' 105577. ...:A.D: -1 1.30. .K .. ...: :.. .... _ .... ... .- .. .... .. :..: ... ... _ .. .._. .. ... .. .. ... .. .. .. .. ... ... ": ... .. .. '" .. .. .. ...... .. .-. .- .. ... 1070 1070 ... ... ..: i 15 150 VC ":.. .. .... ... .. .. .. . .. ,r . .. ;n � .. ... ... .. .. ... • ... .. ... 1065 1065 a .,n O • W v - - :' _. ...N� 'Q�. - � . O..N : <.� O . • OH .. .. N o O ry: .. pKmM +<.,i- OJmN +ori,_ - .. .... ... ate. mo .. ... .. .. .. .. .. ... . .... 1060 7060 .m ;' .. .. ~ W -�`-f,A.Z . oo..e moo. to 0"-2.007. ::.O1m .m : 41,:W ::N1n_W4f.',:: : : cn .: ...: p, W Na, 0. .. ..UN mr K_ .UN Q' SIC _ � rOO� ... .. ... .. .. , - .. Q.. ... .. .... .. .. .. a as .. ... 1055 r � :: ... ..... -I- _ _ - _ .. .. - X70% .. . . . ... -A 10 F' OF $' WATER -AT � . ::" ��� -0 30x .. .. . . S =_0.0170 FT/T••. ... 295 FT bF • • 8' WATER .. .... .. .... .. .. .. .. .- .. .... .. ... . .. .... ... .. 1050 1050 .. .. .. �-.. AT 5 -0.00 0 Ii 62 I ,8". 233 ... Ek. 8" WATER ... o : ... 541 FT OF SEWER. AT:... .. .. .... - .. .... .. .... .... .... o 4 -0.0060 FiT/FT'. 18 ::� :: 251 FT :OF -" WER AT SE S _ 0.0050 /FT ....... EX: ... .. ..... .. .. .... F p :. ::.: .. .. ...... .. ... ... I 8": SEWER .. ...... .. ... ... 1045 1045 .. ... " .: .. o + O WnN WQ�� p .....o m ¢W..r. ut" p • W _ .. .. N+,a _ iii0o .. W .. ... I. .. .. - .......- ... .... .. ..• h ..O iO ... . ... ... . ... 1040 1040 . .. .. ... ... .. .... .. .. :. .. .. .. W + WW.� - ���� 61+00 : ro N� HN WING ENGINEERING -SURVEYING -PLANNING L A YAKIMA, WASHINGTON P S 1035 .. .. (509) 575-6990 .. - .. ... ... .. .. ... .. .. ... ..... a McALLISTER DRAM BY. A.E.K. - ... ... v° ,.> %. PARK ' 1030 - ... ... ... .. _ C � o, 1 � YAKIM WASHINGTON ' DATE 09/12/08 . - - . / OAK AVENUE A PREPARED PO Joe ND 98013 .. .. .... - :. .. .. .. .. - . - `°s�'Wm. 6t'`�� / WESTWOOD WEST, INC. SHEET NO. 925 I:. 58+00 59+00 60+00 @®3=R5'"(0 1 S 1/2, NW 1/4, SEC. 2, T-12 N, R-18 E, W.M. 2 OF 6 55+00 56+00 57+00 • W 1/4 CCR SEC. 2, 1-12 N, R-18 E, W.M. 2' ALUM. CAP IN CASED MON FND SEE LCR A.F.N. 7092419 SIDEWALK TO EXTEND TO WEST PROPERTY UNE SEE SHEET 1 FOR COMMERCIAL DRIVEWAY LOCATION. 5TA 23+3300 33.0' LT 'R STA 21+85.00 33.0' LT STA 23+3800 33.0' LT 8' U0UTY_,os>_ _ ESM'T - - 20+00 z STA 21+32.50 STA 25+25.50 27' RT STA 21+70.00 33.0' RT L STA 23+33.00 33.0' RT STA 23+50.00 30' RT -8 UTILITY ESMT STA 23+40.00 33.0' RT .06 4 1075 1070 (ENTER SEC. 2, 1-12 N. R-18 E,WM 3-1/4- AL CAP IN 900. CASE SET SEE LCR A.F.N. 7167451 SIDEWALK TO EXTEND TO EAST PROPERTY UNE. 1000' E CONSTRUCTION NOTES (NOT ALL NOTES APPLY TO THIS SHEET) 0 MATCH E%IS11110 ELEVATION. SAW CUT COSTING ASPHALT ROADWAY AT UNITS SHOWN. CONSTRUCT NEW ROADWAY SECTION PER DETAIL ON SHEET 4. FEATHER OVERLAY TO EXISTING PAVEMENT. TACK AND SAND JOINT. OREMOVE EXISTING CURB AND GUTTER TO NEAREST EXPANSION JOINT. OCONSTRUCT ASPHALT ROADWAY SECTION PER DETAIL ON SHEET 4. ® CONSTRUCT CONCRETE CURB AND GUTTER PER CITY Cr YAKIMA STANDARD DETAIL R01. OCONSTRUCT TYPE 3 HANDICAP RAMP PER 0TY OF YAKIMA STANDARD DETAIL. R11. © CONSTRUCT CONCRETE SIDEWALK PER CITY OF YAKIMA STANDARD DETAILS R10 AND 1112. WIDTH AS SHOWN ON PLANS. 