Loading...
HomeMy WebLinkAboutTTC Construction, LLC - Tieton Drive Sanitary Sewer Replacementt 1 1 1 1 1 1 1 1 1 1 1 1 CITY OF YAKIMA TIETON DRIVE SANITARY SEWER REPLACEMENT City of Yakima Project No. VWV2358 HLA Project No. 13044 Construction Contract Specifications & Bid Documents APRIL 2013 Wastewater Division �► +� H LA. 204 West Pine Street HWbgtse, Winn Associates, Inc, Yakima, WA 98902 Phone (509) 575 -6118 G�vilFngiueer►nS °Land Surveying. Planning "ORIGINAL - CITY OF YAKIMA" 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 CITY OF YAKIMA, WASHINGTON CONTRACT DOCUMENTS 116 TIETON DRIVE SANITARY SEWER REPLACEMENT LT. �9T ��sj�tl�rAL � 1-7113 CITY OF YAKIMA PROJECT NO. WW2358 HLA PROJECT NO. 13044 OWNER: City of Yakima 129 North Second Street Yakima, WA 98901 Wastewater Division 204 West Pine Street Yakima, WA 98902 ENGINEER: Huibregtse, Louman Associates, Inc. 801 North 39th Avenue Yakima, WA 98902 APRIL 2013 CITY OF YAKIMA YAKIMA COUNTY, WASHINGTON CONTRACT DOCUMENTS FOR TIETON DRIVE SANITARY SEWER REPLACEMENT City of Yakima Project No WW2358 HLA Project No 13044 (� TABLE OF CONTENTS PAGE NO. SECTION 1 - ADVERTISEMENT FOR BIDS . . . 1 -1 ADVERTISEMENT FOR BIDS .... .. ..1-2 I APPENDIX A AMENDMENTS TO THE 2012 WSDOT STANDARD SPECIFICATIONS SECTION 2 - INFORMATION FOR BIDDERS .. 2 -1 INFORMATION FOR BIDDERS .... ............ 2 -2 SECTION 3 - BID PACKAGE. 3 -1 BIDDER'S CHECKLIST 3 -2 \ BID PROPOSAL. 3 -3 UNIT PRICE BID PROPOSAL . .. ... BID PROPOSAL SIGNATURE PAGE.. .... .. 3 -4 3 -5 BID DEPOSIT .3-6 BID BOND 3 -6 NON - COLLUSION AFFIDAVIT 3 -7 NONDISCRIMINATION PROVISION. ..3 -8 SURETY AND BIDDER INFORMATION . ..... 3 -9 WOMEN AND MINORITY BUSINESS ENTERPRISE POLICY .... 3 -10 RESOLUTION NO D -4816. 3 -11 AFFIRMATIVE ACTION PLAN ...... . 3 -12 BIDDER'S CERTIFICATION .3 -14 �i SUBCONTRACTOR'S CERTIFICATION MATERIAL AND RESPONSIVENESS 3 -15 3 -16 COMPLIANCE AND ENFORCEMENT . 3 -16 COMPLIANCE WITH IMMIGRATION AND NATURALIZATION ACT .3-18 SECTION 4 - CONTRACT AND RELATED MATERIALS .4 -1 CONTRACT ..4 -2 CERTIFICATIONS. 4 -4 r CONTRACT BOND .... .. .. 4 -5 SCHEDULE OF WORKING HOURS .... .. 4 -6 SECTION 5 - LABOR STANDARDS AND WAGE RATE CONDITIONS 5 -1 PREVAILING WAGE RATES 5 -2 DLI ( YAKIMA COUNTY) EFFECTIVE 04/16/2013 BENEFIT KEY CODE EFFECTIVE 03 -03 -13 DEPT OF LABOR & INDUSTRIES SUPPLEMENTAL TO WAGE RATES 03 -03 -13 SECTION 6 - TECHNICAL SPECIFICATIONS TABLE OF CONTENTS ........ 6 -1 .....6 -2 SPECIAL PROVISIONS 6 -3 I APPENDIX A AMENDMENTS TO THE 2012 WSDOT STANDARD SPECIFICATIONS 1 1 1 h i i SECTION 1 - ADVERTISEMENT FOR BIDS 1 1 i 1 1 l IG: \PROJECTS\2013 \13044 \13044 Specs.docx 1 -1 I ADVERTISEMENT FOR BIDS City of Yakima 129 North Second Street Yakima, WA 98901 The CITY OF YAKIMA invites separate sealed BIDS for the construction of the TIETON DRIVE SANITARY SEWER REPLACEMENT, City of Yakima Project No. WW2358, HLA Project No. 13044, in- cluding the following approximate major quantities of work: Construction of approximately 670 linear feet of 8" PVC sanitary sewer pipe, 50 linear feet of 4" PVC sanitary sewer pipe, 3 sewer manholes, connection to existing sanitary sewer manhole and pipes, and surface restoration including hot mix asphalt; and other related improvements. This contract has fifteen (15) working days to complete the work. Bids will be received b the City Clerk at Yakima City Hall 129 North Second Street Yakima Y Y Y Washington, 98901, until 2.00 p m , May 6, 2013, and then shortly thereafter will be publicly opened and ' read aloud at the Yakima City Council Chambers located at 129 North Second Street. The CONTRACT DOCUMENTS may be examined at the following locations: Yakima City Hall, Yakima, Washington Huibregtse, Louman Associates, Inc., (HLA), Yakima, Washington Tri -City Construction Council Yakima Plan Center Copies of the CONTRACT DOCUMENTS may be obtained at the office of Huibregtse, Louman Associates, Inc., (HLA), 801 North 39th Avenue, Yakima, Washington 98902, (509- 966 -7000) upon payment of $60 00 for each set, non - refundable. Planholder list and addenda will be available on the internet at www hlacivil com Each bid or proposal must be accompanied by cash, bond, or a certified check, payable to the order of the Treasurer of the CITY OF YAKIMA for the sum of not less than 5% of said bid or proposal and none will be considered unless accompanied by such deposit, to be forfeited to the CITY OF YAKIMA in the event the successful bidder shall fail or refuse to enter into a Contract with the City for the making and construction of the aforesaid improvement. All bids or proposals must be in writing on the form bound in the Specifications, sealed and filed with the Clerk on or before the day and hour above mentioned The CITY OF YAKIMA in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U S.0 2000d to 2000 -4 and Title 49, Code of Federal Regulations, Department of Transportation, subtitle A, Office of the Secretary, Part 21, nondiscrimination in federally assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color or national origin in consideration for an award The CITY OF YAKIMA reserves the right to reject any and all bids and to waive technicalities or irregularities, and after careful consideration of all bids and factors involved, make the award to best serve the interests of the CITY OF YAKIMA. Contract time for this project will begin by June 10, 2013 Sonya Claar Tee City Clerk Publish- April 22, 2013 # G: \PROJECTS\2013 \13044 \13044 Specs.dou 1 -2 r r 1 1 1 SECTION 2 - INFORMATION FOR BIDDERS G: \PROJECTSQ013 \13044 \13044 Specs.docx 2 -1 INFORMATION FOR BIDDERS BIDS will be received by the CITY OF YAKIMA, Washington (herein called the "OWNER "), at City Hall, 129 North Second Street, Yakima, Washington 98901, until 2 00 p m , May 6, 2013, and then at the Yakima City Council Chambers publicly opened and read aloud. Each BID must be submitted in a sealed envelope, addressed to Yakima City Clerk at 129 North Second Street, Yakima, Washington 98901 Each sealed envelope containing a BID must be plainly marked on the outside as BID for TIETON DRIVE SANITARY SEWER REPLACEMENT, and the envelope should bear on the outside the BIDDER'S NAME, address, and license number if applicable, and the name of the project for which the BID is submitted. If forwarded by mail, the sealed envelope containing the BID must be enclosed in another envelope addressed to the OWNER at Yakima City Hall, 129 North Second Street, Yakima, WA 98901 ' All BIDS must be made on the required BID form All blank spaces for BID prices must be filled in, in ink or typewritten, and the BID form must be fully completed and executed when submitted. Only one copy of the BID form is required The OWNER may waive any informalities or minor defects or reject any and all BIDS Any BID may be withdrawn prior to the above scheduled time for the opening of BIDS or authorized postponement thereof Any BID received after the time and date specified shall not be considered. No BIDDER may withdraw a BID within 60 days after the actual date of the opening thereof Should there be reasons why the Contract cannot be awarded within the specified period, the time may be extended by mutual agreement between the OWNER and the BIDDER. BIDDERS must satisfy themselves of the accuracy of the estimated quantities in the BID SCHEDULE by examination of the site and a review of the Drawings and Specifications including ADDENDA. After BIDS have been submitted, the BIDDER shall not assert that there was a misunderstanding concerning the quantities of WORK or of the nature of the WORK to be done The CONTRACT DOCUMENTS contain the provisions required for the construction of the PROJECT Information obtained from an officer, agent, or employee of the OWNER or any other person shall not affect the risks or obligations assumed by the CONTRACTOR nor relieve the CONTRACTOR from fulfilling any of the conditions of the Contract. Each BID must be accompanied by a BID BOND payable to the OWNER for five percent of the total amount of the BID When the Agreement is executed, the bonds of the unsuccessful BIDDERS will be returned The BID BOND of the successful BIDDER will be retained until the CONTRACT BOND has been executed and approved, after which it will be returned A certified check may be used in lieu of a BID BOND A CONTRACT BOND in the amount of 100 percent of the CONTRACT PRICE, with a corporate Surety approved by the OWNER, will be required for the faithful performance of the Contract. Attorneys -in -fact who sign BID BONDS or CONTRACT BONDS must file with each BOND a certified and effective dated copy of their Power of Attorney The party to whom the Contract is awarded will be required to execute the Agreement and obtain the CONTRACT BOND within ten (10) working days from the date when NOTICE OF AWARD is delivered to the BIDDER. The NOTICE OF AWARD shall be accompanied by the necessary Agreement and BOND forms In case of failure of the BIDDER to execute the Agreement, the OWNER may consider the BIDDER in default, in which case the BID BOND accompanying the proposal shall become the property of the OWNER. The OWNER may make such investigations as deemed necessary to determine the ability of the BIDDER to perform the WORK, and the BIDDER shall furnish to the OWNER all such information and data for this purpose as the OWNER may request. The OWNER reserves the right to reject any BID if the evidence submitted by, or investigation of, such BIDDER fails to satisfy the OWNER that such BIDDER is properly qualified to carry out the obligations of the Agreement and to complete the WORK contemplated therein. GAPROJECTS\2013\1 3044\1 3044 Specs.docx 2 -2 ri 1 1 �\' A conditional or qualified BID will not be accepted Award will be made to the lowest responsive, responsible BIDDER or all bids will be rejected. All applicable laws, ordinances, and the rules and regulations of all authorities having jurisdiction over construction of the PROJECT shall apply to the Contract throughout. Each BIDDER is responsible for inspecting the site and for reading and being thoroughly familiar with the CONTRACT DOCUMENTS The failure or omission of any BIDDER to do any of the foregoing shall in no way relieve any BIDDER from any obligation in respect to its BID Further, the BIDDER agrees to abide by the requirement under Executive Order No 11246, as amended, including specifically the provisions of the equal opportunity clause set forth in these Contract Documents The low BIDDER shall supply the names and addresses of major material SUPPLIERS and SUBCONTRACTORS when required to do so by the OWNER. The ENGINEER is Huibregtse, Louman Associates, Inc., (HLA), represented by Michael T Battle, PE The ENGINEER'S address is 801 North 39th Avenue, Yakima, Washington 98902, phone (509) 966- 7000, FAX. (509) 965 -3800 GAPROJECTS\2013\1 3044\1 3044 Specs.dou 2 -3 i 01 1 f T d 1 A r SECTION 3 - BID PACKAGE G. \PROJECTS\2013 \13044 \13044 Specs.docx 3 -1 / BIDDER'S CHECKLIST The bidder's attention is especially called to the following forms which must be executed in full and submitted with the bid (a) Bid Proposal The unit prices bid must be shown in the space provided Acknowledge all addenda in the space provided. (b) Bid Proposal Signature Page To be filled in and signed by the bidder (c) Bid Deposit or Bid Bond Bid Deposit Sign the Bid Deposit in the space provided if the bid is accompanied by a certified check or cashier's check in the amount of not less than 5% of the total amount bid Bid Bond This form is to be executed by the bidder and Surety company 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 Provide Power of Attorney for Surety's agent. (d) Non - Collusion Affidavit and Debarment Certification Must be subscribed and sworn to before a Notary Public and included with the Bid Proposal (e) Surety and Bidder Information Fill in the Surety and Bidder information. (g) MBE/WBE Form It is requested that the Bidder's Certification of the Affirmative Action Plan be signed by the bidder ' Failure to provide this information WILL NOT render the bid non - responsive (h) Compliance with Immigration and Naturalization Act To be filled in and signed by the bidder The following forms are to be executed and /or submitted for approval after the Contract is awarded (1) Contract. This Contract to be executed by the successful bidder and the City of Yakima. (2) Certifications to be executed by the successful bidder (3) Contract Bond to be executed by the successful bidder and his Surety company. Provide Power of Attorney (4) Certificate of Public Liability and Property Damage Insurance must be provided by the successful bidder in accordance with the provisions of the Standard Specifications and Special Provisions. (5) Statement of Intent to Pay Prevailing Wages to be completed by successful bidder and by any and all subcontractors (6) Schedule of Working Hours to be executed by the successful bidder G: \PROJECTS\2013 \13044 \13044 Specs.docx 3 -2 BID PROPOSAL A Proposal of 1 1 l-. �OA� XW- 110K, J�- (ereinafter called "BIDDER "), organized and existing under the laws of the State of w doing business as A Cov- VVI& '^- ' To the CITY OF YAKIMA, Washington, (h reinafter called "OWNER ") ' In compliance with your Advertisement for Bids, BIDDER hereby proposes to perform all work for the construction of the TIETON DRIVE SANITARY SEWER REPLACEMENT — City of Yakima Project No WW2358, HLA Project No. 13044, in strict accordance with the CONTRACT DOCUMENTS, within the time set forth therein, and at the prices stated below ' By submission of this BID, each BIDDER certifies, in the case of a joint BID each party thereto certifies as to its own organization, that this BID has been arrived at independently, without consultation, communication, or agreement as to any matter relating to this BID with any other BIDDER or with any competitor BIDDER hereby agrees to commence work under this Contract within ten (10) calendar days after ' NOTICE TO PROCEED and to fully complete the PROJECT within fifteen (15) working days of such NOTICE TO PROCEED ' BIDDER further agrees to pay as liquidated damages the sum specified for each working day thereafter as provided in Section 1 -08 9 of the Standard Specifications. BIDDER acknowledges receipt of the following ADDENDA. �VZh- 1 ' Addenda will be posted on the internet at the Engineer's website, www.hlacivil com BIDDER agrees to perform all the work described in the CONTRACT DOCUMENTS for the following unit ' prices or lump sum amounts 0 ' Insert "a corporation," "a partnership," or "an individual" as applicable 0 GAPROJECTS\2013\1 3044\1 3044 Specs.docx 3 -3 UNIT PRICE BID PROPOSAL (NOTE: Unit prices for all items, all extensions, and total amount of bid must be shown. Any ' changes /corrections to the bid must be initialed by the'signer of the bid, in accordance with Section 1- 02.5.) ' CITY OF YAKIMA TIETON DRIVE SANITARY SEWER REPLACEMENT CITY OF YAKIMA PROJECT NO. WW2358 HLA PROJECT NO. 13044 1 ITEM NO. ITEM DESCRIPTION UNIT QUANT. UNIT PRICE AMOUNT DOLLARS -CTS DOLLARS -CTS 1 Mobilization LS _ _ - X --- = 4,37q - 2 Project Temporary Traffic Control LS _ _ _ X 3 Removal of Structure and Obstruction LS --- X - - - 4 Shoring or Extra Excavation LF 710 X 5 PVC Sanitary Sewer Pipe, 8 In. Diam. LF 665 X 6 PVC Sanitary Sewer Pipe, 4 In. Diam LF 45 X a 3 = 3 f is 7 Concrete Cap CY 30 XQQ�� 8 Manhole 48 In. Diam., Type 1 EA 1 X 3.304" = a 330 g Shallow Manhole 48 In Diam., Type 3 EA 1 X 10 Doghouse Manhole 48 In. Diam EA 1 x 11 Select Backfill, as Directed CY 50 X 33 33 = / 666 s° 12 Crushed Surfacing Base Course TON 250 X J-5-75 = .v 13 HMA Cl. 1/2" PG 64 -28 TON 270 X gS = �9 14 4 -Inch Thick Cement Concrete Sidewalk SY 5 X 15 6 -Inch Thick Cement Concrete Approach at Driveways SY 5 X 16 Minor Change FA EST X $10,00000 = $10,000.00 SUBTOTAL 2(C) 8.2% STATE SALES TAX M87 a BID TOTAL gg�pp,a Note. If work is required to complete the project according to the intent of the Plans and Specifications, but no bid item is provided in the Bid Schedule, then the Contractor shall include the cost for providing the ' necessary work in the unit or lump sum price for the bid item most closely related to the work. ' G: \PROJECTS\2013 \13044 \13044 Specs.docx 3 -4 V f ' l/ BID PROPOSAL SIGNATURE PAGE CITY OF YAKIMA, WASHINGTON TIETON DRIVE SANITARY SEWER REPLACEMENT CITY OF YAKIMA PROJECT NO. WW2358 HLA PROJECT NO. 13044 I� =G CO�ST�I�IC,16�- 1;013 , 2013 BIDDER (CONTRACTOR) DATE I.P. BY 1 IZ-2 (' A RIZED OFFICIAL'S SIGNATURE TITLE (Please print or type name) i Address: �C r AV 871 c�+G1�17/!