0 CONNECT TO EXISTING 8' SANITARY SEWER SNB VAIN FITTINGS AS NECESSARY. CONTRACTOR TO VERIFY 512E, LOCATION, AND DEPTH PRIOR TO CONSTRUCTION. ® CONSTRUCT SANITARY SEWER MANHOLE PER CITY OF YAKIMA STANDARD DETAIL SI. OCONSTRUCT 8' ASTM D-3034 SDR 35 PVC SEWER PIPE PER CITY OF MINA STANDARD DETAIL 54. TO CONSTRUCT 6' ASTM D-3034 SDR 35 PVC SIDE SEWER RPE PER CITY OF YAKNA STANDARD DETAIL 09. e115TALL TEMPORARY BLOW -CFF FOR PIWNG, FLUSHING. AND TE5DN8 ONCE ALL NEW WATER FACIUDES HAVE BEEN TESTED AND ACCEPTED. CONTRACTOR SHAD. MAKE FNAI CONNECTION 'ATH 8' D.I. AND 6' MJ STUD SLEEVE CONTRACTOR TO VERIFY SRE, LOCATION, AND DEPTH PRIOR TO CONSTRUCTION. 12 CONSTRUCT CLA50 52 DUCTILE IRON WATERMAN. 8' qAM. PER CITY OF YAKIMA STANDARD DETAIL W3. 13 CONSTRUCT B' MJ RESILIENT SEAT GATE VALVE AND VALVE 80X PER CITY OF YAKIMA STANDARD DETAIL W2 14 CITY OF YAKIMA TO INSTALL 2' DIAM. WATER SERVICE PER C11Y OF YAKIMA STANDARD DETAIL W10 ONCE ALL NEW WATER FACIJTIES ARE TESTED. ACCEPTED AND IN SERVICE METER TO BE INSTALLED BY THE OW OF YAKIMA AT THE OWNER'S EXPENSE 15 CONSTRUCT AIR -VACUUM RELEASE VALVE ASSEMBLY PER 0TY OF YAKIMA STANDARD DETAIL W8. 16 CONSTRUCT 8' MJ CROSS 17 CONSTRUCT 8'.8'x8' MJ TEE, 8' NJ RESUENT SEAT GATE VALVE, ANO THRUST BLOCK PER CITY OF YAKIMA STANDARD DETAIL WS. 18 CONSTRUCT FIRE HYDRANT ASSEMBLY PER CITY OF MOJA STANDARD DETAIL WI. C. 8' MJ CAP ICH GRIP RINGS AND 2' BLOW -OFF ASSEMBLY. SEE CITY Cr YAKIMA 5TANOARD DETAIL W5. QCONSTRUCT TYPE 1 CATCH BASIN PER CITY OF YAKIMA STANDARD DETAIL 01. 21 CONSTRUCT 13- DIA. HOPE IMMUNE DRAIN PIPE © CONSTRUCT DRAINAGE SWALE PER DETAIL ON SHEET 4. QINSTALL 5004+4 LIGHT PER CITY OF YAKIMA STANDARD DETAIL E1. ® CONSTRUCT COMMERCIAL DRIVEWAY APPROACH PER CfTY OF YAKIMA STANDARD DETAIL R09 ON SHEET 5. ©S CONSTRUCT 8' SANITARY SEWER CLEAN OUT PER CITY OF MITA STANDARD DETAIL 05 ON SHEET 5. 20 0 20 FEET SCALE : 1' = 20' 1075q 1070 200 VC 909:POINT' 01IEV ?! 105743 HI : POINT 15114 r 23+46.14 ' - PVI STA -- 24+20 - PVI ELEV x 1057.40 A:D. s _2.40- K = 83:37 1060 1.507 1055 289 FT OF 8" WATER. AT 5:= 0.0050 FT/FT Q: 176_FT OF. P' NJ 5 G' .857 `A,.. 8x8 x6 'TRADE BREAK .: STA 599 5.5 F : IE 8' 1050.20 �� EI TER 1; - 0.0040 FT . . AT -S 1 10.. 1F 5 ' 1.5. STA' 21+22.50, 19.5` BC T:. 011,4 1055.99- TO IE 1053.00 • C +20. 0, 19.5' BC LT 1055.30: TC IE1052.30 1040 STA 21+22.50, 19.5' BC kT RIM- 1055.99- TC IE. 1052.82: .. CB -4, STA- 25+20:50, 19.5'- BC RT : RIM 1055.30: TC 10 1052.12 1035 1030 1025 20+00 21+00 22+00 23+00 24+00 25+00 18' MIN.: SSMH-1 ' STA 25+64.00, 6.0' LT RIM 1055.00 - I0 IN (W). 1047.92 IE CWT. E) .1047.82 26+00 1045 1040 PLS A 1 -ICI -10 ENGINEERING -SURVEYING -PLANNING YAKIMA, WASHINGTON (509) 575-6990 McALLISTER FIELD BUSINESS PARK YAKIMA, WASHINGTON SOUTH 23RD AVENUE - PREPARED FOR WESTWOOD WEST, INC. DRAWN BY: A.E.K. CHECKED BD D.J.K. 061e 09/12/08 JOB HD. 98013 S 1/2, NW 1/4. SEC. 2, 0-12 9, R-18 E, W.M. SHEET NO. 3 OF 6 a 4 x 46 4. EXISTING NEW ASPHALT ASPHALT 6, SAW CUT & TACK 0915060 ROADBED EXCAVATE VERTICALLY TO FULL DEPTH OF SUBGRADE ASPHALT JOINT DETAIL A- NO SCALE 50' RIGHT-OF-WAY 25' 5' 1.5' 18' 6" MIN. L.- 6" COMPACTED DEPTH CRU5HE0 SURFACING BASE COURSE. COMPACT TO 959 OF ASTM 0698. ROAD SECTION 18' 2' COMPACTED DEPTH 1/2' ACP. COMPACT TO 959 OF AVIA D698. 1.5' 5' 4" COMPACTED DEPTH CRUSHED SURFACING TOP COURSE COMPACT TO 957. OF ASTM 0698. VARIES VARIES VARIES GR 500 MAX WATER LFVEL 1 1E HYOR05EE0- E019060 9060608.E SOIL II DRAINAGE SWALE T--' NU 2I.ALC C ASS I OR CLASS 2 FINE AGGREGATE PER WSDOT STANDARD SPECIFICATION 9-03.1(2)8. 259 COMPOST BY VOLUME. NOTES - TYPICAL ALL SWALES 1. ALL SWALES SHALL BE SEEDED 81TH A TYPICAL RYEORA55/ BLUEGRASS SEED MIX FORMULATED FOR THE CENTRAL WASHINGTON CUMATE. DD NOT USE 900 2. ALL SWALES SHALL BE TEMPORARILY IRRIGATED TO MAINTAIN GRASSES. 3. SWABS SHALL BE GROWN TO 4" HEIGHT. 4. AFTER SX WEEKS, THE SWALES SHALL BE SPRAYED FOR NEED ABATEMENT. 5. GRASS SHALL BE DENSE, WELL ESTABLISHED STANDS OF GRASS. PLS A ENGINEERING -SURVEYING -PLANNING YAKIMA, WASHINGTON (509) 575-6990 McALLISTER FIELD BUSINESS PARK YAKIMA, WASHINGTON CONSTRUCTION DETAILS —� PRRPAR513 FOR — WESTWOOD WEST, INC. DRAWN fm A.E.K. CHECKED BY: D.J.K. am 09/12/08 Joe No. 98013 S 1/2, NW 1/4, SEC. 2, T-12 N, R-18 E, W.M. SHEET N0. 4 of 6 2 09 3 a 1 it m. oawou 1 lAmna'�m�.wu+i:i 0"114r � a MACE RANNIXE WdN0 ORWTET FIRE �A CLA55 3000 CENENT 1 f/2' CLASS FULL DEPTH OF SECTION LESS 1 1/2" 12" 'G' ASPHALT ASPHALT PAVEMENT SEE DETAIL R24 FOR TRENCH PATCHING 1,61 xo+ew4 I / L1 h1?OOA 250fLLW'd�JAT.i ...mu. „a \\ A� ' ,.+,imm rn�f tt '.L rxcAVATwx Q' Vele 6 PLAN NEW +. CaE=n+G—� •� .- CAST-IRON PRARE & COY. PER sPEanc•nws pnriEniCONCRETE KO RRS 15 INCIES AND UNDER ....Loa/lac� .ocniabiltNAni\ II 1g-. \ 1 «,a«,. _ \ a,..,,, I 1 IV ✓F.Q' 1p' .»R lm A:_ann rAA AkYJ nGrRKawwA.nr I✓rs �I I Ha . °°"�� h%"GiL�'4 %m/��. '— —2774 v/Hu // 1.0.+]O IN01F5 NATIVE MATERIAL SNALL BE USED FOR BACKFILL UNLESS OTHERWISE DIRECTED ISEEMEMEMS � EREEMEW ,le—� • BY THE ENGINEER. • R I��y srvERT PA SUBCRADE CrT F? - O p V SUBGRAOE BASE `'.4., ` DRV PACK ALL JOINTS ` AND VOIDS \\i ` SMOOTH INSIDE BARREL GlIrmilla __ Sg OILY �i.°w09scb1 'VA do OY CRUSES SUSHALL BE ED F. BTOPEC COURSE G ATEAIAL % '/ G R 1`ED a DG �; IA SEC gTC[n¢EYmK VA " T �m�� 1 �I R _ 1 .. JA' -' ''':9'''''-::-1" 1 t�.s,mv1 ,3c� I ,_I wej I 50::..�� • • UNLESS ORIERNIS£ DIRECTEDI BY THE ENGINEER. sAYo COIL. w RI 0009 "• —""1"+A n 7,9�j' :.�� ''i///• CAST M<OTOR MANHOLE ADJUSTMENT DETAIL I fR9Hl Olil®�—: l r:av e++ Twrmal� i . v.,,, , lM �\ J "' a � I�Q W�•��' arq� uszA� % `�T g` ;A N — ,�. .,. SUITABLE EARTH (SEE s4 TYPICAL ,,��, UNSIITABLE FWNOATON MATEPIAL SHALL BE RE'UCED ''MTH GRAVEL BACKFILL FCR FWNEATON FOUNDATIONS CLASS 3. x01E) TRENCH SECTION of YOkimO -. Enyineerin9 Oiv,sion (OM APPR0fAII 219.99 -T--I °-/1 °�'" T'i 1 I rrti,ene � a,l'al « A W PLACE .� 1wER" .r�vomu'/ losstRET0.AOCo 17:4 MOON A -A SECTION s1 SANITARY SEWER MANHOLE DETAIL B -B �.,, _ _,,„ .-1'\ -!...--t- b }_ 1 me POIVAJRN J.D.:EflON DM ¢v 14-5 Cly of 'fokimo - 0ngin<wi99 Do.eion APPRO.! 210.99 1-101E'e .lnwa, arlaac, Su,C*0a'A:T,'rrox-Ape l.te.. NJFFKLICRIFC1.E ane.q� .e nxtNsUq,^...al..U.,e En, Born Al .4ar.4 m.la.Ai 61p. Jn «.M,vrL.n 24" mean. <awn 5,np, red plan blkMd , av,,,.aalvltekL+kao.Ue Ana PA•,.Amod 09, Bk. I.., sdl.H f..m....:N dbH1Q.WE C.pTA - *PRP. 21094 City Of Yakima City of Yakima- Standard Detail Division RESIDENTAIL STREET LIGHT El CITY OF YAKIMA - STANDARD DETAIL 1 SEWER MANHOLE I 51 CITY OF YAKIMA - STANDARD DETAIL 1 MANHOLE ADJUSTMENT I S3 CITY OF YAKIMA • STANDARD DETAIL I TYPICAL TRENCH DETAIL I 54 fEngineerislnngg '' �,=sN�„s aa NOT TOSCALE / rS PLS A ENGINEERING -SURVEYING -PLANNING YAKIMA, WASHINGTON (509) 575-6990 McALLISTER FIELD BUSINESS PARK YAKIMA, WASHINGTON CONSTRUCTION DETAILS —� PRRPAR513 FOR — WESTWOOD WEST, INC. DRAWN fm A.E.K. CHECKED BY: D.J.K. am 09/12/08 Joe No. 98013 S 1/2, NW 1/4, SEC. 2, T-12 N, R-18 E, W.M. SHEET N0. 