�� /Y /e� /`�aQ Phone: (,5_0q) -T-=01 YZ_K(Ma 144 'IFY /674 e FAX. E -mail address: A rm @ 4"a•V• cd n ' CONTRACTOR LICENSE NUMBER —I -FCC O -�` ov 3t<4 NOTE. (1) If the bidder is a co- partnership, so state, giving firm name under which business transacted If the bidder is a corporation, this proposal must be executed by its duly authorized officials (2) Bidders shall_ acknowledge receipt of all addenda, if any, in the space provided on the first page of this proposal. ' (3) If no bid is submitted, kindly mark "NO BID" on the cover and return to Huibregtse, Louman Associates, Inc. (HLA) 801 N. 391h Avenue Yakima, WA 98901 (4) Bidder shall include Bid Bond /Bid Deposit and notarized Non - Collusion Affidavit and Debarment Certification with Bid Proposal 1 IGAPROJECTS\2013 \13044 \13044 Specs.docx 3 -5 a r f k i r 1 i 5 3 1 4 2 BID DEPOSIT Herewith find deposit in the form of a certified check or cashier's check in the amount of $ , which amount is not less than five percent (5 %) of our total bid for this project. Sign Here OR BID BOND KNOW ALL PERSONS BY THESE PRESENTS That we TTC Construction, LLC as Principal, and AMCO Insurance Company as Surety, are held and firmly bound unto the CITY OF YAKIMA, as Obligee, in the penal sum of -Five Percent of Amount Bid- (5 1/6) Dollars, for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal. for TIETON DRIVE SANITARY SEWER REPLACEMENT — City of Yakima Project No. WW2358, HLA Project No. 13044, according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make and enter into a Contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or-if the Principal shall, in case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit'specified in the call for bids, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the amount of this bond. SIGNED, SEALED, AND DATED THIS 6th DAY OF May 2013. TTC Construction,.LLC Princip I AM (40 rn i rouge �o�npjny Surieather nd o1n, ,attorney -in -Fact May 6 2013 ' GIPROJECTSV013 \13044113044 Specs.docx 3 -6 t, IKNOW ALL MEN BY THESE PRESENTS THAT Nationwide Mutual Insurance Company, an Ohio corporation Farmland Mutual Insurance Company an Iowa corporation Nationwide Agribusiness Insurance Company, an Iowa corporation Power of Attorney AMCO Insurance Company, an Iowa corporation Allied Property and Casualty Insurance Company, an Iowa corporation Depositors Insurance Company, an Iowa corporation hereinafter referred to severally as the 'Company" and collectively as the "Companies," each does hereby make, constitute and appoint: GEORGE C. SCHROEDER CHRISTINE L LARSON HEATHER ANDERSON ' ERIN L. REPP H. KEITH MCNALLY KATHY GURLEY W. W. WELLER DIANA R. WILLIAMS SPOKANE WA 'each in their individual capacity, its true and lawful attorney -in -fact, with full.powerand authorityto sign, seal, and execute on its behalf anyand all bonds and undertakings, and other obligatory instruments of similar nature, in penalties not exceeding the sum of ONE MILLION AND NO /100 DOLLARS S 1,000,000.00 and to bind the Company thereby, as fully and to the same extent as if such instruments were signed by the duly authorized officers of the Company; and all acts of said Attorney pursuant to the authority given are hereby ratified and confirmed. This power of attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the board of directors of the Company - "RESOLVED, that the president, or any vice president be, and each hereby is, authorized and empowered to appoint attorneys-in-fact of the Company, and to ' authorize them to execute and deliver on behalf of the Company any and all bonds,, forms, applications, memorandums, undertakings, recognizances, transfers, contracts of indemnity, policies, contracts guaranteeing the fidelity of persons holding positionsof publicor privatetrust, and otherwritings obligatoryin naturethat the business of the Company may require,and to modifyor revoke, with orwithout cause, any such appointmentor authority; provided, however, that•the authority granted hereby shall in no way limit the authority of other duly authorized agents to sign and countersign any of said documents on behalf of the Company °' ' "RESOLVED FURTHER, that such attorneys -in -fact shall have full power and authorityto execute and deliver any and all such documents and to bind the Company subject to the terms and limitations of the power of attorney issued to them, and to affix the seal of the Companythereto, provided, however,that said seal shall not be necessary for the validity of any such documents." This power of attorney is signed and sealed under and by the following bylaws duly adopted by the board of directors of the Company. ' Execution of Instruments. Any vice president, any assistant secretary or any assistant treasurer shall have the power and'authority to sign or attest all approved documents, instruments, contracts, or other papers in connection with the operation of the business of the company in addition to the chairman of the board,the chief executive officer, president, treasurer or secretary; provided, however, the signature of any of them may be printed, engraved,or stamped on any approved document, contract, instrument, or other papers of the Company IN WITNESS WHEREOF, the Company has caused this instrument to be sealed and duly attested by the signature of its officer the ' 1 jin day of November, 2011 eel ® ®® C Gary A. Douglas, President and Chief.Operating Officer of Nationwide Agribusiness Insurance Company O�tSj,® A ; %�o•!eM+ :' -P and Farmland Mutual Insurance Company; and Vice President of Nationwide Mutual Insurance Company, ® O SEAL: 0 AMCO Insurance Company, Allied Property and Casualty Insurance Company, and Depositors Insurance- ' A Company �U�Sf`6-y ®q�� ACKNOWLEDGMENT k INS FJ�`'`a •• ,r,�'�� STATE OF IOWA, COUNTY OF POLK. ss ' 1. Meow +>E ► On this 11 day of November, 2011 , before me came the above -named officer for the Companies aforesaid, S AL a OE- SEAL'ss® to me personally known to be the officer described in and who executed the.preceding instrument, and he �':;�o� +;:`�.4 acknowledged the execution of the same, and being by me duly sworn, deposes and says, that he is the officer of the Companies aforesaid, that the seals affixed hereto are the corporate seals of said Companies, and the said corporate seals and his signature were duly affixed and subscribed to said instrument by the authority and direction of said Companies. - c °dam a �` (s �" 4p1il Se�yAGlt (,'<AF rJ SEAL ° s� .. � ,l S i Iowa Notarial5zal v .: c es roroea e • •' Commission number 152785 MYUMMIsslon Expires Mw624.2014 Notary Public My Commission Expires CERTIFICATE March 24, 2D14 1, Robert W Horner III, Secretary of the Companies, do hereby certify that the foregoing is a full, true and correct copy of the original power of attorney issued by the Company; that the resolution included therein is a true and correct transcript from the minutes of the meetings of the boards of directors and the same has not been revoked or amended in any manner; that said Gary A. Douglas was on the date of the, execution of the foregoing power of attorney the duly elected officer of the Companies, and the corporate seals and his signature as officer were duly affixed and subscribed to the said instrument bythe authorityof said boardof directors;and the foregoing power of attorney is still in full force and effect. IN WITNESS WHEREOF, I have hereunto subscribed my name as Secretary, and affixed the corporate seals of said Companies this 6th day ' of May 2013 Secretary ' This Power of Attorney Expires 07105/15 IBDJ 1 (11 -11) 00 29023 ' American Home Assurance Company (NAIC #19380) BUSINESS ADDRESS: 175 WATER STREET, 18TH FLOOR, NEW YORK, NY 10038. PHONE: vmw.fms.treas.gov/c570/c570—a-z.html 2/25 Listing of Certified Companies: Surety Bonds: Programs and Systems: Financial Management Serblce '5/6/13 Pennsylvania. ALLIED Property and Casualty Insurance Company (NAIC #42579) BUSINESS ADDRESS: ONE WEST NATIONWIDE BLVD., 1 -04 -701, COLUMBUS, OH 43215 - ' 2220. PHONE: (515) 508 -4211. UNDERWRITING LIMITATION b/: $6,285,000. SURETY LICENSES c,f /: AZ, CA, CO, DE, FL, GA, ID, IL, IN, IA, KS, KY, MD, MI, MN, MO, MT, NE, NV, NM, ND, OH, PA, SC, SD, TN, TX, UT, VA, WA, WI, WY. INCORPORATED IN: Iowa. Allied World Reinsurance Company (NAIC #22730) BUSINESS ADDRESS: 199 Water Street, New York, NY 10038. PHONE: (646) 794 -0500. UNDERWRITING LIMITATION b/: $48,578,000. SURETY LICENSES c,f /: AL, AK, AZ, AR, CA, CT, DE, DC, FL, GA, HI, ID, IL, IN, IA, KS, KY, LA, MD, MA, MI, MN, MS, MO, MT, NE, NV, NH, NJ, NM, NY, NC, ND OH, OK, PA, RI, SC, SD TN TX, UT, VT, VA, WA, WV, WI, WY. INgiaRPORATE :New Hamps t AMCO Insurance Company (NAIC #19100) BUSINESS ADDRESS: ONE WEST NATIONWIDE BLVD., 1 -04 -701, COLUMBUS, OH 43215 - 2220. PHONE: (515) 508 -4211. UNDERWRITING LIMITATION b/: $46,341,000. SURETY LICENSES c,f /: AZ, CA, CO, DE, FL, GA, ID, IL, IN, IA, KS, KY, MD, MI, MN, MO, MT, NE, NV, NM, NC ND, OH, OR, PA, SC, SD, TN, TX, T, VA, WA, WI, WY, INCORPORATED IN: Iowa. AMERICA NCE CORPORA BUSINESS ADDRESS: 555 COLLEGE ROAD EAST - P.O. BOX 5241, PRINCETON, NJ ' PHONE: (609) 243 -4200. UNDERWRITING LIMITATION b/: $15,622,000. SURETY LICENSES c,f /- AL, AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MP, MT, NE, NV, NJ, NM, NY, NC, ND, OH, OK, OR, PA, PR, RI, SC, SD, TN, TX, UT, VT, VA, WA, WV, WI, WY. INCORPORATED IN: Delaware. ' American Automobile Insurance Company (NAIC #21849) BUSINESS ADDRESS: 777 San Marin Drive, Novato, CA 94998. PHONE: (415) 899 -2000. UNDERWRITING LIMITATION b/: $15,863,000. SURETY LICENSES c,f /: AL, AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MT, ' NE, NV, NH, NJ, NM, NY, NC, OH, OK, OR, PA, RI, SC, SD, TN, TX, UT, VT, VA, WA, WV, WI, WY. INCORPORATED IN: Missouri. AMERICAN BANKERS INSURANCE COMPANY OF FLORIDA (NAIC #10111) BUSINESS ADDRESS: 11222 QUAIL ROOST DRIVE, MIAMI, FL 33157 - 6596. PHONE: (305) t 253 -2244. UNDERWRITING LIMITATION b/• $40,472,000. SURETY LICENSES c,f /: AL, AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MT, NE, NV, NH, NJ, NM, NY, NC, ND, OH, OK, OR, PA, PR, RI, SC, SD, TN, TX, UT, VT, ' VA, VI, WA, WV, WI, WY. INCORPORATED IN: Florida. American Casualty Company of Reading, Pennsylvania (NAIC #20427) BUSINESS ADDRESS: 333 S. WABASH AVE, CHICAGO, IL 60604. PHONE: (312) 822 -5000. UNDERWRITING LIMITATION b/: $13,107,000. SURETY LICENSES c,f /: AL, AK, AZ, AR, CA, ' CO, CT, DE, DC, FL, GA, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MT, NE, NV, NH, NJ, NM, NY, NC, ND, OH, OK, OR, PA, PR, RI, SC, SD, TN, TX, UT, VT, VA, WA, WV, WI, WY. INCORPORATED IN: Pennsylvania. ' AMERICAN CONTRACTORS INDEMNITY COMPANY (NAIC #10216)1, S BUSINESS ADDRESS: 601 South Figueroa Street, 16th Floor, Los Angeles, CA 90017. PHONE: (310) 649 -0990. UNDERWRITING LIMITATION b/: $6,555,000. SURETY LICENSES c,f /: AL, AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA, GU, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, ' MI, MN, MS, MO, MP, MT, NE, NV, NJ, NM, NY, ND, OH, OK, OR, PA, RI, SC, SD, TN, TX, UT, VA, WA, WV, WI, WY. INCORPORATED IN: California. American Fire and Casualty Company (NAIC #24066) ' BUSINESS ADDRESS: 62 Maple Avenue, Keene, NH 03431. PHONE. (617) 357 -9500. UNDERWRITING LIMITATION b/: $4,487,000. SURETY LICENSES c,f /: AL, AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA, ID, IL, IN, IA, KS, KY, LA, MD, MA, MI, MN, MS, MO, MT, NE, NV, NJ, NM, NY, NC, ND, OH, OK, OR, PA, RI, SC, SD, TN, TX, UT, VA, WA, WV, WI, WY. INCORPORATED IN: New Hampshire. American Guarantee and Liability Insurance Company (NAIC #26247) BUSINESS ADDRESS: 1400 AMERICAN LANE, TOWER I, 18TH FLOOR, SCHAUMBURG, IL 60196 ' - 1056. PHONE: (847) 605 -6000. UNDERWRITING LIMITATION b/: $17,590,000. SURETY LICENSES c,f /: AL, AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MT, NE, NV, NH, NJ, NM, NY, NC, ND, OH, OK, OR, PA, RI, SC, ' SD, TN, TX, UT, VT, VA, WA, WV, WI, WY. INCORPORATED IN. New York. American Hardware Mutual Insurance Company (NAIC #13331)2 ' American Home Assurance Company (NAIC #19380) BUSINESS ADDRESS: 175 WATER STREET, 18TH FLOOR, NEW YORK, NY 10038. PHONE: vmw.fms.treas.gov/c570/c570—a-z.html 2/25 15/6/13 www. i nsurance.wa.g ov /consumertool k t/ Company /CompanyProfii I e.aspx.?WAOIC= 112413 Search > AMCO INSURANCE COMPANY I AMCO INSURANCE COMPANY ' q3eneral i Contact I Liceri_sing_ I App94 ti -rents i Cgrrlpiaints. i Orders i National Info I Ratings Back to Search General information Contact information Name: AMCO INSURANCE COMPANY Registered address ailing address Corporate family group: NATIONWIDE CORP 1100 LOCUST STREET 1100 LOCUST STREET DEPT GRP vbi, 3r tr = DES MOINES, IA 50391- 0301 Organization type: PROPERTY 1100 DES MOINES, IA 50391- 0301 WAOIC: 112413 N C: 19100 Status: ACTIVE Admitted date: 02/27/1995 ownership type: STOCK back to toh Telephone Telephone 515 - 508 -4211 515 - 508 -4211 Types of coverage authorized to sell wha,isthl Insurance types Casualty Marine Property Surety Vehicle ^ t ack, to tpp Company complaint history Wi,3t is th's? View complaints Pack to. top Disciplinary orders 2008 -2013 w,h1qt is. th ? ' No disciplinary orders are found Looking for other orders? Our online orders search allows you to search a ten year history of all orders, including ' enforcement orders, administrative orders, and general orders. i:acl. to top Im w. insurance .va.gov /consumertooINt/ Company /CompanyProfile.asp)(?WAOIC= 112413 1/2 wwwmnvv�noe^m�gowoonoumo�oom |o�opmvxm�c~11u4m 15/6/11 National information on insurance companies Want more information about this The NAJC's Consumer Information allows you to retrieve national financial and complaint information on 'insurance companies, plus has 'Information and tips to help you understand current insurance issues. tomo Ratings by financial organizations ons The following organizations rate insurance companies on their financial strength and stability. Some of these companies charge for their services. A.M. Best 'Weiss Group Ratings �Standard and Poor'sCorp M d ' I sto Service r�� y��v��~ �^.