4 of 6 2 09 3 a 1 RAMP - TYPE 1 RAMP - TYPE 2 RAMP - TYPE 3 40.2 Mmo2 oo SEC1mN 8 no OuxN romp, Wcxa 111111 15D11EIN0 MEM _ ES(AAEIRC NEM 1SOYElmC'-"" WIER omom2 MEM, InwUroomriw SECTION C • mop aM24 .21•71.< 2222.1444 Mitre APPROVED:1S.ro09 CITY OF YAKIMA - ENGINEERING DIVISION SIDEWALK RAMPS I RN ,. A 1 2 z0� EAS OnA Al''' COLO SEE PLANS i COLO JOINT CONCRETE APRON (WHICHEVER IS GR ATR) 81518 PER ymc ............. :1 OD0SEMR SwTNO SEFR we; NOTES 1. IES 01VMS AWL BER151LLAW EESW YM6 0OI NIM 9>E SEVERS ul MONS YAkq MTh.° ..:..:.'.'..•.:':.' FOR HANDICAP SEE APPLICABLE SITP SIZE AND TGN. STANDARD DETAILS ......... Y-� /r 1,Y # RP SEE PLAN5.64.070 , A RP .DINT I CURB & GUTTER.•-" S L 2 CSTC (COMPACTED DEPTH) �tiv y, 6- WSDOT CL 3000 CONCRETE W/ COARSE AGGREGATE GRADING N0. 5 I DISTANCE VARIES - SEE PLAN 1 w R I•R 2,/A' I/0• P 1/r R r.-_,.., 9WV I1/r R .I6, I PLAN) -_-_ I SEE PLAN PREFERRED RAMP'I NOTES I.:':..� ..•...;..I 1. THROUGH ..NTS WITH 3/6' 10INT MATERIAL �MRNI-- P1 4\\S7. 1/2' CUSS 'C' AWNALT `;�,Tu ��',2 SHALL BE PLACED AT 20' INTERVALS OR MATCH E0STN0 CURS JOINTS 2. -I/O'1DEEP 5/' JOINTS SHALL 5' SCORED 1500 ME O' 065 IE w/ 0 . GROOVES AT 5' INTERVALS. b ��_, IEE-,R,E (OID) �l 0.1.11I6A SNAIL IE N. er 9ADPE u..LE ARO OT IS 4n 001 WRRE OFPM 6 O SNXAEt m LIUR CCM.. AS ROM ars2Cr WW2 xs W. EC PVC ALL SEE A NACU A ]. ALL SITE 3AER N.. Ak' RmL'R .� Cr 1PPE 10N LOE2 CF 0 UEM15 � T -m2 G he SR SPECS. A VAC 1161070 ,;'i'r _ -"r 1 CONFIGURATION ALTERNATE RAMP CONFlCURARON ' IXASG b00 CEMENT CONCRETE 12' PMIL _A APPROVED:1.exoe !�•1+A. < •. .0 •� ' "_\' . J CITY OF YAKIMA -STANDARD DETAIL I SIDEWALK JOINTING I R10 �: ` - ie ` s/e` ROMA • M. ac ////�'///�"/ • I - El SEVER NAIN w�'Ai FIRER JOINT PACNNG SEEAON FRAME A CDAER sEE rnnME : cDATA �conunoN CLEAN WT A8.1/6 SENOy )�;; SUBGRAOE j��*LIi�1�'. . a OINFR'WZ ORECIEO BY dOMFGLNtE�6 SDE ' S w s651 SI:" ARE AS F000s4 • .OM PTE -DDE Nn CEMEN- CONCRETE 1ARR ER C_RB CEMENT CONCRETE EXTRUDED CURD r-1 I/O R� , zr Ir COHERE E JOINT MATERIAL A LINE FLOW VALLEY GUT -ER yyy 3) 4W 16' H REBLt BUA£6SURFACING L` nE IAS REOT.HD) e• OA PPF • 601 ",'-.ALL 6 BACSLL WDN 10NO1LLRBE RUDE) 9.4!6.10 m° CRWY RAL OEPM AS DEM BY ME DOM PUN C'I-: n,4 ,`,-7, ,. .1 rR "i e -.-"-I., _�; "� If / ::: 1/T RA F'''' VALLEY GUTTER r'. - I '-if:-.5:,.:... �}: L Vi.];•'+ 1.1 GRADE .'..2','...1..... PAYMENT / (:,; ... /' .....,, :::Bmalm :•:..... ' uATm"L. CELE -NT CCLCRETE DEPRESSED CURB _ CEIAEN CONDRE-E VAL EY GUTTER 6• '-"' _ - _ _ _-1_111, _ _ BI 6 12 L law VARN• / ) I En ; ras_. ,,lt r �Ao Eo W MARxER � n R DETECTA. IMAM TAR - rr R I e r • - ' lF=fE l TO FLOW UNE 11- L - COMPACTED D N 4COIR EPTN CN, DUPEI xRI ji81u3\ CONNECEONAT0851RUCEON "i f',J7 J� ... '..ti S "C now CM`` No O/� `u'NOTES IEFVIf SEC710N A -A 810E SEWER CONNECTION DETAIL /X SEWER CLEAN OUT IY 11 -;' ``' �' I ALLEY GU `Bd0 i3NER CEIAENT CONCEEE ROLLED CURB CEMENT CONCR-TC 'CC=STRIAM GIRD CUES-ERNINAL Er0 Nor,' 1. 0001 GASS 3000 NWD101E WTI 061352 42414E6AM MAMOHR N61 N30 AD 5 N r2. NUYA N LIMITS 5' N RMr FOR MON. RA6 N neP30 N a . Our. ROOD s 901120 CUM MT s Pa WTTm µCNG Ammo.. Ra0RArs Sty 0430 WV BE A°PR9160 or NL OW 00055. APP0.WERI.3.2009 SECTION A 1. CURS & GUTTER, VALLEY GUTTER, & CONCRETE APPROACH SHALL BE SEPARATED BY 3/8' 1141., FULL DEPTH, EKPANSION JOINT MATERIAL THIS DETAIL Ih DILATES GENERAL CONFIGURATION RECNIRENENTS 06 ANDICAP RA DRIVEWAY APPROACHES. STYLE CO AND NS AND OF HANDICAP CP STRUC NU. DEPEND UPON SITE SPECIFIC PR AND SHALL BE CONSTRUCTED THE CITY ENG THE SPECIFIC PROJECT SITE PLAN APPROVED BY THE CITY ENGNEER. 