��ce_ Fitch IB[A, Duff and Phelps Ratings Lq,L'on m/cvnxvmertoomUc |o.aopmvv«oo~11awu 2/2 3yNLU111 t01- tXWUrLI JVtUndgCmeFjL IILLP5://WWW.Sdlll.gt)V/pk)lLdIIPUUIIL/31AIVIJ:PUI Ld1XU111PV11C11L1U—/GU1... TTC Construction LLC 12871 Summit B Rd DUNS: 008800059 CAGE Code: 1DKG1 Yakima, WA, 98908, Status: Active UNITED STATES 1 Entity Overview Entity Information Name: TTC Construction LLC Business Type: Business or Organization POC Name: None Specified Registration Status: Active Expiration Date: 12/12/2013 r , -E-x- - ----- c–lu-sion-s— Active Exclusion Records? No 1 ..... ...... SAM I System for Award Management 1,0 IBM v1.863.20130412-1616 WWW1 Note to all Users: This is a Federal Government computer system. Use of this system constitutes consent to monitoring at all times. 1 11 1 of 5/6/2013 2:52 PM verity workers' l,omp Premium Status - Emplover Liability Certiticate https:// tbrtress. wa. gov/ lni/ crpsi /AcctlnfoPrint.aspx ?Accountld= 948... I Washington State Department of r= r Employer Liability Labor and Industries Certificate Department of Labor and Industries Employer Liability Certificate ' Date: 05/06/2013 UBI #: 602 011 783 ' Business Name: T T C CONSTRUCTION LLC Legal Business Name: T T C CONSTRUCTION LLC ' Account #: 948,617 -01 'Doing Business As' Name: T T C CONSTRUCTION LLC ' Estimated Workers Reported: Quarter 1 of Year 2013 "11 to 20 Workers" (See Description Below) ' Workers' Comp Premium Status: Account is current. Firm has voluntarily reported and paid their premiums. Licensed Contractor? Yes License: TTCCOL *003KH Expire Date: 4/15/2014 Account Representative: TO / KARLA BOWMAN (360)902 -5535 - Email: BOWK235 @lni.wa.gov What does "Estimated Workers Reported" mean? Estimated workers reported represents the number of full time position requiring at least 480 hours of work per calendar quarter. A single 480 hour position may be filled by one person, or several part time workers. Industrial Insurance Information Employers report and pay premiums each quarter based on hours of employee work already performed, and are liable for premiums found later to be due. Industrial insurance accounts have no policy periods, cancellation dates, limitations of coverage or waiver of subrogation (See RCW 51 .12.050 and 51.16.190). 11 of 1 5/6/2013 2:50 PM 1 . NON- COLLUSION AFFIDAVIT 1 STATE OF WASHINGTON ) 1 ) ss NON - COLLUSION AFFIDAVIT COUNTY OF IAK[MA ) ��G C ������ being first 1 g duly sworn, on oath says that the bid above submitted is a genuine and not a sham or collusive bid, or 1 made in the interest or on behalf of any person not therein named, and the said bidder further says that the said bidder has not directly or indirectly induced or solicited any bidder on the above work or supplies to put in a sham bid, or any other person or corporation to refrain from bidding, and that said bidder has not in any manner sought by collusion to secure to themselves an advantage over any other bidder or 1 bidders (Contractor's Signature) Signed, and sworn to (or affirm before me on 2013, by 1 A ,*t11N1 //��,� yi ���/gllil/�,, r��h _•_•wctAny • �.e '�li.' ``I�► oli• Notary Public My Appointment Expires 1 GAPROJECTSM13\1 3044\1 3044 Specs.dou 3 -7 NONDISCRIMINATION PROVISION During the performance of this Contract, the contractor agrees as follow- ' The Contractor shall not discr►min'ate in violation of any applicable federal, state and /or local law or regulation on the basis of race, color, sex, religion, national origin, creed, age, marital status, disability, honorably discharged veteran or military status, pregnancy, sexual orientation, political affiliation, or the presence of any sensory, mental or physical handicap, and any other classification protected under ' federal, state, or local law This provision shall include but not be limited to the following- employment, upgrading, demotion, transfer, recruitment, advertising, layoff or termination, rates of pay or other forms of compensation, selection for training, and the provision of services under this Agreement. 1 The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, or national" origin The Contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the agency contracting officer, advising the labor union or workers' representative of the Contractor's commitments under Section 202 of Executive Order No 11246 of August 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. ' The Contractor will comply with all provisions of Executive Order No 11246 of August 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. ' The Contractor will furnish all information and reports required by Executive Order No. 11246 of August 24, 1965, and by the rules regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders In the event of the Contractor's noncompliance with the nondiscrimination clauses of this Contract or with any such rules, regulation, or orders, this Contract may be canceled, terminated, or suspended in whole ' or in part and the Contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order No 11246 of August 24, 1965, and such other sanctions may be imposed and remedies involved as provided in Executive Order No. 11246 of August 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law ' The Contractor will include the provisions of Paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to ' Section 204 of Executive Order No. 11246 of August 24, 1965, so that such provisions will be binding upon each subcontractor or vendor The Contractor will take such action with respect to any subcontract or purchase order as the contracting agency may direct as a means of enforcing such provisions including sanctions for noncompliance, provided, however, that in the event the Contractor becomes involved in, or is threatened with litigation with a subcontractor or vendor as a result of such direction by the contracting agency, the Contractor may request the United States to enter into such litigation to protect the interests of the United States. GAPROJECTS\2013\1 3044\1 3044 Specs.docx 3 -8 SURETY If the Bidder is awarded a construction Contract on this bid, the Surety who provides the Contract Bond will be LG l Pool — `'Nd`���i�� whose address is Street City State ZIP BIDDER INFORMATION The name of the Bidder submitting this Bid is / —7—C— Street City whose address is. State ZIP which is the address to which all communications concerned with this Bid and with the Contract shall be sent. the names of the principal officers of the corporation submitting this Proposal, or of the partnership, or of all persons interested in this Proposal as principals are as follows. �L \' K'C-' �j GAPROJECTS\2013\1 3044\1 3044 Specs.docx 3 -9 CITY OF YAKIMA ' WOMEN AND'MINORITY BUSINESS ENTERPRISE POLICY ' It is the policy of the City of Yakima that women and minority business enterprises shall have the maximum opportunity to participate in the performance of work relating to the City's activities To this end, the City is committed to take all necessary and reasonable steps in accordance with state and ' federal rules and regulations to ensure women and minority business enterprises the maximum opportunity to compete for and to perform contracts In order to enhance opportunities for women and minority businesses to participate in certain contractor opportunities with the City of Yakima, and as a recipient of federal and state financial assistance, the City is committed to a women and minority business enterprise utilization program. The City is determined to maximize women and minority business opportunities through participation in the competitive bidding ' process through women and minority business enterprise affirmative action programs administratively established by the City Manager and monitored and implemented in accordance with state and federal rules and regulations. All women and minority business enterprise programs shall include specific goals ' for participation of women and minority businesses in City projects of at least ten percent (10 %) of the total dollar value of City contract over $10,000 Goals shall be reviewed and updated annually by the City Manager for applicability and to ensure that the intent of this policy is accomplished ' This statement of policy will be widely disseminated to all managers, supervisors, minorities, and women employed by the City of Yakima as well as to contractors, vendors, suppliers, minorities, and women who may seek the City's procurement and construction contracts related to the women and minority business ' enterprise programs. Contractors associations will be made aware of construction projects affected by this policy through all available avenues to assure that plans /specifications, bid forms, and invitations to bid are as widely distributed as possible L Ilr 1 I� IGAPROJECTS\2013\1 3044\1 3044 Specs.docx 3 -10 Rrsmmos ftO . D" 4 8 16- A RESOLUTIERT 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 corks, and WHEREAS, it is the intention of the City of Yakima that Women Aad Minority Business Enterprises shall have the maximum prect'.cable opportuatty 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 Folic7" statement attached 'hereto, now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE GITY OF YARZM . The Gi"ty Council hereby adopts the "Women And 2incrity Business Enterprise Policy ", a copy of which is attached hereto and by reference made a part hereof. ADOPTED BY THE CITY COUNCIL this day of L983. ATTEST: �iiy C erK 0 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 gall of the specific affirmative action steps specified by the City of ' Yakima, and has made every good faith effort to make these steps work toward the attainment of its goals, all to the purpose of expanding minority and women workforce utilization on all of its projects in the City of Yakima, Washington In all cases, the compliance of a bidder, contractor or subcontractor will be determined in accordance with its respective obligations under the terms of these Bid Conditions All bidders and all contractors and subcontractors performing or to perform work on projects subject to these Bid Conditions hereby agree to inform their subcontractors of their respective obligations under the ' terms and requirements of these Bid Conditions, including the provisions relating to goals of minority and women employment and training. Specific Affirmative Action Steps Bidders, contractors and subcontractors subject to this contract must engage in affirmative action directed at increasing minority and women workforce utilization, which is at least as extensive and as specific as the following steps a. The contractor shall notify community organizations that the contractor has employment opportunities available and "shall maintain records of the organizations' response. ' b. The contractor shall maintain a file of the names and addresses of each minority and women worker referred to him and what action was taken with respect to each such referred worker, and if the worker was not employed, the reasons therefore If such worker was not sent to the union hiring hall for referral or if such worker was not employed by the contractor, the contractor's file shall document this and the' reasons therefore c. The contractor shall promptly notify the Engineer 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 1 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 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. ' G.