3. 0000T CLASS 3000 CONCRETE MTH COARSE AGGREGATE GRADING NO, 5. APPROVED.: 1.92006 O8" tl'y .1 .1....-43- Engmee%n9 011:x:* - APPRDIO. 210.99 ® APPRO.. 210.99 CITY OF YAKIMA -STANDARD DETAIL I CEMENT CONCRETE CURB I RO1 CITY OF YAKIMA -STANDARD DETAIL I COMMERCIAL APPROACH I R09 CITY OF YAKIMA - STANDARD DETAIL I SIDE SEWER DETAIL I 59 CITY OF YAKIMA - STANDARD DETAIL I 8" SEWER CLEAN OUT I S5 RAMP - TYPE 1 RAMP - TYPE 2 RAMP - TYPE 3 40.2 Mmo2 oo SEC1mN 8 no OuxN romp, Wcxa 111111 15D11EIN0 MEM _ ES(AAEIRC NEM 1SOYElmC'-"" WIER omom2 MEM, InwUroomriw SECTION C • mop aM24 .21•71.< 2222.1444 Mitre APPROVED:1S.ro09 CITY OF YAKIMA - ENGINEERING DIVISION SIDEWALK RAMPS I RN ,. A 1 2 z0� EAS OnA Al''' COLO SEE PLANS i COLO JOINT ............................... ............. :1 \-COMPAc1E0 EARTH 4' 85001 CLASS 3000 CONCRETE COARSE AGGREGATE GRADING 2- MINIMUM COMPACTED DEPTH CRUSHED SURFACING TOP COURSE 4" STANDARD SECTION 1 555 PLANS 4,,T---____,,,,.,5 . -2.02 ..:..:.'.'..•.:':.' FOR HANDICAP SEE APPLICABLE SITP SIZE AND TGN. STANDARD DETAILS ......... e, -,, COMPACTED EARTH 6'WSODT CLA55 3000 CONCRETE COARSE AGGREGATE GRADING T MINIMUM CO1PACTE0 DEPTH CRUSHED SURFACING TOP COURSE 6" THICKENED SECTION AMMO" LINOS # CITY OF YAKIMA - STANDARD DETAIL I CEMENT CONCRETE SIDEWALK I R12 .DINT I CURB & GUTTER.•-" S L 2 CSTC (COMPACTED DEPTH) �tiv y, 6- WSDOT CL 3000 CONCRETE W/ COARSE AGGREGATE GRADING N0. 5 I DISTANCE VARIES - SEE PLAN 1 THROUGH JOINTS ON EACH 510E OF I..; ,,.,�.) AND ARGUNO EACH UTILITY APPURTENANCE 1J1 NOTES I.:':..� ..•...;..I 1. THROUGH ..NTS WITH 3/6' 10INT MATERIAL SHALL BE PLACED AT 20' INTERVALS OR MATCH E0STN0 CURS JOINTS 2. -I/O'1DEEP 5/' JOINTS SHALL 5' SCORED 1500 ME O' 065 IE w/ 0 . GROOVES AT 5' INTERVALS. • _:__:, P;:::: .. _. _._,. __•.. .:.......:::: VAC 1161070 3. ALL JMNTS, 'V- GROOVES. ANO EDGES .ALL OS FINISHED 8110 AN EDGER HANE A 1/4' RADIUS. �.':::.':.'::.':.'. 4. SEE PLANS FOR WOTH AND POSITION OF SIOEWAUE i"'"'•""' ' CONSTRUCTION JOINT CONSTRUCTION JOINT APPRO.:Eh t.Amus APPROVED:1.exoe CITY OF YAKIMA -STANDARD DETAIL I SIDEWALK JOINTING I R10 CITY OF YAKIMA- STANDARD DETAIL [RESIDENTIAL DRWY APPROACH I ROB RAMP - TYPE 1 RAMP - TYPE 2 RAMP - TYPE 3 40.2 Mmo2 oo SEC1mN 8 no OuxN romp, Wcxa 111111 15D11EIN0 MEM _ ES(AAEIRC NEM 1SOYElmC'-"" WIER omom2 MEM, InwUroomriw SECTION C • mop aM24 .21•71.< 2222.1444 Mitre APPROVED:1S.ro09 CITY OF YAKIMA - ENGINEERING DIVISION SIDEWALK RAMPS I RN PLS A ENGINEERING -SURVEYING -PLANNING YAKIMA, WASHINGTON (509) 575-6990 '®1501 j -•IDA -10 McALLISTER FIELD BUSINESS PARK YAKIMA, WASHINGTON CONSTRUCTION DETAILS PREPARED FOR --- WESTWOOD WEST, INC. DRAWN By: A.E.K. CHECKED 081 D.J.K. DATE: 09/12/08 ,OB N0. 98013 5 1/2, NW 1/4, SEC. 2, T-12 N, R-18 E, W.M. SHEET No. 5 DF 6 • 2 9 9 S a 9 9 8 SEE PLANS i COLO JOINT IIS 5 _ -0.02 WITH N0. 5. COD JORTT 81TH Na 5 \-COMPAc1E0 EARTH 4' 85001 CLASS 3000 CONCRETE COARSE AGGREGATE GRADING 2- MINIMUM COMPACTED DEPTH CRUSHED SURFACING TOP COURSE 4" STANDARD SECTION 1 555 PLANS 4,,T---____,,,,.,5 . -2.02 e, -,, COMPACTED EARTH 6'WSODT CLA55 3000 CONCRETE COARSE AGGREGATE GRADING T MINIMUM CO1PACTE0 DEPTH CRUSHED SURFACING TOP COURSE 6" THICKENED SECTION AMMO" LINOS CITY OF YAKIMA - STANDARD DETAIL I CEMENT CONCRETE SIDEWALK I R12 PLS A ENGINEERING -SURVEYING -PLANNING YAKIMA, WASHINGTON (509) 575-6990 '®1501 j -•IDA -10 McALLISTER FIELD BUSINESS PARK YAKIMA, WASHINGTON CONSTRUCTION DETAILS PREPARED FOR --- WESTWOOD WEST, INC. DRAWN By: A.E.K. CHECKED 081 D.J.K. DATE: 09/12/08 ,OB N0. 98013 5 1/2, NW 1/4, SEC. 2, T-12 N, R-18 E, W.M. SHEET No. 5 DF 6 • 2 9 9 S a 9 9 8 PLSA ENGINEERING -SURVEYING -PLANNING YAKIMA, WASHINGTON (509) 575-6990 lowers 3 '-15.1 O I McALLISTER FIELD BUSINESS PARK YAKIMA, WASHINGTON CONSTRUCTION DETAILS ---•� PREPARED POR WESTWOOD WEST, INC. DRAWN Br: A.E.K. NEC ED BY: D.J.K. DATE 09/12/08 JOB No. 98013 S 1/2, NW 1/4, SEC. 2, 0-12 N. R-18 E. W.M. SHEET N0. 6 OF 6 2 2 013 DWG19B013EDI.dwg, &10R /SEE DETAIL R24 FOR TRENCH PATCHING o'LAAId 1...............14.•..1.1..•......1 i%•1•.111.1.1 •ii• • Oo• i• •i�OOJ• OO•ii•• JJ.J•.�yJ 0• i•%i•J $A$A••J �,r4N00Jii 1•000444 �.4W ��....4•y�s44...O J. +AO.�o�so•.o•.o❖.•.' .6......4.....0, . ..•..•• .........,....i.....,, •.o•O.•.'JO.❖OJJJ.❖00.'.o.`JJJi•JJO..o 4***************** N ..•� VNOWN •.oO•J.•.�.0NAOMOVVIA••J.•.00O� • iiii•��ii iiiiiiiiiiii iiiiiii� :.❖•:.:..••❖.•.•.❖.❖•❖•❖•❖.•.:.••❖..` p❖.ON4 - ;}� •iiiiii Rio •i❖J •MJ•i••o4 •i•••i•�•io••J0N4 •i` ::00 J••••i•JJ•••••�O•••J.o❖� JJA OPO•••••i•••J�•J Jiii i•J •i•JiY � � .o•J.O000❖�OOO❖J.• j❖.•..�k'O k1❖•❖••••••••�••••O••••O•i•-J••••J.i I k•J.•.o•."?....❖.O• o...••••o❖• k•••••••••••.•••••••. V 6.6.4.......4.6.6.4.4.~.4.4.4.4....4.6.•••.••••• •. .....444.• pppJ•JJpJ �J •. �J• �J t••. ♦.••J• J❖••J•OJ• ♦J ••�JJ••••••••Ji O••�•o❖.••o❖•0•.0•�••�•�•�••O ;.•i.❖.•.o❖.•JJ.❖J. 0 . JJ•40.4.1W0❖.❖•00•. P�JJ �•�••o•.•O•❖•••❖•�•� W.6.1 ..6.446:4OJ OP., �:�•��•1Y••�J �J,jye�• J• r CAST IRON LID �' s amu : ea STANDARD MEIER COVER RWD • UOS a01 2' DOUBLE STRAP SERNCE SADDLE 2' SCH 80 PVC • FITTINGS il s s.':T �'� 11 ' - A _ EXCAVATION LIMIT We, N TEES iyt W — -`tl �•I��j SIDE NEW �ay+"^` v HAG NSE MEOI. FOR SLP Att. SWAM SID'1 HIO /.YQ+" VALVE k VALVE 001 3 m FINISHED GRADE z 10 GATE OR BUTTERFLY VALVE (GATE VALVE SHOWN) �II��II� . . ii* I S ■ — III • UPPER SECTION RICH TYPE C.I. VALVE BOX (RICH MODEL 940-8, 18 INCHES HIGH) LOWER SECTION (RICH MODEL R-36, 36 INCHES HIGH) L r /maul DETAL) •'(SE. PWG DET,LL) A. PLAN VIEW 2' I ir OVER 18' . N 11 _ ' ►1� �.; �EC� : (�' EI ..-: :•.: I•. . A ..: CVALOM MATO MWEL MIC LI VALVE CCMBT'ATIDi M-VACIUM VALVE 1- OA x S. BRASS NIPPLE le- DIA. eo APP PVC RPE APPROXIMATELY ]i' (ENG. 1.1' 1- BRASS TEE r DA RPE OF A LENGTH TO SUPPORT AN ASSEMBLY BMOC FOR SUPPORT BASE. 1 mYaNLWsnurnas 1 ST SSW caANxO = S.M. TO BE SUPPLIED AND UPPER SECTION OF VALVE INSTALLED BY CONTRACTOR. BOX (BID( mow. B/O-B) 1 TEE > GROW g �f PANDA.. 'I-1_� J 1R�IE IUJJ STE•IUtO� sm Au N Pxe.Wart OF i50BD patMESM. DETENENE THE uro ASE s A. Cd@EP a TD B I.4 T' [ EX. AAD 1r 24' I.D. W TO ID' VENTED PVC PLU 2' $p1. 80 PVC MIP, 72 max 2' FM II I ADAPTER r.•r..• •R�4♦ ♦••••, P.� _+ • •.•• •... • •IIA ••••••.•�••• 1.♦ •••••••••••••�•••.� OOOOOOo•J.•.•. •4••4.44.4.•.44.4 �❖.•.oJJ i T ' \ �i� �4i: •� • COMPACTED BACK F ILL IS N BE POURED • PLA2 -VALVE a VARVE BOT �— CdILTfEIE CURS k CUTTER r x 8• BRASS MP NIPPLE v,avE Box iY _ `F°� C'E i iCA' R SK T SAT VAL. - oRNx HaIE - I G OSS 910 D POL E HTENE ��—I' CORPORATION • wa AIR -VACUUM NO 1. BLOW OR' ASSElIEq.Y AND ME TO BE SET BEHIND CURB UNE OR BACK OF SgEWALK BALI. VALVE RELIEF VALVE MINIMUM END AREAS - 00❖O••••i�trrS•i �•OO�t�+ J•4•• . ♦1••1 ♦yj'51. ••••••••••�❖�•A444'WV4V4�` � J� V••$04,*e•••••••A ••••••`• �/,/ ♦Y��V' • ••••••N kf ..