\PROJECTS\2013 \13044 \13044 Specs.docx 3 -12 1 i. The contractor shall validate all man specifications, selection requirements, tests, etc. j. The contractor shall make every effort to promote after school, summer and vacation employment to minority youth k. The contractor shall develop on- the -job training opportunities and participate and assist in any association or employer group training programs relevant to the contractor's employee needs consistent with its obligations under this bid I. The contractor shall continually inventory and evaluate all minority and women personnel for promotion opportunities and encourage minority and women employees to seek such opportunities. m. The contractor shall make sure that seniority practices, job classifications, etc., do not have a discriminatory effect. n. The contractor shall make certain that all facilities and company activities are non - segregated o The contractor shall continually monitor all personnel activities to ensure that his EEO policy is being carried out. p The contractor shall solicit bids for subcontracts 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 Engineer IGAPROJECTS\2013\1 3044\1 3044 Specs.docx 3 -13 1 BIDDER'S 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: 1 n 1 (BIDDER) certifies that: It intends to use the following lisied construction tradQ in the work under the contract: LRf3or2r - OPero� r — Tr��f� ii�d¢,�Z FI er 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 - [./4�3ar�r— (rµc,(L l,r� ✓Z,i — f lAjgev� and, 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. nature of Authorized Representative of Bidder) 1 G \PROJECM2013 \13044 \13044 Specs.docx 3 -14 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SUBCONTRACTOR'S CERTIFICATION Subcontractor's Certification is not required at the time of bid This Certification must be completed by each subcontractor prior to award of any subcontract: certifies that: (SUBCONTRACTOR) 1 It intends to use the follows na listed construction trades in the work under the subcontract: (�i�G ✓P�� �P7i�i� and, As to those trades for which it is required by these Bid Conditions to comply with these Bid Conditions, it adopts the minimum minority and women workforce utilization goals and the specific affirmative action steps for all construction work (both federal and non - federal) in the Yakima, Washington area subject to these Bid Conditions, those trades being and; 2 It will obtain from each of its subcontractors prior to the award of any subcontract under this subcontract the Subcontractor Certification required by these Bid Conditions (919nature of Authorized Representative of Bidder) G: \PROJECTS\2013 \13044 \13044 Specs.docx 3 -15 1 Materiality and Responsiveness This 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 this 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 August 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, 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 its fair share of the trade's goals of minority and women workforce utilization, shall be grounds for imposition of the sanctions and penalties provided at Section 209(a) of Executive Order 11246, as amended 1 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 it goals, or if the contractor or subcontractor can demonstrate that it has made every good faith effort to meet those goals, the contractor or the subcontractor shall be presumed to be in compliance with the 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 contractor's 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 its goals shall shift to it the requirement to come forward with evidence to show that it 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 proceeding 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 G: \PROJECTSQ013 \13044 \13044 Specs.docx 3 -16 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 (30) days. Requests for exemptions from these Bid Conditions must be made in writing, with justification, to. Director Office of Federal Contractor Compliance US 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 G F� 11 n 11 1 1 GAPROJECTS\2013\1 3044\1 3044 Specs.docx 3 -17 The City of Yakima supports the Federal Immigration, Reform and Control Act of 1986, as amended. The City requires that all contractors or business entities that contract with the City for the award of any City contract for public works in excess of Five Thousand Dollars ($5,000), or any other city contract in excess of Two Thousand Five Hundred Dollars ($2,500), enroll in the E- Verify program or its successor, and thereafter to verify its employees' proof of citizenship and authorization to work in the United States. E- Verify will be used for newly hired employees during the term of the contract ONLY: it is NOT to be used for existing employees. The Contractor must remain enrolled in the program for the duration of the contract and be responsible for verification of every applicable subcontractor. The contractor shall sign and return with their bid response the E- Verify Declaration below. Failure to do so may be cause for rejection of bid. E- VERIFY COMPLIANCE DECLARATION ' The undersigned declares, under pena Ity of perjury under the laws of Washington State that: 1. By submitting this Declaration, I certify that I do not and will not, during the performance of this contract, employ illegal alien workers, or otherwise violate the provisions of the Federal Immigration Reform and Control Act of 1986. 2. 1 agree to enroll in E- Verify prior to the start date of any contract issued by the City of Yakima to ensure that my workforce is legal to work in the United States of America. I agree to use E- Verify for all newly hired employees during the length of the contract. 3. 1 certify that I am duly authorized to sign this declaration on behalf of my company. 4. 1 acknowledge that the City of Yakima reserves the right to require evidence of enrollment of the ^E- Verify program at any time and that non - compliance could lead to ' suspension of this contract. Firm Name: �C Co�S '71 20 /-3. Dated this �_ day of 4 / , Signature: Printed Name: Address: Phone #: Email Address: �° e@ q"v c6_"� i Homeland Security's Web Address is: httn : / /www.dhs.govle- verify Completed declarations can be mailed to: City of Yakima Purchasing, 129 No. 2nd Street, Yakima, WA 98901, faxed to 509 -576 -6394 or scanned and emailed to sownby @ci.yakima.wa.us 1 1 1 1 1 t 1 1 i 1 1 1 SECTION 4 - CONTRACT AND RELATED MATERIALS GAPROJECTS\2013\1 3044\1 3044 Specs.docx 4 -1 ' CONTRACT THIS AGREEMENT, made and entered into in quadruplicate, this a6_11 day of ,L'o , 2013, by and between the CITY OF YAKIMA, hereinafter called the OWNER, and 77C CONSTRUCT /ON, 66 hereinafter called the CONTRACTOR, ' WITNESSETH- That in consideration of the terms and conditions contained herein and attached and made a part of this Agreement, the parties hereto covenant and agree as follows I The CONTRACTOR shall do all work and furnish all tools, materials, and equipment for TIETON DRIVE SANITARY SEWER REPLACEMENT - City of Yakima Project No. WW2358, HLA Project No 13044, in accordance with and as described in the attached Plans and Specifications and the 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) calendar days after Notice to Proceed and shall be completed within fifteen (15) working days of the date of such Notice to Proceed (see SPECIAL PROVISIONS - Section 1 -08 5) If said work is not completed within the time specified, the CONTRACTOR agrees to pay to the OWNER for each and every working day said work remains uncompleted after expiration of the specified time, liquidated damages as determined in Section 1 -08 9 The CONTRACTOR 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 OWNER. r11. The OWNER 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 INDEMNIFICATION The Contractor shall defend, indemnify, and hold harmless the City, its officers, elected officials, employees and agents from and against any and all claims, causes of action, damages, losses, and expenses of any kind or nature whatsoever, including but not limited to, attorney's fees and court costs, arising out of, relating to, or resulting from The Contractor's performance or non - performance of the services, duties and obligations required of it under this Agreement. IV The CONTRACTOR for himself, and for his /her heirs, executors, administrators, successors, and assigns does hereby agree to the full performance of all the covenants herein upon the part of the CONTRACTOR. V It is further provided that no liability shall attach to the OWNER 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 IGAPROJECTS\2013\1 3044\1 3044 Specs.docx 4 -2 � OWNER: Title City Manager A(SEAL) t� *VP ATTEST- ATTEST- i� 5 1 v Name Sonya Claar Tee Title: City Clerk CITY CONTRACT NO:`�`�3 - RESOLUTION NO: BQ rj IGAPROJECTS\2013\1 3044\1 3044 Specs.docx 4 -3 CONTRACTOR: �• *cow &on By- �c�.. ,M (SEAL) N OZ/18/2Oi 1 Name ATTEST t OL (Please or Tyre ease 16 Address \2k %"? \ Phone 11-5 09 FAX. -�S©'l L'�.�7 _ �rr�.B�- vV\ W041AN, E-mail Address. kO�C �t1 �1 C� �7l�rlG�`��. Name. �`��.. 0\ Employer Identification Number- Q ` O�Au kL \\ (Please Print or Type) CITY CONTRACT NO:`�`�3 - RESOLUTION NO: BQ rj IGAPROJECTS\2013\1 3044\1 3044 Specs.docx 4 -3 t 1 1 1 1 1 1 1 1 1 1 1 1 Provide the following: Name of Traffic Control Manager (TCM) (Must be an employee of the Contractor) MtV0" WE IC h Name of Primary Certi ied Traffic (Provide copy of certificate) CERTIFICATIONS Supervisor JCS) i r Name of Mandatory Alternate Certified Traffic Control Supervisor JCS) (Provide copy of certificate) t Mr Testing Laboratory for mAterial testing GAPROJECTS\2013\1 3044\1 3044 Specs.docx 4-4 1 CONTRACT BOND BOND TO CITY OF YAKIMA KNOW ALL PERSONS BY THESE PRESENTS: That we, the undersigned, TTC Construction, LLC as.principel, and .. __AMCO Insurance Company Bond No: BDA719879 a corporation organized and existing under the laws of the State of . Iowa as a Surety corporation,. and qualified under the laws of the State of Washington to 'become Surety upon bonds of contractors with municipai'corporations, as Surety, are jointly and severally held'and.iirmly bound to the CITY OF YAKIMA in the penal sum of $ $158,200.20 for the payment.of which sum .on demand we bind ourselves and our successors, heirs, administrators, or personal representatives, as the case may be Thls obligation is entered into in pursuance of the statutes of the State of Washington and. the Ordinances of the CITY OF YAKIMA. Dated at/ �`12lL Washington,, this dayof 2013. Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant .to-action of the CITY OF YAKIMA, on`7Z 2013, the City Manager. of said CITY OF YAKIMA has - let or is about to let -to" a said. . TTC.* Construction, LLC I I the above bounden Principal, a certain Contract, the said Con- tract being numbered City of Yakima Project No. WW2358, HLA Project No. 13044, and_ providing for the construction of TIETON DRIVE SANITARY SEWER REPLACEMENT (which Contract'is referred to herein -and is made apart hereof as'though attached hereto), and WHEREAS, the said Principal has accepted, or is about to accept, the said 'Contract, and undertake to perform the. work therein provided for In the manner and within the time set forth; NOW, THEREFORE, if the said TTC Construction, LLC shall faithfully perform all the provisions of said Contract in the manner and within the'time therein set forth, or within such extensions of time as may be granted under said Contract, and shall pay all laborers;_ mechanics, sub- contractors and material men and all industrial insurance premiums, and all persons who shall supply said principal or, subcontractors with provisions and supplies for the carrying .on of said work, and shall Indemnify and hold the CITY OF YAKIMA harmless from any damage or expense by reason of failure of performance as specified in said Contract or from-defects appearing or developing in the material or workmanship provided or performed under said Contract within a :period of one year after Its acceptance thereof by the CITY OF YAKIMA, then and:fn that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. SURE AMCOInsuranc Company B'_ yQ - ,'t ` Heat. ",cr Anderson, Attorney -in -Fact Nam e; (Please Print orType) Wells Fargo Insurance Services USA, Inc. Agent: 601 W. Main Ste 1 00 • Address: _ _Spokane? WA 99201 CONTRACTOR: TT o�truction, L B IL Nafne: VP j- KN T% SWXN, (Pleas© Print or„ ype) G:IPROJECTS\2013 \13044 \13044. Specs.docx (SEAL) ATTEST: Name: Diana R. Williams, witness (Please Print or Type) 4 -5 ' KNOW ALL MEN BY THESE PRESENTS THAT Power of Attorney Nationwide Mutual Insurance Company, an Ohio corporation AMCO Insurance Company, an Iowa corporation Farmland Mutual Insurance Company an Iowa corporation Allied Property and Casualty Insurance Company, an Iowa corporation 'Nationwide Agribusiness Insurance Company, an Iowa corporation Depositors Insurance Company, an Iowa corporation hereinafter referred to severally as the "Company" and collectively as the "Companies," each does hereby make, constitute and appoint: GEORGE C. SCHROEDER CHRISTINE L LARSON_ HEATHER ANDERSON ' ERIN L. REPP H. KEITH MCNALOY ' KATHY GL'RLEY W. W. WELLER DIANA R. WILLIAM& SPOKANE WA 'each in their individual capacity, its true and lawful attorney -in -fact, with ftill.powerand authorityto sign, seal, and execute on its behalf anyand all bonds and undertakings, and other obligatory instruments of similar nature, in penalties not exceeding the sum of ONE MILLION AND NO /100,DOLLARS $ 1,000,000.00 and to bind the Company thereby, as fully and to the same extent as if such instruments were signed by the duly authorized officers of the Company; and all acts of.said '.Attorney pursuant to the authority given are hereby ratified and confirmed. This power of attorney is,made and executed pursuant to and by authority of the following resolution duly adopted by the board of directors of the Company- "RESOLVED, that the-,president, or any vice president be, and each hereby is,,authorized and empowered to appoint attorneys -in -fact of the Company, and to ' authorize them to execute.and deliver'on behalf of the Company any and all bonds, forms, applications, memorandums, undertakings, recognizances, transfers, contracts of indemnity, policies, contracts guaranteeing the fidelity of persons holding positionsof publicor privatetrusf, and other writings obligatoryin naturethat the business of the Company may require,and to modifyor revoke, with orwithout cause, any such appointmentor authority; provided, however, that the authority granted hereby shall in no way limit the authority of other duly authorized agents to sign and countersign any of said documents on behalf of the Company " ' "RESOLVED FURTHER, that such attorneys -in -fact shall have.full power and authorityto execute and deliver any and all such documents and to bind the Company subject to the terms and limitations of the power of attorney issued to them, 'and to affix the seal of the Company thereto, provided, however,that saidseal shall not be necessary for the validity of any such documents." This power of attorney is signed and sealed under and by the following.bylaws duly adopted.by the board of directors of the Company. ' Execution of Instruments Any vice president, any assistant secretary'or any.assistant treasurer shall have the -power and authority to sign or attest all approved documents,, instruments, contracts, or other papers in connection with the operation of ihe.business of the company in addition to the chairman of the board,the chief executive officer, president, treasurer or secretary'; provided; however, the signature of•any of them may be printed, engraved,or stamped on any approved document, contract, Instrument, or other papers of the Company IN WITNESS WHEREOF, the Company has caused this instrument to be sealed and duly attested by the signature of its officer the ' 11th day of November, 2011 :." ®.... • � ,@ Ga ry A. Douglas, President and Chief Operating Officer of Nationwide Agribusiness Insurance Company y ����� ;•;�•!�•� : -p and Farmland Mutual Insurance.Company; and Vice President of Nationwide Mutual Insurance Company, ®• SEAL: ® AMCO Insurance Company, Allied Property and Casualty Insurance Company, and Depositors Insurance : Company ACKNOWLEDGMENT STATE OF IOWA,-COUNTY OF.POLK. ss .f, • ®c�•••a •. ® Ih ' �•coxcee +>F':� On thisll dayofNovember, 2011., before me camethe above-named officer for the Companies aforesaid, - �J A L a ®d• SEALie to me personally known to be the officer described in and who - executed the preceding instrument, and he Bbd ° *•�•,�` �a a 3;;�olr.;?