���Vj/ • 14Ji• �JPOi•�O.O Y J•••❖•o•••••J••r••J40❖•.J IaiA,vK..i .•JW.114.4.9.4.0J•o o•I 5W.441t�1iOkR�l � /,A �(FlP SCI. 80 PVL' „ p o O f c 14. yx.. BF110NG MATERIAL SHALL MEET THE REQUIREMENTS OF CLASS 'C PER SECTION 9-0.118 UNLESS THE ENGINEER DETERMINES THAT CONDITIONS REQUIRE ANOTHER CLASS ye TIO s "" SEE xoTE 1 SEE NOTE 1 SHALL "� LO LL J I 2' DOUBLE SADDLE 500108E 50001E I( STORM.VALVE "E BOX k�ATc.!F x/A •j,:;ll NOTES 1. PROVIDE EXTENSION PIECE WHERE REQUIRED FOR VALVE BOX. (RICH MODEL 044, 12 INCHES RICH) 2. VALVE 517F AND FNOS AS 0000IFlFO f19 INnm'ATcn ON THE PLANS. CO2 WATER VALVE BOX e. Y✓?� f 1I�hh11111� �� (§)11111111111133 ©��Lf III -1 II I.I ' '� . '•Y;+•;y•' I aaDl i2•Te ••-•• NOW La %�tM1 UR9E' UNDISTURBED EARTH NOTES 1. ACRJAL SLOPE OF TRENCH SIDES TO BE DETERMINED 8Y THE CONTRACTOR TO FR THE METHOD OF CONSTRUCTION AND ALL SAFETY REQUIREMENTS. 2. MECHANICAL COMPACTION SHALL 8E REWIRED FOR ALL TRENCHES TYPICAL TRENCH SECTION :D' � SEE 0015 1 tM.SrvRSED EARTH\ nss CT. GRAVEt sMRI' EARdj mux 1 vim• RaRro NOTES "'�"° 1. Limo oN ALL "TAI"' cAL 1T 41.11.79FROM 7095 09 10 L 15010.114 HYDRANTS ARE THISINSTA5rn 7. TITS 515700E NAY ag LARGER rxAx 03 TOES IN CAN ALSO EE WOE PIN GPM. VALVE AND a.E E NOT 9,0."Ni ASSEMBLY 11.0 w. IL SE .0.R IP is v •'.0 LOCATE HYDRANT PER PLANS &7 R n. NTS City of Yakima - Engineering Division 0004000 7.9.99 NOTE TxN AS m TWE VFD 10 CARRY THE ""w " 'ET"'LB `a °TYPICAL INTERSECTION m FITTINGS, PPE ETC_. HAVE 904 PURPOSELY EGCATN%I a 07 RETARD sTRUCWMS SEE °B^°x"L . """n°". LAYOUT eay aI rok'na - Engiresing Dnsian ® 0969055914-18-02 27.7 NG rrt. 0441 a; T.040 - Engalsonr9 Olatlion 4F490V0159 7.9.99 eHYDRANT City of 0010 - En9;ne0.in9 O'Ns,on 00001.0 7.9.99 CITY OF YAKIMA • STANDARD DETAIL I TYPICAL TRENCH SECTION 1 W3 'S CITY OF YAKIMA • STANDARD DETAIL (TYPICAL INTERSECTION LAYOUT( W4 27.5 q. IL CITY OF YAKIMA - STANDARD DETAIL 1 WATER VALVE BOX 1 W2 CITY OF YAKIMA • STANDARD DETAIL 1 HYDRANT ASSEMBLY 1 WI asTYPICAL CONCRETE BLOCKING LDNCTH VARIES ELEVATION VIEW PLSA ENGINEERING -SURVEYING -PLANNING YAKIMA, WASHINGTON (509) 575-6990 lowers 3 '-15.1 O I McALLISTER FIELD BUSINESS PARK YAKIMA, WASHINGTON CONSTRUCTION DETAILS ---•� PREPARED POR WESTWOOD WEST, INC. DRAWN Br: A.E.K. NEC ED BY: D.J.K. DATE 09/12/08 JOB No. 98013 S 1/2, NW 1/4, SEC. 2, 0-12 N. R-18 E. W.M. SHEET N0. 6 OF 6 2 2 013 DWG19B013EDI.dwg, &10R cr a o'LAAId 1...............14.•..1.1..•......1 i%•1•.111.1.1 •ii• • Oo• i• •i�OOJ• OO•ii•• JJ.J•.�yJ 0• i•%i•J $A$A••J �,r4N00Jii 1•000444 �.4W ��....4•y�s44...O J. +AO.�o�so•.o•.o❖.•.' .6......4.....0, . ..•..•• .........,....i.....,, •.o•O.•.'JO.❖OJJJ.❖00.'.o.`JJJi•JJO..o 4***************** N ..•� VNOWN •.oO•J.•.�.0NAOMOVVIA••J.•.00O� • iiii•��ii iiiiiiiiiiii iiiiiii� :.❖•:.:..••❖.•.•.❖.❖•❖•❖•❖.•.:.••❖..` p❖.ON4 - ;}� •iiiiii Rio •i❖J •MJ•i••o4 •i•••i•�•io••J0N4 •i` ::00 J••••i•JJ•••••�O•••J.o❖� JJA OPO•••••i•••J�•J Jiii i•J •i•JiY � � .o•J.O000❖�OOO❖J.• j❖.•..�k'O k1❖•❖••••••••�••••O••••O•i•-J••••J.i I k•J.•.o•."?....❖.O• o...••••o❖• k•••••••••••.•••••••. V 6.6.4.......4.6.6.4.4.~.4.4.4.4....4.6.•••.••••• •. .....444.• pppJ•JJpJ �J •. �J• �J t••. ♦.