�d acknowledged the ekeculion of the same, and being by me duly sworn, deposes and says, that he is the o ®,m0 officer of the Companies aforesaid, that the seals affixed hereto are the corporate seals of said Companies, and the said corporate seals and his signature were duly affixed and subscribed to said instrument by the ' ,v5�Xf3l,wr ��m1q authority and direction of said Companies SEAL .SEAL ,>' a sa°aynt, :. •�trzic�cl 0 Iowa Notarial Seal °o re,.•a ! l •8 _ • 333 Commission number 152785 My Canmisslon Expires March 24.2014 Notary Public My Commission Expires CERTIFICATE March 24, 2014 I, Robert W Horner III, Secretary of the Companies, do hereby certify that the foregoing is a full, true and correct copy of the original power of attorney issued bythe Company; that the resolutiomincluded therein is a true and correct transcript from the minutes of the meetings of the boards of directors and the same has not been revoked or amended in any manner; that said Gary A. Douglas was on the date.of the execution of the foregoing power of attorney the duly elected officer of the 'Companies, and the corporate seals and his signature as officer were dulyaffixed and subscribed to the said instrument bythe authorityof said board of directors; and the foregoing power of attorney is still in full force and effect. IN WITNESS WHEREOF, I have hereunto subscribed my name as Secretary, and affixed the corporate seals of said Companies this day ' of 20 Secretary ' This Power of Attorney Expires 07/05115 BDJ 1 (11 -11) 00 l 29023 5/15/13 Listing of Certified Companies: Surety Bonds: Programs and Systems: Financial Management Service ' Pennsylvania. ALLIED Property and Casualty Insurance Company (NAIC #42579) BUSINESS ADDRESS: ONE WEST NATIONWIDE BLVD., 1 -04 -701, COLUMBUS, OH 43215 - 2220. PHONE: (515) 508 -4211. UNDERWRITING LIMITATION b/: $6,285,000. SURETY LICENSES c,f /: AZ, CA, CO, DE, FL, GA, ID, IL, IN, IA, KS, KY, MD, MI, MN, MO, MT, NE, NV, NM, ND, OH, PA, SC, SD, TN, TX, UT, VA, WA, WI, WY. INCORPORATED IN: Iowa. Allied World Insurance Company (NAIC #22730) BUSINESS ADDRESS: 199 Water Street, New York, NY 10038. PHONE: (646) 794 -0500. UNDERWRIT MITATION b/: $48,578,000. SURETY LICENSES c,f /: AL, AK, AZ, AR, CA CT, D C, FL, GA, I, ID, IL , MD, MA, MI, MN, MS, MO, MT, NE, Nom, NJ,, NM, NY, NC, , OK, PA, RI, SC, SD, , TX, UT, CO RATED IN: Ne Hampshire. AMCO Insurance Company (NAIC #19100) ' BUSINESS ADDRESS: ONE WEST NATIONWIDE BLVD., 1 -04 -701, COLUMBUS, OH 43215 - 2220. PHONE: (515) 508 -4211. UNDERWRITING LIMITATION b/: $46,341,000. SURETY LICENSES c,f /: AZ, CA, CO, DE, FL, GA, ID, IL, IN, IA, KS, KY, MD, MI, MN, MO, MT, NE, NV, M, NC, ND, OH, OR, PA, SC, SD, TN, TX, UT, VA, WA, WI, WY NCORPORATED IN: Iowa. ' ERICAN All LTS NSU ORPO (NAIC #19 BUSINESS ADDRESS: 555 COLLEGE ROAD EAST - P.O. BOX 5241, PRINCETON, NJ 08543. PHONE: (609) 243 -4200. UNDERWRITING LIMITATION b/: $15,622,000. SURETY LICENSES ' c,f /: AL, AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, NV, NJ, NM, NY, NC, ND, OH, OK, OR, PA, PR, RI, SC, SD, MA, MI, MN, MS, MO, MP, MT, NE, TN, TX, UT, VT, VA, WA, WV, WI, WY. INCORPORATED IN: Delaware. American Automobile Insurance Company (NAIC #21849) ' BUSINESS ADDRESS: 777 San Marin Drive, Novato, CA 94998. PHONE: (415) 899 -2000. UNDERWRITING LIMITATION b/: $15,863,000. SURETY LICENSES c,f /: AL, AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MT, NE, NV, NH, NJ, NM, NY, NC, OH, OK, OR, PA, RI, SC, SD, TN, TX, UT, VT, VA, WA, WV, WI, WY. INCORPORATED IN: Missouri. AMERICAN BANKERS INSURANCE COMPANY OF FLORIDA (NAIC #10111) BUSINESS ADDRESS: 11222 QUAIL ROOST DRIVE, MIAMI, FL 33157 - 6596. PHONE: (305) ' 253 -2244. UNDERWRITING LIMITATION b/. $40,472,000. SURETY LICENSES c,f /• AL, AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MT, NE, NV, NH, NJ, NM, NY, NC, ND, OH, OK, OR, PA, PR, RI, SC, SD, TN, TX, UT, VT, ' VA, VI, WA, WV, WI, WY. INCORPORATED IN: Florida. American Casualty Company of Reading, Pennsylvania (NAIC #20427) BUSINESS ADDRESS- 333 S. WABASH AVE, CHICAGO, IL 60604. PHONE: (312) 822 -5000. UNDERWRITING LIMITATION b/: $13,107,000. SURETY LICENSES c,f /: AL, AK, AZ, AR, CA, ' CO, CT, DE, DC, FL, GA, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MT, NE, NV, NH, NJ, NM, NY, NC, ND, OH, OK, OR, PA, PR, RI, SC, SD, TN, TX, UT, VT, VA, WA, WV, WI, WY. INCORPORATED IN: Pennsylvania. ' AMERICAN CONTRACTORS INDEMNITY COMPANY (NAIC #10216)1, 8 BUSINESS ADDRESS: 601 South Figueroa Street, 16th Floor, Los Angeles, CA 90017. PHONE: (310) 649 -0990. UNDERWRITING LIMITATION b/: $6,555,000. SURETY LICENSES c,f /: AL, AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA, GU, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MI, MN, MS, MO, MP, MT, NE, NV, NJ, NM, NY, ND, OH, OK, OR, PA, RI, SC, SD, TN, TX, UT, VA, WA, WV, WI, WY. INCORPORATED IN: California. American Fire and Casualty Company (NAIC #24066) ' BUSINESS ADDRESS: 62 Maple Avenue, Keene, NH 03431. PHONE: (617) 357 -9500. UNDERWRITING LIMITATION b/: $4,487,000. SURETY LICENSES c,f /: AL, AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA, ID, IL, IN, IA, KS, KY, LA, MD, MA, MI, MN, MS, MO, MT, NE, NV, NJ, NM, NY, NC, ND, OH, OK, OR, PA, RI, SC, SD, TN, TX, UT, VA, WA, WV, WI, WY. INCORPORATED IN: New Hampshire. American Guarantee and Liability Insurance Company (NAIC #26247) ' BUSINESS ADDRESS: 1400 AMERICAN LANE, TOWER I, 18TH FLOOR, SCHAUMBURG, IL 60196 - 1056. PHONE: (847) 605 -6000. UNDERWRITING LIMITATION b/: $17,590,000. SURETY LICENSES c,f /: AL, AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MT, NE, NV, NH, NJ, NM, NY, NC, ND, OH, OK, OR, PA, RI, SC, SD, TN, TX, UT, VT, VA, WA, WV, WI, WY. INCORPORATED IN: New York. ' American Hardware Mutual Insurance Company (NAIC #13331)2 American Home Assurance Company (NAIC #19380) ' BUSINESS ADDRESS: 175 WATER STREET, 18TH FLOOR, NEW YORK, NY 10038. PHONE: v�nnnni.fms.treas.g ov/c570 /c570_a- z.html 2/25 5/15/11 vmm.insurancema.g o\dconsumertoo[WtICompanVCompanyProfile.aspx.?WAOIC= 112413 1 A Search > AMCO INSURANCE COMPANY AM-CO IINJISURANCE CONAIPANI ' General I Cprlla qt I Licepsir g I A Q p . .9intrInent.s I C.orn.plaints, I Orc!E.�.rs I National Info I Ratirgrs Back to General information Name: AMCO INSURANCE COMPANY Corporate family group: NATIONWIDE CORP GRP ',Nhat 5, th.S7 Organization type: PROPERTY WAOIC: 112413 NAIL: igloo status: ACTIVE / Admitted date: 02/27/1995 Ownership type: STOCK to too. Contact information Registered address Mailing address 1100 LOCUST STREET 1100 LOCUST STREET DEPT DES MOINES, IA 50391- 0301 1100 DES MOINES, IA 50391- 0301 Telephone Telephone 515-508-4211 515-508-4211 Types of coverage authorized to sell Insurance types Casualty Marine Property Surety Vehicle - Nick . to top Agents and agencies that represent this company (Appointments) Vteuu agents View a9e nc ies�acK tc Company complaint history Wh.t is Lhi'? lain Disciplinary orders 2008-2013 114hat 15, this-, No disciplinary orders are found Looking for other orders? Our online orders search allows you to search a ten year history of all orders, including enforcement orders, administrative orders, and general orders. ' b IwAw.insurance.vta.goVconsumertooll4t/Company/CompanyProfile-aspx?WAOIC=1124l3 1/2 5/15/13 www.i nsurance.wa.g ov/consumertool NtICompany/Companyprofi Ie.aspx.?WAOIC= 112413 National information on insurance companies Want more information about this company? The NAIC's Consumer Information (CIS) page allows you to retrieve national financial and complaint information on insurance companies, plus has information and tips to help you understand current insurance issues. ^ tick tc� [cp Ratings by financial organizations The following organizations rate insurance companies on their financial strength and stability. Some of these companies charge for their services. A.M. Best Weiss Group Ratings Standard and Poor's Corp Moody °s_ Investors Service _ Fitch tBCA, [duff and Phelps Ratings -� ba,k to Lap I 2/2 www.i nsurance.wa.g ov /consumertooll4t/ Company /Companyf'rofile.asp�WAOIC= 112413 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 195675 A6 �' CERTIFICATE OF LIABILITY INSURANCE � ,,. DATE 5/14/(MM /2D/YYYY) 2013 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT- If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Commercial Lines - (509) 248 -7460 Wells Fargo Insurance Services USA, Inc. CA Lic# OD08408 PO BOX 2547 Yakima, WA 98907 NAME, Alison Freisz- Steward PHONE 509 853 -4224 a/c No : (866) 630 -7009 A/C No Ext : ( ) ADDRESS. Alison.Freisz @wellsfargo.com INSURER(S) AFFORDING COVERAGE NAIC # INSURER A. North Pacific Insurance Co 23892 INSURED TTC Construction, LLC PO Box 365 Yakima, WA 98907 INSURER B. C10174417 INSURER C . 10/18/2013 INSURER D. S 1,000,000 INSURER E. $ 100,000 INSURER F . $ 5,000 T1 C1-cT k111x11CCM. n1la -na-l" KFV111tim rutjnn S K' tiPP nPlnw v THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE NSR SUER WVD POLICY NUMBER MMIDD/YYYY MMIDDIYYYY LIMITS A GENERAL LIABILITY X COMMERCIAL GENERAL LIABILITY X C10174417 10/18/2012 10/18/2013 E OCCU S 1,000,000 O RRERNCE DAMAACH GE TENTED PREMISES Ea occurrence $ 100,000 MED EXP (Any one person) $ 5,000 CLAIMS -MADE Fv7 OCCUR PERSONAL & ADV INJURY S 1,000,000 GENERAL AGGREGATE S 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP /OP AGG $ 2,000,000 $ POLICY I X PRO n LOC /� AUTOMOBILE LIABILITY C10174417 10/18/2012 10/18/2013 COMBINED SINGLE LIMIT Ea accident $ 1,000,000 BODILY INJURY (Per person) $ X ANY AUTO BODILY INJURY (Per accident) $ ALL OWNED SCHEDULED AUTOS AUTOS HIRED AUTOS NON -OWNED AUTOS PROPERTY DAMAGE Per accident $ $ A UMBRELLA LIAB 7XC�CCUR C10174417 10/18/2012 10/18/2013 EACH OCCURRENCE S 2,000,000 AGGREGATE $ 2,000,000 X EXCESS LIAB IMS -MADE DED I I RETENTIONS $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN ANY PROPRIETOR /PARTNER /EXECUTIVE OFFICER /MEMBER EXCLUDED? ❑N (Mandatory in NH) NIA 010174417 Stop Gap EL Only 10/18/2012 10/18/2013 X WC STATU- X 'O ER T Y LIMI E.L. EACH ACCIDENT 1,000,000 $ E.L. DISEASE - EA EMPLOYEIE $ 1,000,000 E.L. DISEASE - POLICY LIMIT S 1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) RE. City of Yakima Project No. WW2358 (Tieton Drive Sanitary Sewer Replacement) HLA Project No. 13044 Huibregtse, Louman Associates, Inc., (HLA), the City of Yakima, its employees, agents, elected and appointed officials, are named as additional insured under general liability if required by written contract per the attached. City of Yakima - - -- SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 129 N. 2nd Street ACCORDANCE WITH THE POLICY PROVISIONS. Yakima, WA 98901 AUTHORIZED REPRESENTATIVE . I The ACORU name and logo are reglsterea marKS 01 HL UKU v 11700 -4v 1 V na Wv ACORD 25 (2010/05) 1 1 ;MMERC1AL GENERAL LIABILITY CG 84 16 12 03 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. GENERAL LIABILITY MASTER PAK PLUS FOR CONSTRUCTION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART INDEX SUBJECT BLANKET ADDITIONAL INSURED (OWNERS, LESSEES, CONTRACTORS OR LESSORS) g FIRE, LIGHTNING, EXPLOSION AND SPRINKLER LEAKAGE DAMAGE TO PREMISES YOU RENT NON -OWNED WATERCRAFT SUPPLEMENTARY PAYMENTS (BAIL BONDS) { PERSONAL AND ADVERTISING INJURY - ELECTRONIC PUBLICATION EXTENSION N AGGREGATE LIMITS (PER LOCATION) ' AGGREGATE LIMITS (PER PROJECT) VOLUNTARY PROPERTY DAMAGE COVERAGE OFF PREMISES CARE, CUSTODY OR CONTROL COVERAGE NEWLY FORMED OR ACQUIRED ORGANIZATIONS DUTIES IN THE EVENT OF OCCURRENCE, OFFENSE, CLAIM OR SUIT BODILY INJURY (MENTALANGUISH) WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS 'MEDICAL PAYMENTS ~ BROAD NAMED INSURED ' BROADENED MOBILE EQUIPMENT INCIDENTAL MALPRACTICE LIABILITY NON -OWNED AIRCRAFT PROPERTY DAMAGE - ELEVATORS ' Includes copyrighted material of ISO Properties., Inc., with its permission. CG 84 1612 03 © ISO Properties, Inc., 2003 1 PAGE 2 3 4 4 5 5 5 6 6 7 7 8 8 8 8 8 8 9 9 Page 1 of 9 1. BLANKET ADDITIONAL IN HD (Owners, Lessees, Contractors or LL )rs) (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 O 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 (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. Includes copyrighted material of iSO Properties., inc., with its permission. , CG 84 16 12 03 0 ISO Properties, Inc., 2003 Page 2 of 9 D. As respects the coven *provided to the additional insured u, x this endorsement, Section IV- Conditions is amended as follows: 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 rc. Agree to make available any other insurance which the additional insured has for a loss 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 a primary and noncontributory basis, this policy shall be primary and we will not seek contribution from the additional insured's policy for 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: 1 A. The fast paragraph of 2. Exclusions of Section I - 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. ICG 84 16 12 03 1 Includes copyrighted material of ISO Properties., Inc., with its permission. © ISO Properties, Inc., 2003 Page 3 of 9 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 9.(2) of Paragraph 2., Exclusions of Section I - 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. .r Includes copyrighted material of ISO Properties., Inc., with its permission. , CG 84 16 12 03 © ISO Properties, Inc., 2003 Page 4 of '9 1 B. Paragraph 6. of S6 an III -Limits Of Insurance is replaced b� a following: 6. Subject to 5. above, the higher of $300,000 or 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. r C. Paragraph b.(1)(b) of Condition 4. Other Insurance (Section IV - Conditions) is replaced by the following: 11) 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 9.(2) of Paragraph 2., Exclusions of Section I - 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. .r Includes copyrighted material of ISO Properties., Inc., with its permission. , CG 84 16 12 03 © ISO Properties, Inc., 2003 Page 4 of '9 1 F��J 5. PERSONAL AND ADVERTIS i INJURY "ELECTRONIC PUBLICATION.. .TENSION 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, M but only if such discrimination or humiliation is: N (1) Not done intentionally by or at the direction of: o (a) An insured; or (b) Any "executive officer" director, stockholder, partner or member of the insured; and 0 (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; i6. AGGREGATE LIMITS OF INSURANCE (PER LOCATION) o 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 o 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 111 Limits Of Insurance applies separately to each of your projects away from premises owned by or rented to you. 1 ' Includes copyrighted material of ISO' Properties., Inc., with its permission. CG 84 16 12 03 © ISO Properties, Inc., 2003 Page 6 of 9 B. VOLUNTARY PROPERTY D►..,IAGE 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 l'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 64 16 12 03 © ISO Properties, Inc., 2003 Page 6 of 9 i 10. NEWLY FORMEa OR ACOL D ORGANIZATIONS ' A. in Paragraph 4. of Section ll -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 s 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 X. 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 ". ' Includes copyrighted material of ISO Properties., inc., with its permission. CG 84 16 12 03 © ISO Properties, Inc., 2003 Page 7 of 9 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. BROAD NAMED INSURED Paragraph 2.a.(1)(d) of Section 11- Who Is An Insured is replaced by the following: (d) Arising out of his or her providing or failing to provide professional health care services, However, this exclusion does not apply to nurses, emergency medical technicians or paramedics who are employed by you to provide medical or paramedical services to your employees. 16. BROADENED MOBILE EQUIPMENT Paragraph 12.f.(1) of Section V - Definitions is replaced by the following: (1) Equipment designed primarily for: (a) Snow removal; (b) Road maintenance, but not construction or resurfacing; or (c) Street cleaning provided that vehicles have a Gross Vehicle Weight of 1,000 pounds or great- er; 17. INCIDENTAL MALPRACTICE LIABILITY Paragraph 3. of Section V - Definitions is replaced by the following: 3. "Bodily injury" means bodily injury, sickness, disease or "incidental medical malpractice" sus- tained by a person, including mental anguish or death resulting from any of these at any time. The following is added to Section V - Definitions: 23. "Incidental medical malpractice" means injury arising out of the negligent rendering or failure to render medical or paramedical services to persons by any physician, dentist, nurse, emergency medical technician or :paramedic who is employed by you to provide such services provided you are not engaged in the business or occupation of providing any services referred to in this defini- tion. Includes copyrighted material of ISO Properties., Inc., with its permission. CG 84 1612 03 © ISO Properties, Inc., 2003 Page 8 of 9 I 1 1 1 1 1 1 1 18. NON -OWNED AIRCRAFT The following is added to Subparagraph g. of 2., Exclusions of Section 1 - Coverage A Bodily Injury And Property Damage Liability.: (6) an aircraft with a paid crew, that is hired, chartered or loaned but is not owned by any Insured. 19. PROPERTY DAMAGE - ELEVATORS The following is added to Subparagraph j. of 2., Exclusions of Section I - Coverage A Bodily Injury And Property Damage Liability: Paragraphs (3) and (4) of this exclusion do not apply to the use of elevators. a All other terms and conditions of your policy remain unchanged. Includes copyrighted material of ISO Properties., Inc., with its permission. CG 84 1612 03 0 ISO Properties, Inc., 2003 Page 9 of 9 IL 0146 09 07 WASHINGTON COMMON POLICY CONDITIONS All Coverage Parts Included in this policy are subject to the following conditions. The conditions in this endorsement replace any simi- lar conditions In the policy that are less favorable to the Insured. A. Cancellation 1. The first Named Insured shown in the Declare - Uons may cancel this policy by mailing or deliv- ering to us advance written notice of cancells- don. 2. We may cancel this policy by mailing or deliv- ering to the first Named Insured and the first Named Insured's agent or broker written notice of cancellation, Including the actual reason for the cancellation, to the last mailing address known to us, at least: a. 10 days before the effective date of cancel- lation If we cancel for nonpayment of pre- mium; or b. 45 days before the effective date of cancel- lation if we cancel for any other reason; except as provided in Paragraphs 3, and 4. be- low. 3. We may cancel the Commercial Property Cov- erage Part and the Capital Assets Program (Output Policy) Coverage Part, if made a part of this policy, by mailing or delivering to the first Named Insured and the first Named Insured's agent or broker written notice of cancellation at least 5 days before the effective date of cancel- lation for any structure where 2 or more of the following conditions exist: a. Without reasonable explanation, the struc- ture Is unoccupied for more than 60 con- secutive days, or at least 95% of the rental units are unoccupied for more than 120 consecutive days unless the structure is maintained for seasonal occupancy or is under construction or repair, b. Without reasonable explanation, progress toward completion of permanent repairs to the structure has not occurred within 60 days after receipt of funds following sells- factory adjustment or adjudication of loss resulting from a fire; c. Because of its physical condition, the struc- ture Is In danger of collapse, IL 0148 09 07 1 fora d. Because of Its physical condition, a vaca- tion or demolition order has been issued for the structure, or it has been declared un- safe in accordance with applicable law, e. Fixed and salvageable items have been removed from the structure, indicating an intent to vacate the structure; f. Without reasonable explanation, heat, wa- ter, sewer, and electricity are not fumished forthe structure for 60 consecutive days; or g. The structure is not maintained In substan- tial compliance with fire, safety and building codes. 4. If: a. You are an individual; b. A covered auto you own is of the "private passenger type "; and c. The policy does not cover garage, automo- bile sales agency, repair shop, service sta- tion or public parking place operations haz- ards; we may cancel the Commercial Automobile Coverage Part by mailing or delivering to the first Named Insured and the first Named In- sured's agent or broker written notice of can- cellation, including the actual reason for can- cellation, to the last mailing address known to us: a. At least 10 days before the effective date of cancellation if we cancel for nonpayment of premium; or b. At least 10 days before the effective date of cancellation for any other reason if the pol- icy Is in effect less than 30 days; or c. At least 20 days before the effective date of cancellation for other than nonpayment if the policy is in effect 30 days or more; or d. At least 20 days before the effective date of cancellation if the policy Is In effect for 00 days or more or is a renewal or continuation policy, and the reason for cancellation is that your driver's license or that of any driver who customarily uses a covered "auto" has been suspended or revoked dur- ing policy period. @ ISO Properties, Inc., 2006 1 1 H", 1 s Page 1 of 3 1 ' 5. We will also mall or deliver to any mortgage B. Changes holder, pledgee or other person shown in this policy to have an interest in any loss which The policy contains all the agreements between you and us concerning the Insurance afforded. may occur under this policy, at their last mall- The first Named Insured shown In the Declarations ' ing address known to us, written notice of can- Is authorized to make changes in the terms of this cellation, prior to the effective date of cancelia- policy with our consent. This policy's terms can be tlon. if cancellation is for reasons other than amended or waived only by endorsement Issued those contained In Paragraph A.3. above, this by us and made a part of this policy. ' notice will be the same as that mailed or deliv- ered to the first Named Insured. If cancellation C. Examination Of Your Books And Records Is for a reason contained in Paragraph A.3. We may examine and audit your books and re- above, we will mail or deliver this notice at cords as they relate to this policy at any time dur- least 20 days prior to the effective date of can- ing the policy period and up to three years after - ' cellation. ward. 6. Notice of cancellation will state the effective O. Inspection And surveys date of cancellation. The policy period will end 1. We have the right to: on that date. a. Make Inspections and surveys at any time; 7. If this policy is cancelled, we will send the first Named Insured any premium refund due. If we b. a you vapors on the conditions we find; cancel, the refund will be pro rata. If the first Named Insured cancels, the refund will be at c. Recommend changes. t least 90% of the pro rata refund unless the fal- 2. We are not obligated to make any inspections, lowing applies: surveys, reports or recommendations and any a. For Division Two — Equipment Breakdown, such actions we do undertake relate only to In- ' if the first Named Insured cancels, the re- fund will be at least 75% of the pro rate re- surability and the premiums to be charged. We do not make safety inspections. We do not un- fund. dertake to perform the duty of any person or b. if: organization to provide for the health or safety of workers or the public. And we do not warrant (1) You are an individual; that eondillons: ' (2) A covered auto you own Is of the "pd- a. Are safe or healthful: or vale passenger type'; b. Comply with laws, regulations, codes or (3) The policy does not cover garage, standards. automobile sales agency, repair shop, service station �or public parking place 3. Paragraphs 1. and 2. of this condition apply not operations hazards; and only to us, but also to any rating, advisory, rate service or similar organization which makes in- (4) The first Named Insured cancels; surance inspections, surveys, reports or rec- the refund will be not less than 90% of any ommendations. unearned portion not exceeding $100, plus 4. Paragraph 2. of this condition does not apply to 95% of any unearned portion over $100 but any inspections, surveys, reports or reeom- not exceeding $500, and not less than 97% mendations we may make relath►e to cerUlica- of any unearned portion In excess of $500. Lion, under state or municipal statutes, ordi- The cancellation will be effective even if we nances or regulations, of boilers, pressure have not made or offered a refund. vessels or elevators. S. If notice is mailed, proof of mailing will be suffl- ' dent proof of notice. n Page 2 of 3 1 1W ua 0 ISO Properties, Inc., 2006 IL 0146 09 07 13 E. Premiums The first Named Insured shown in the Declare - lions; 1. Is responsible for the payment of all premiums; and 2. Will be the payee for any return premiums we pay. F. Transfer Of Your flights And Duties Under This Policy Your rights and duties under this policy may not be transferred without our written consent except in the case of death of an individual named insured. If you die, your rights and duties will be transferred to your legal representative but only while acting within the scope of duties as your legal represen- tative. Until your legal representative is appointed, anyone having proper temporary custody of your property will have your rights and duties but only with respect to that property. G. Nonrenewal 1. We may elect not to renew this policy by mail- ing or delivering written notice of nonrenewal, staling the reasons for nonrenewal, to the first Named Insured and the first Named Insured's agent or broker, at their last mailing addresses known to us. We will also mail to any mortgage holder, pledgee or other person shown in this policy to have an Interest in any loss which may occur under this policy, at their last mail- ing address known to us, written notice of non- renewal. We will mail or deliver these notices at least 45 days before the: a. Expiration of the policy; or b. Anniversary date of this policy if this policy has been written for a term of more than one year. Otherwise, we will renew this policy unless: a. The first Named Insured falls to pay the renewal premium after we have expressed our willingness to renew, including a state- ment of the renewal premium, to the first Named insured and the first Named in- sured's insurance agent or broker, at least 20 days before the expiration date; b. Other coverage acceptable to the insured has been procured prior to the expiration date of the policy; or c. The policy clearly states that it is not re- newable, and Is for a specific line, subclas- stfication, or type of coverage that is not of- fered on a renewable basis. 2. If: a. You are an individual; b. A covered auto you own is of the "private passenger type"; and c. The policy does not cover garage, automo- bile sales agency, repair shop, service sta- tion or public parking place operations haz- ards; the following applies to nonrenewal of the Commercial Automobile Coverage Part in place of Q.1.: a. We may elect not to renew or continue this policy by mailing or delivering to you and your agent or broker written notice at least 20 days before the end of the policy period including the actual reason for nonrenewal, If the policy period is more than one year, we will have the right not to renew or con- tinue it only at an anniversary of its original effective date. If we offer to renew or con- tinue and you do not accept, this policy will terminate at the end of the current policy period. Failure to pay the required renewal or continuation premium when due shall mean that you have not accepted our offer. b. We will not refuse to renew Liability Cover- age or Collision Coverage solely because an "insured" has submitted claims under Comprehensive Coverage or Towing and Labor Coverage. c. If we fail to mall or deliver proper notice of nonrenewal and you obtain other insurance this policy will end on the effective date of that insurance. IL 0146 09 07 0150 Properties, Inc., 2006 1iwa Page 3of3 1 1 1 1 1 1 1 1 1 5/15/13 wwi nsurancewa.g o4consumertool Idt/CompanytCompanyProfi 1e.aspx?WA01C= 986 Search > NORTH PACIFIC INSURANCE COMPANY N OrKI-H PACIFIC INSURANCE COMPANY "T General I Cqntaq I I APpqin.t..rT1qqt..s I Cqrnlplai.nt.s. I OFOers I Na.t.iq.n.a.1 Iffa. I ratings Back to search General information Contact information Name: NORTH PACIFIC INSURANCE COMPANY Registered address Mailing address Corporate family group: LIBERTY MUT GRP 650 NE HOLLADAY 175 BERKELEY STREET STREET Organization type: PROPERTY PORTLAND, OR 97232 BOSTON, MA 02116 WAOIC: 986 NAIL: 23892 ✓ Status: ACTIVE / Admitted date: 05/28/1964 Ownership type: STOCK ha'd to top Telephone Telephone 503-239-5800 503-239-5800 Types of coverage authorized to sell W'.3t IS this? ,Insurance types JCasualty Marine ........ . . Ocean Marine Property Vehicle J; hark to top Agents and agencies that represent this company (Appointments) View agents I vie: w agencies ^ b.3c.k, to tRp Company complaint history ,,...,h.., is. -pkain back to lqo Disciplinary orders 2008-2013 What is t! is? No disciplinary orders are Found Looking for other orders? Our online orders search allows you to search a ten year history of all orders, including enforcement orders, administrative orders, and general orders. to top Iwww.insurance.