••J• J❖••J•OJ• ♦J ••�JJ••••••••Ji O••�•o❖.••o❖•0•.0•�••�•�•�••O ;.•i.❖.•.o❖.•JJ.❖J. 0 . JJ•40.4.1W0❖.❖•00•. P�JJ �•�••o•.•O•❖•••❖•�•� W.6.1 ..6.446:4OJ OP., �:�•��•1Y••�J �J,jye�• J• �' s amu : ea STANDARD MEIER COVER RWD • UOS 2' DOUBLE STRAP SERNCE SADDLE 2' SCH 80 PVC • FITTINGS il s.':T �'� 11 ' - �i. OPP 113 10 `.jl �v ��I� ' TEES iyt W — -`tl �•I��j SIDE NEW �ay+"^` v HAG NSE MEOI. FOR SLP Att. SWAM SID'1 HIO /.YQ+" ^• >3 ilmi f. BENDS (TYPICAL ALL BLOCKING) NOTES CAP I. Eaw c9xwc-;ErouLow RExovuaBOLrs RPE i ALL ROPOI EVA RPE GPM NCO Lm7ACi ATI O];dETE $TALL S VRMPED WTI t al �� .A*E S.W. Pam m 0.AdpT RATE Ca:IE 1 (9 4H9wRA1 w OIALIEML cTS9i 3 m . . ii* I S �•-(ELY COMPLETE VALVE BOx L r /maul DETAL) •'(SE. PWG DET,LL) A. PLAN VIEW 2' I RE OF VENT MUST RE SCREENED /•I' . N 9141 KENO MR x CT9 1' DIA.. 8' BRASS NONE 1' RIGHT ANGLE mum BNL VALVE 1- METER MAPR/l W . THREADS CLEAN GRANULAR NAlEIBAL_�;j• TO DISPERs NATER 1' TWE N COPPER UNE OR _ ' ►1� �.; �EC� : (�' EI ..-: :•.: I•. . A ..: CVALOM MATO MWEL MIC LI VALVE CCMBT'ATIDi M-VACIUM VALVE 1- OA x S. BRASS NIPPLE le- DIA. eo APP PVC RPE APPROXIMATELY ]i' (ENG. 1.1' 1- BRASS TEE r DA RPE OF A LENGTH TO SUPPORT AN ASSEMBLY BMOC FOR SUPPORT BASE. TO BE SUPPLIED AND UPPER SECTION OF VALVE INSTALLED BY CONTRACTOR. BOX (BID( mow. B/O-B) 1 �f 4' min. - J 1R�IE IUJJ STE•IUtO� sm Au N Pxe.Wart OF i50BD patMESM. DETENENE THE uro ASE s A. Cd@EP a TD B I.4 T' [ EX. AAD VENTED PVC PLU 2' $p1. 80 PVC MIP, 72 max 2' FM II I ADAPTER r.•r..• •R�4♦ ♦••••, P.� _+ • •.•• •... • •IIA ••••••.•�••• 1.♦ •••••••••••••�•••.� OOOOOOo•J.•.•. •4••4.44.4.•.44.4 �❖.•.oJJ i T ' \ �i� �4i: •� �' -tiSS:' (L) ( IS N BE POURED • PLA2 _ • r x 8• BRASS MP NIPPLE (PE Y LENGTH AS RE0'0 ,I ' 2• WRB VALVE WITH STf1P/WASTE ��L-� F 48' RENO x PJ) /Y PLUGS !t CAPS G OSS 910 D POL E HTENE ��—I' CORPORATION • wa AIR -VACUUM NO 1. BLOW OR' ASSElIEq.Y AND ME TO BE SET BEHIND CURB UNE OR BACK OF SgEWALK BALI. VALVE RELIEF VALVE MINIMUM END AREAS - 00❖O••••i�trrS•i �•OO�t�+ J•4•• . ♦1••1 ♦yj'51. ••••••••••�❖�•A444'WV4V4�` � J� V••$04,*e•••••••A ••••••`• �/,/ ♦Y��V' • ••••••N kf ..���Vj/ • 14Ji• �JPOi•�O.O Y J•••❖•o•••••J••r••J40❖•.J IaiA,vK..i .•JW.114.4.9.4.0J•o o•I 5W.441t�1iOkR�l � /,A �(FlP SCI. 80 PVL' RPE 9iE ON TSS E1 - 2? IA. ft 9 .q. IL LO LL J I 2' DOUBLE SADDLE 500108E 50001E •!t■.:O II—� %waft•••i• �• %.00 WO 0.25 CY DRAIN ROCK ` \` 45 BEND e. u u R, e.7 w. ft. La :D' IA3 y. R 11.0 w. IL SE .0.R 2' aaA w.rc &7 R n. ).9 aR �Oi�iii.��+t7% / mo .......v. j / ♦••..44.•.•...•••♦ Exvi SEPARATION �PARAUEL w,0,0, 27.7 NG rrt. 'S as se. 27.5 q. IL 13.0 w. IL asTYPICAL CONCRETE BLOCKING LDNCTH VARIES ELEVATION VIEW TART@ E-28-07 NTs Cly of Yaklma - En9011w149 D4Nabn 07690,0 S15'D 7.1,4 - Enc , 9 .UN PPMTEP. 7.9.99 0 AMP. 7.9.99 CITY OF YAKIMA - STANDARD DETAIL 1 AIR -VACUUM RELIEF VALVE 1 1V8 CITY OF YAKIMA • STANDARD DETAIL 1 WATER/SEWER SEPARATION 1 W16 CITY OF YAKIMA • STANDARD DETAIL 1 TYPICAL CONCRETE BLOCKING 1 W6 CITY OF YAKIMA • STANDARD DETAIL 1 TYPICAL BLOW OFF ASSEMBLY I W5 PLSA ENGINEERING -SURVEYING -PLANNING YAKIMA, WASHINGTON (509) 575-6990 lowers 3 '-15.1 O I McALLISTER FIELD BUSINESS PARK YAKIMA, WASHINGTON CONSTRUCTION DETAILS ---•� PREPARED POR WESTWOOD WEST, INC. DRAWN Br: A.E.K. NEC ED BY: D.J.K. DATE 09/12/08 JOB No. 98013 S 1/2, NW 1/4, SEC. 2, 0-12 N. R-18 E. W.M. SHEET N0. 6 OF 6 2 2 013 DWG19B013EDI.dwg, &10R