\Ao.gov/consumertoolWt/Company/CompanyProfile.aspx?WAOIC=986 1/2 5/15/13 wAw. insurance. wa. gou/ consumertoolldUCompany /CompanyProfile.aspx.?WAOIC =986 National information o n insurance companies ' Want more information about this company? The NAIC's Consumer Information (CIS) page allows you to retrieve national financial and complaint information on insurance companies, plus has information and tips to help you understand current insurance issues. Ratings by financial organizations 1 The following organizations rate insurance companies on their financial strength and stability. Some of these companies charge for their services. 1 A. M. 'Best Weiss Group Ratings Standard and Poor's Corp ;Moody's.Investors Service _ W Fitch IBCA, Duff and Phelps Ratings back to tap. i 1 1 1 tit www.insurance.wa.g ou /consumertool IaUCompany /CompanyProfile.asp�l?WAOIC =986 7 I _] SCHEDULE OF WORKING HOURS ' In accordance with Section 1- 08.0(2).HOURS OF WORk the normal straight time working hours for this project will be from °i ° r p.m. to �� a. m., days per week, It is understood that normal straight time working ' hours shall not exceed 40 hours per week, regardless of the number of days worked per week. All hours worked in excess of 40 hours per week shall be considered as overtime hours subject to the reimburse- ment provisions of Section 1- 08.0(3) Reimbursement for Overtime Work of Contracting Agency Employees as modified by the Special Provisions. ' Overtime hours are defined as any hours in excess of or outside of the above normal straight time working hours when the Contractor and/or his subcontractors are on the project site performing work. hereby certify that my subcontractors have been notified of the normal straight time working hours provisions of this project and understand that Engineer /Contracting Agency costs for overtime hours will ' be deducted from amounts due to me for work performed on the project. Co ' Signature ' Date 1 GAPROJECTS\2013 \13044113044 Specs.docx 4 -6 1 n 1 1 ' SECTION 5 -LABOR STANDARDS AND WAGE RATE CONDITIONS L' GAPROJECTS\2013\1 3044\1 3044 Specs.docx 5 -1 I� 1 L 1 1 n LJ 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 and the schedule of prevailing wage rates for the locality or localities where this Contract will be performed as determined by the Industrial Statistician of the Washington State Department of Labor and Industries, are by reference made a part of this Contract. A schedule of prevailing wage rates is included in these Specifications. Inasmuch as the CONTRACTOR will be held responsible for paying this schedule of wages, it is imperative that all contractors and subcontractors familiarize themselves with the current wage rates before submitting bids based on these Specifications. Before any payment is made by the local government body of any sums due under this Contract, the local government body must receive from the CONTRACTOR and each subcontractor a copy of the "Statement of Intent to Pay Prevailing Wages" approved by the Washington State Department of Labor and Industries Also following the acceptance of the project, the local government body must receive from the CONTRACTOR and each subcontractor a copy of "Affidavit of Wages Paid" and, in addition, from the prime contractor a copy of "Release for the Protection of Property Owners and General Contractor," all approved by the State Department of Labor and Industries. Forms may be obtained from the Department of Labor and Industries. The CONTRACTOR and each subcontractor shall pay all fees associated with and make all applications directly to the Department of Labor and Industries. These affidavits will be required before any funds retained, according to the provisions of RCW 60.28 010, are released to the CONTRACTOR. Payment by the CONTRACTOR and subcontractor of any fees shall be considered incidental to the construction and all costs shall be included in other pay items of the project. The Contractor and all Subcontractors shall also be required to submit certified weekly payroll forms with an accompanying Statement of Compliance so that payment of prevailing wage rates and fringe benefits may be verified. Certified payrolls are required to be submitted by the Contractor to the Engineer, for the Contractor and all Subcontractors or lower tier subcontractors. If these payrolls are not supplied within ten calendar days of the end of the preceding weekly payroll period, any or all payments may be withheld until compliance is achieved Also, failure to provide these payrolls could result in other sanctions as provided by State laws (RCW 39.12 050) and /or Federal regulations (29 CFR 5 12) All certified payrolls shall be complete and explicit. Employee labor descriptions used on certified payrolls shall coincide exactly with the labor descriptions listed on the minimum wage schedule in the Contract unless the Engineer approves an alternate method to identify the labor used by the Contractor to compare with the labor listed in the Contract Provisions. When an apprentice is shown on the certified payroll at a rate less than the minimum prevailing journey wage rate, the apprenticeship registration number for that employee from the State Apprenticeship and Training Council shall be shown along with the correct Employee classification code G\PROJECTS\2013 \13044\13044 Specs.dou 5 -2 Page 1 of 16 1. 11 d 1 1-1 1 11 11 e State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360 - 902 -5335 PO Box 44540, Olympia, WA 98504 -4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the Benefit Code Key. Journey Level Prevailing Wage Rates for the Effective Date: 4/18/2013 County Trade Job Classification Wage Holiday Overtime Note Yakima Asbestos Abatement Workers Journey Level $17.83 1 Yakima Boilermakers Journey Level $62.34 5N 1C Yakima Brick Mason Journey Level $41.48 5A 1M Yakima Building Service Employ ees Janitor $9.19 1 Yakima Building Service Employees Shampooer $11.14 1 Yakima Building Service Emplo ewes_ Waxer $9.19 1 Yakima Building Service Employees Window Cleaner $9.19 1 Yakima Cabinet Makers (In Shop) Journey Level $16.35 1 Yakima Carpenters Journey Level $29.72 1 Yakima Cement Masons Journey Level $37.40 7B 1 N Yakima Divers Et Tenders Diver $100.28 5D 1M 8A Yakima Divers Et Tenders Diver On Standby $56.68 5D 1M Yakima Divers Et Tenders Diver Tender $52.23 5D 1M Yakima Divers Et Tenders Surface Rcv Et Rov Operator $52.23 5D 1M Yakima Divers Et Tenders Surface Rcv Et Rov Operator Tender $48.67 5A 1 B Yakima Dredge Workers Assistant Engineer $51.07 5D 3G Yakima Dredge Workers Assistant Mate(deckhand) $50.56 5D 3G Yakima Dredge Workers Boatmen $51.07 5D 3G Yakima Dredge Workers Engineer Welder $51.12 5D 3G Yakima Dredge Workers Leverman, Hydraulic $52.69 5D 3G Yakima Dredge Workers Maintenance $50.81 5D 3G Yakima Dredge Workers Mates $51.07 5D 3G Yakima Dredge Workers Oiler $50.69 5D 3G Yakima Drywall Applicator Journey Level $38.43 5D 1M Yakima Drywall Tapers Journey Level $32.51 7E 1P Yakima Electrical Fixture Maintenance Journey Level $43.32 1 Workers https:H fortress. wa. gov/ lni /wagelookup /prvWagelookup.aspx 4/18/2013 Page 2 of 16 1. Yakima Electricians - Inside Cable Splicer $54.82 5A 1E Yakima Electricians - Inside Journey Level $52.94 5A 1E Yakima Electricians - Inside Welder $56.71 5A 1E Yakima Electricians - Motor Shop Craftsman $15.37 1 Yakima Electricians - Motor Shop Journey Level $14.69 1 Yakima Electricians - Powerline Construction Cable Splicer $64.95 5A 4A Yakima Electricians - Powerline Construction Certified Line Welder $59.37 5A 4A Yakima Electricians - Powerline Construction Groundperson $42.16 5A 4A Yakima Electricians - Powerline Construction Head Groundperson $44.50 5A 4A Yakima Electricians - Powerline Construction Heavy Line Equipment Operator $59.37 5A 4A Yakima Electricians - Powerline Construction Jackhammer Operator $44.50 5A 4A Yakima Electricians - Powerline Construction Journey Level Lineperson $59.37 5A 4A Yakima Electricians - Powerline Construction Line Equipment Operator $49.95 5A 4A Yakima Electricians - Powerline Construction Pole Sprayer $59.37 5A 4A Yakima Electricians - Powerline Construction Powderperson $44.50 5A 4A Yakima Electronic Technicians Journey Level $23.401 1 Yakima Elevator Constructors Mechanic $77.701 7D 4A Yakima Elevator Constructors Mechanic In Charge $84.24 7D 4A Yakima Fabricated Precast Concrete Craftsman - In- Factory Work Only $9.19 1 Products Yakima Fabricated Precast Concrete Journey Level - In- Factory Work Only $9.19 1 Products Yakima Fence Erectors Fence Erector $13.79 1 Yakima Fla ers Journey Level $24.62 1 Yakima Glaziers Journey Level $22.43 61 1B Yakima Heat Et Frost Insulators And Asbestos Workers Journey Level $25.32 1 Yakima Heating Equipment Mechanics Journey Level $34.85 1 Yakima Hod Carriers Et Mason Tenders Journey Level $33.71 7A 2Y Yakima Industrial Power Vacuum Cleaner Journey Level $9.24 1 Yakima Inland Boatmen Journey Level $9.19 1 Yakima Inspection /Cleaning /Sealing Of Cleaner Operator, Foamer Operator $9.73 1 Sewer Et Water Systems By Remote Control Yakima Inspection /Cleaning /Sealing Of Grout Truck Operator $11.48 1 Sewer Et Water Systems By Remote Control https:H fortress. wa. gov/ lni /wagelookup /prvWagelookup.aspx 4/18/2013 t I it P I 1 t 1 1 1 t 1 Page 3 of 16 Yakima Inspection /Cleaning /Sealing Of Head Operator $12.78 1 Sewer $ Water Systems By Remote Control Yakima Inspection /Cleaning /Sealing Of Technician $9.19 1 Sewer 8 Water Systems By Remote Control Yakima Inspection /Cleaning /Sealing Of Tv Truck Operator $10.53 1 Sewer Et Water Systems By Remote Control Yakima Insulation Applicators Journey Level $38.43 5D 1M Yakima Ironworkers Journeyman $52.44 7N 10 Yakima Laborers Air, Gas Or Electric Vibrating Screed $32.75 7A 2Y Yakima Laborers Airtrac Drill Operator $33.71 7A 2Y Yakima Laborers Ballast Regular Machine $32.75 7A 2Y Yakima Laborers Batch Weighman $30.75 7A 2Y Yakima Laborers Brick Pavers $32.75 7A 2Y Yakima Laborers Brush Cutter $32.75 7A 2Y Yakima Laborers Brush Hog Feeder $32.75 7A 2Y Yakima Laborers Burner $32.75 7A 2Y Yakima Laborers Caisson Worker $33.71 7A 2Y Yakima Laborers Carpenter Tender $32.75 7A 2Y Yakima Laborers Cement Dumper - paving $33.31 7A 2Y Yakima Laborers Cement Finisher Tender $32.75 7A 2Y Yakima Laborers Change House Or Dry Shack $32.75 7A 2Y Yakima Laborers Chipping Gun (under 30 Lbs.) $32.75 7A 2Y Yakima Laborers Chipping Gun(30 Lbs. And Over) $33.31 7A 2Y Yakima Laborers Choker Setter $32.75 7A 2Y Yakima Laborers Chuck Tender $32.75 7A 2Y Yakima Laborers Clary Power Spreader $33.31 7A 2Y Yakima Laborers Clean -up Laborer $32.75 7A 2Y Yakima Laborers Concrete Dumper /chute Operator $33.31 7A 2Y Yakima Laborers Concrete Form Stripper $32.75 7A 2Y Yakima Laborers Concrete Placement Crew $33.31 7A 2Y Yakima Laborers Concrete Saw Operator /core Driller $33.31 7A 2Y Yakima Laborers Crusher Feeder $30.75 7A 2Y Yakima Laborers Curing Laborer $32.75 7A 2Y Yakima Laborers Demolition: Wrecking Et Moving (incl. Charred Material) $32.75 7A 2Y Yakima Laborers Ditch Digger $32.75 7A 2Y Yakima Laborers Diver $33.71 7A 2Y Yakima Laborers Drill Operator (hydraulic, diamond) $33.31 7A 2Y Yakima Laborers Dry Stack Walls $32.75 7A 2Y http s:Hfortress.wa. ov /lni /wagelookup /prvWagelookup.aspx 4/18/2013 g Page 4 of 16 Yakima Laborers Dump Person $32.751 7A 2Y Yakima Laborers Epoxy Technician $32.75 7A 2Y Yakima Laborers Erosion Control Worker $32.75 7A 2Y Yakima Laborers Faller Et Bucker Chain Saw $33.31 7A 2Y Yakima Laborers Fine Graders $32.75 7A 2Y Yakima Laborers Firewatch $30.75 7A 2Y Yakima Laborers Form Setter $32.75 7A 2Y Yakima Laborers Gabian Basket Builders $32.75 7A 2Y Yakima Laborers General Laborer $32.75 7A 2Y Yakima Laborers Grade Checker it Transit Person $33.71 7A 2Y Yakima ILaborers Grinders $32.75 7A 2Y Yakima Laborers Grout Machine Tender $32.75 7A 2Y Yakima Laborers Groutmen (pressure)including Post Tension Beams $33.31 7A 2Y Yakima Laborers Guage and Lock Tender $33.81 7A 2Y 8g Yakima Laborers Guardrail Erector $32.75 7A 2Y Yakima Laborers Hazardous Waste Worker (level $33.71 7A 2Y Yakima Laborers Hazardous Waste Worker (level B) $33.31 7A 2Y Yakima Laborers Hazardous Waste Worker (level C) $32.75 7A 2Y Yakima Laborers High Scaler $33.71 7A 2Y Yakima Laborers Jackhammer $33.311 7A 2Y Yakima Laborers Laserbeam Operator $33.31 7A 2Y Yakima Laborers Maintenance Person $32.75 7A 2Y Yakima Laborers Manhole Builder - mudman $33.31 7A 2Y Yakima Laborers Material Yard Person $32.75 7A 2Y Yakima Laborers Motorman -dinky Locomotive $33.31 7A 2Y Yakima Laborers Nozzleman (concrete Pump, Green Cutter When Using Combination Of High Pressure Air Et Water On Concrete & Rock, Sandblast, Gunite, Shotcrete, Water Bla $33.31 7A 2Y Yakima Laborers Pavement Breaker $33.31 7A 2Y Yakima Laborers Pilot Car $30.75 7A 2Y Yakima Laborers Pipe Layer(lead) $33.71 7A 2Y Yakima Laborers Pipe Layer /tailor $33.31 7A 2Y Yakima Laborers Pipe Pot Tender $33.31 7A 2Y Yakima Laborers Pipe Reliner $33.31 7A 2Y Yakima Laborers Pipe Wrapper $33.31 7A 2Y Yakima Laborers Pot Tender $32.75 7A 2Y Yakima Laborers Powderman $33.71 7A 2Y Yakima Laborers Powderman's Helper $32.75 7A 2Y Ihttps:H fortress. wa. gov/ lni /wagelookup /PrvWagelookup -.aspx 4/18/2013 I t I 1 1 1 f 1 1 f Page 5 of 16 Yakima Laborers Power Jacks $33.31 7A 2Y Yakima Laborers Railroad Spike Puller - Power $33.31 7A 2Y Yakima Laborers Raker - Asphalt $33.71 7A 2Y Yakima Laborers Re- timberman $33.71 7A 2Y Yakima Laborers Remote Equipment Operator $33.31 7A 2Y Yakima Laborers Rigger /signal Person $33.31 7A 2Y Yakima Laborers Rip Rap Person $32.75 7A 2Y Yakima Laborers Rivet Buster $33.31 7A 2Y Yakima Laborers Rodder $33.31 7A 2Y Yakima Laborers Scaffold Erector $32.75 7A 2Y Yakima Laborers Scale Person $32.75 7A 2Y Yakima Laborers Sloper (over 20 ") $33.31 7A 2Y Yakima Laborers Sloper Sprayer $32.75 7A 2Y Yakima Laborers Spreader (concrete) $33.31 7A 2Y Yakima Laborers Stake Hopper $32.75 7A 2Y Yakima Laborers Stock Piler $32.75 7A 2Y Yakima Laborers Tamper &t Similar Electric, Air & Gas Operated Tools $33.31 7A 2Y Yakima Laborers Tamper (multiple it Self- propelled) $33.31 7A 2Y Yakima Laborers Timber Person - Sewer (lagger, Shorer It Cribber) $33.31 7A 2Y Yakima Laborers Toolroom Person (at Jobsite) $32.75 7A 2Y Yakima Laborers Topper $32.75 7A 2Y Yakima Laborers Track Laborer $32.75 7A 2Y Yakima Laborers Track Liner (power) $33.31 7A 2Y Yakima Laborers Traffic Control Laborer $32.61 7A 1H 811 Yakima Laborers Traffic Control Supervisor $32.61 7A 1H 811 Yakima Laborers Truck Spotter $32.75 7A 2Y Yakima Laborers Tugger Operator $33.31 7A 2Y Yakima Laborers Tunnel Work -Miner $33.81 7A 2Y 8g Yakima Laborers Vibrator $33.31 7A 2Y Yakima Laborers Vinyl Seamer $32.75 7A 2Y Yakima Laborers Watchman $28.07 7A 2Y Yakima Laborers Welder $33.31 7A 2Y Yakima Laborers Well Point Laborer $33.31 7A 2Y Yakima Laborers Window Washer /cleaner $28.07 7A 2Y Yakima Laborers - Underground Sewer General Laborer it Topman $32.75 7A 2Y Et Water Yakima Laborers - Underground Sewer Pipe Layer $33.31 7A 2Y & Water Yakima Landscape Construction Irrigation Or Lawn Sprinkler Installers $9.19 1 Yakima Landscape Construction Landscape Equipment Operators Or Truck Drivers $15.45 1 Yakima Landscape Construction Landscaping Or Planting 1 $9.19 1 1 htt s:Hfortress.wa. ov /lni /wa elooku / rvWa elooku .as x 4/18/2013 P g g PP g P P Page 6 of 16 https: // fortress. wa. gov/ lni /wagelookup /prvWagelookup.aspx 4/18/2013 Laborers Yakima Lathers Journey Level $38.43 5D 1M Yakima Marble Setters Journey Level $41.48 5A 1M Yakima Metal Fabrication (In Shop) Fitter $12.00 1 Yakima Metal Fabrication (In Shops Laborer $10.31 1 Yakima Metal Fabrication (In Shop) Machine Operator $11.32 1 Yakima Metal Fabrication (In Shops Painter $12.00 1 Yakima Metal Fabrication (In Shop) Welder $11.32 1 Yakima Millwright Journey Level $26.05 1 Yakima IModular Buildings Journey Level $14.11 1 Yakima Painters Journey Level $28.69 6Z 1W Yakima Pile Driver Journey Level $48.82 5D 1M Yakima Plasterers Journey Level $48.23 1 R Yakima Playground Et Park Equipment Journey Level $9.19 1 Installers Yakima Plumbers Et Pipefitters Journey Level $72.04 6Z Yakima Power Equipment Operators Asphalt Plant Operators $51.89 7A 3C 8P Yakima Power Equipment Operators Assistant Engineer $48.62 7A 3C 8P Yakima Power Equipment Operators Barrier Machine (zipper) $51.40 7A 3C 8P Yakima Power Equipment Operators Batch Plant Operator, Concrete $51.40 7A 3C 8P Yakima Power Equipment Operators Bobcat $48.62 7A 3C 8P Yakima Power Equipment Operators Brokk - Remote Demolition Equipment $48.62 7A 3C 8P Yakima Power Equipment Operators Brooms $48.62 7A 3C 8P Yakima Power Equipment Operators Bump Cutter $51.40 7A 3C 8P `Yakima Power Equipment Operators Cableways $51.89 7A 3C 8P Yakima Power Equipment Operators Chipper $51.40 7A 3C 8P Yakima Power Equipment Operators Compressor $48.62 7A 3C 8P Yakima Power Equipment Operators Concrete Pump: Truck Mount With Boom Attachment Over 42 M $51.89 7A 3C 8P Yakima Power Equipment Operators Concrete Finish Machine -laser Screed $48.62 7A 3C 8P Yakima Power Equipment Operators Concrete Pump - Mounted Or Trailer High Pressure Line Pump, Pump High Pressure. $50.98 7A 3C 8P Yakima Power Equipment Operators Concrete Pump: Truck Mount With Boom Attachment Up To 42m $51.40 7A 3C 8P Yakima Power Equipment Operators Conveyors $50.98 7A 3C 82 Yakima Power Equipment Operators Cranes: 20 Tons Through 44 Tons With Attachments $51.40 7A 3C 8P Yakima Power Equipment Operators Cranes: 20 Tons Through 44 Tons With Attachments Overhead, Bridge Type Crane: 20 Tons Through 44 Tons $51.40 7A 3C 8P https: // fortress. wa. gov/ lni /wagelookup /prvWagelookup.aspx 4/18/2013 1 t r 11 1 r 0 f 1 Page 7 of 16 Yakima Power Equipment Operators Cranes: 100 Tons Through 199 Tons, Or 150' Of Boom (including Jib With $52.44 7A 3C 8P Yakima Power Equipment Operators Cranes: 100 Tons Through 199 Tons, or 150''of boom (including jib with attachments); Overhead, bridge type, 100 tons and over; Tower crane up to 175' in height, base to boom. $52.44 7A 3C 8P Yakima Power Equipment Operators Cranes: 200 Tons To 300 Tons, Or 250' Of Boom (including Jib With Attachments) $53.01 7A 3C 8P Yakima Power Equipment Operators Cranes: 45 Tons Through 99 Tons, Under 150' Of Boom (including Jib With Attachments) $51.89 7A 3C 8P Yakima Power Equipment Operators Cranes: A -frame - 10 Tons And Under $48.62 7A 3C 8P Yakima Power Equipment Operators Cranes: Friction 100 Tons Through 199 Tons $53.01 7A 3C 8P Yakima Power Equipment Operators Cranes: Friction Over 200 Tons $53.57 7A 3C 8P Yakima Power Equipment Operators Cranes: Over 300 Tons Or 300' Of Boom (including Jib With Attachments) $53.57 7A 3C 8P Yakima Power Equipment Operators Cranes: Through 19 Tons With Attachments A -frame Over 10 Tons $50.98 7A 3C 8P Yakima Power Equipment Operators Crusher $51.40 7A 3C 8P Yakima Power Equipment Operators Deck Engineer /deck Winches (power) $51.40 7A 3C 8P Yakima Power Equipment Operators Derricks, On Building Work $51.89 7A 3C 8P Yakima Power Equipment Operators Dozer Quad 9, HD 41, D10 and Over $51.89 7A 3C 8P Yakima Power Equipment Operators Dozers D -9 it Under $50.98 7A 3C 8P Yakima Power Equipment Operators Drill Oilers: Auger Type, Truck Or Crane Mount $50.98 7A 3C 8P Yakima Power Equipment Operators Drilling Machine $51.40 7A 3C 8P Yakima Power Equipment Operators Elevator And Man -lift: Permanent And Shaft Type $48.62 7A 3C 8P Yakima Power Equipment Operators Finishing Machine, Bidwell And Gamaco 8t Similar Equipment $51.40 7A 3C 8P Yakima Power Equipment Operators Forklift: 3000 Lbs And Over With Attachments $50.98 7A 3C 8P Yakima Power Equipment Operators Forklifts: Under 3000 Lbs. With Attachments $48.62 7A 3C 8P Yakima Power Equipment Operators Grade Engineer: Using Blue Prints, Cut Sheets, Etc $51.40 7A 3C 8P Yakima IPower Equipment Operators Gradechecker /stakeman $48.62 7A 3C 8P Yakima IPower Equipment Operators Guardrail Punch $51.40 7A 3C 8P https:Hfortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 4/18/2013 Page 8 of 16 ,1. Yakima Power Equipment Operators Guardrail Punch /Auger $51.40 7A 3C 8P Yakima Power Equipment Operators Hard Tail End Dump Articulating Off- Road Equipment 45 Yards. Et Over $51.89 7A 3C 8P Yakima Power Equipment Operators Hard Tail End Dump Articulating Off -road Equipment Under 45 Yards $51.40 7A 3C 8P Yakima Power Equipment Operators Horizontal /directional Drill Locator $50.98 7A 3C 8P Yakima Power Equipment Operators Horizontal/ directional Drill Operator $51.40 7A 3C 8P Yakima Power Equipment Operators Hydralifts /boom Trucks Over 10 Tons $50.98 7A 3C 8P Yakima Power Equipment Operators Hydralifts /boom Trucks, 10 Tons And Under $48.62 7A 3C 8P Yakima Power Equipment Operators Loader, Overhead 8 Yards. Et Over $52.44 7A 3C 8P Yakima Power Equipment Operators Loader, Overhead, 6 Yards. But Not Including 8 Yards $51.89 7A 3C 8P Yakima Power Equipment Operators Loaders, Overhead Under 6 Yards $51.40 7A 3C 8P Yakima Power Equipment Operators Loaders, Plant Feed $51.40 7A 3C 8P Yakima Power Equipment Operators Loaders: Elevating Type Belt $50.98 7A 3C 8P Yakima Power Equipment Operators Locomotives,. All $51.40 7A 3C 8P Yakima Power Equipment Operators Material Transfer Device $51.40 7A 3C 8P Yakima Power Equipment Operators Mechanics, All (leadmen - $0.50 Per Hour Over Mechanic) $52.44 7A 3C 8P Yakima Power Equipment Operators Mixers: Asphalt Plant $51.40 7A 3C 8P Yakima Power Equipment Operators Motor Patrol Grader - Non- finishing $50.98 7A 3C 8P Yakima Power Equipment Operators Motor Patrol Graders, Finishing $51.89 7A 3C 8P Yakima Power Equipment Operators Mucking Machine, Mole, Tunnel Drill, Boring, Road Header And /or Shield $51.89 7A 3C 8P Yakima Power Equipment Operators Oil Distributors, Blower Distribution & Mulch Seeding Operator $48.62 7A 3C 8P Yakima Power Equipment Operators Outside Hoists (elevators And Manlifts), Air Tuggers,strato $50.98 7A 3C 8P Yakima Power Equipment Operators Overhead, Bridge Type Crane: 20 Tons Through 44 Tons $51.40 7A 3C 8P Yakima Power Equipment Operators Overhead, Bridge Type: 100 Tons And Over $52.44 7A 3C 8P Yakima Power Equipment Operators Overhead, Bridge Type: 45 Tons Through 99 Tons $51.89 7A 3C 8P Yakima Power Equipment Operators Pavement Breaker $48.62 7A 3C 8P Yakima Power Equipment Operators Pile Driver (other Than Crane Mount) $51.40 7A 3C 8P Yakima Power Equipment Operators Plant Oiler - Asphalt, Crusher $50.98 7A 3C 8P https:// fortress. wa. gov/ lni /wagelookup /prvWagelookup.aspx 4/18/2013 1 I �I 1 G 1 t M [l I t i 11 Page 9 of 16 Yakima Power Equipment Operators Posthole Digger, Mechanical $48.62 7A 3C 8P Yakima Power Equipment Operators Power Plant $48.62 7A 3C 8P Yakima Power Equipment Operators Pumps - Water $48.62 7A 3C 8P Yakima Power Equipment Operators Quad 9, Hd 41, D10 And Over $51.89 7A 3C 8P Yakima Power Equipment Operators Quick Tower - No Cab, Under 100 Feet In Height Based To Boom $48.62 7A 3C 8P Yakima Power Equipment Operators Remote Control Operator On Rubber Tired Earth Moving Equipment $51.89 7A 3C 8P Yakima Power Equipment Operators Rigger And Bellman $48.62 7A 3C 8P Yakima Power Equipment Operators Rollagon $51.89 7A 3C 8P Yakima Power E9uipment Operators Roller, Other Than Plant Mix $48.62 7A 3C 8P Yakima Power Equipment Operators Roller, Plant Mix Or Multi -lift Materials $50.98 7A 3C 8P Yakima Power Equipment Operators Roto -mill, Roto - grinder $51.40 7A 3C 8P Yakima Power Equipment Operators Saws - Concrete $50.98 7A 3C 8P Yakima Power Equipment Operators Scraper, Self Propelled Under 45 Yards $51.40 7A 3C 8P Yakima Power Equipment Operators Scrapers - Concrete Et Carry All $50.98 7A 3C 8P Yakima Power Equipment Operators Scrapers, Self- propelled: 45 Yards And Over $51.89 7A 3C 8P Yakima Power Equipment Operators Service Engineers - Equipment $50.98 7A 3C 8P Yakima Power Equipment Operators Shotcrete /gunite Equipment $48.62 7A 3C 8P Yakima Power Equipment Operators Shovel , Excavator, Backhoe, Tractors Under 15 Metric Tons. $50.98 7A 3C 8P Yakima Power Equipment Operators Shovel, Excavator, Backhoe: Over 30 Metric Tons To 50 Metric Tons $51.89 7A 3C 8P Yakima Power Equipment Operators Shovel, Excavator, Backhoes, Tractors: 15 To 30 Metric Tons $51.40 7A 3C 8P Yakima Power Equipment Operators Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons $52.44 7A 3C 8P Yakima Power Equipment Operators Shovel, Excavator, Backhoes: Over 90 Metric Tons $53.01 7A 3C 8P Yakima Power Equipment Operators Slipform Pavers $51.89 7A 3C 8P Yakima Power Equipment Operators Spreader, Topsider Et Screedman $51.89 7A 3C 8P Yakima Power Equipment Operators Subgrader Trimmer $51.40 7A 3C 8P Yakima Power Equipment Operators Tower Bucket Elevators $50.98 7A 3C 8P Yakima Power Equipment Operators Tower Crane Over 175'in Height, Base To Boom $53.01 7A 3C 8P Yakima Power Equipment Operators Tower Crane Up To 175' In Height Base To Boom $52.44 7A 3C 8P Yakima Power Equipment Operators Transporters, All Track Or Truck Type $51.89 7A 3C 8P Yakima jPower Equipment Operators ITrenching Machines 1 $50.98 7A 3C I 8P I I I I d 1 htt s:Hfortress.wa. ov /lni /wa elooku / rvWa elooku .as x 4/18/2013 P g g pP g P P Page 10 of 16 i Yakima Power Equipment Operators Truck Crane Oiler /driver - 100 Tons And Over $51.40 7A 3C 8P Yakima Power Equipment Operators Truck Crane Oiler /driver Under 100 Tons $50.98 7A 3C 8P Yakima Power Equipment Operators Truck Mount Portable Conveyor $51.40 7A 3C 8P Yakima Power Equipment Operators Welder $51.89 7A 3C 8P Yakima Power Equipment Operators Wheel Tractors, Farman Type $48.62 7A 3C 8P Yakima Power Equipment Operators Yo Yo Pay Dozer $51.40 7A 3C 8P Yakima Power Equipment Operators- Asphalt Plant Operators $51.89 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Assistant Engineer $48.62 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Barrier Machine (zipper) $51.40 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Batch Plant Operator, Concrete $51.40 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Bobcat $48.62 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Brokk - Remote Demolition Equipment $48.62 7A 3C 8P Underground Sewer £t Water Yakima Power Equipment Operators- Brooms $48.62 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Bump Cutter $51.40 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Cableways $51.89 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Chipper $51.40 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Compressor $48.62 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Concrete Pump: Truck Mount With Boom Attachment Over 42 M $51.89 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Concrete Finish Machine -laser Screed $48.62 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Concrete Pump - Mounted Or Trailer High Pressure Line Pump, Pump High Pressure. $50.98 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Concrete Pump: Truck Mount With Boom Attachment Up To 42m $51.40 7A 3C 8P Undenround Sewer Et Water Yakima Power Equipment Operators- Conveyors $50.98 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Cranes: 20 Tons Through 44 Tons With Attachments $51.40 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Cranes: 20 Tons Through 44 Tons With Attachments Overhead, Bridge Type Crane: 20 Tons Through 44 Tons $51.40 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Cranes: 100 Tons Through 199 $52.44 7A 3C 8P https:H fortress. wa. gov/ lni /wagelookup /prvWagelookup.aspx 4/18/2013 1 Ll 1 1 t I 1 1 t t 1 1 1 i Page 11 of 16 I htt s:Hfortress.wa. ov /lni /wa elooku / rvWa elooku .as x 4/18/2013 P g g PP g P P Underground Sewer Et Water Tons, Or 150' Of Boom (including Jib With Yakima Power Equipment Operators- Underground Sewer Et Water Cranes: 200 Tons To 300 Tons, Or 250' Of Boom (including Jib With Attachments) $53.01 7A 3C 8P Yakima Power Equipment Operators- Cranes: 45 Tons Through 99 Tons, Under 150' Of Boom (including Jib With Attachments) $51.89 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Cranes: A -frame - 10 Tons And Under $48.62 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Cranes: Friction 100 Tons Through 199 Tons $53.01 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Cranes: Friction Over 200 Tons $53.57 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Cranes: Over 300 Tons Or 300' Of Boom (including Jib With Attachments) $53.57 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Cranes: Through 19 Tons With Attachments A -frame Over 10 Tons $50.98 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Crusher $51.40 7A 3C 8P Underground Sewer a Water Yakima Power Equipment Operators- Deck Engineer /deck Winches (power) $51.40 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Derricks, On Building Work $51.89 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Dozer Quad 9, HD 41, D10 and Over $51.89 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Dozers D -9 Et Under $50.98 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Drill Oilers: Auger Type, Truck Or Crane Mount $50.98 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Drilling Machine $51.40 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Elevator And Man -lift: Permanent And Shaft Type $48.62 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Finishing Machine, Bidwell And Gamaco Et Similar Equipment $51.40 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Forklift: 3000 Lbs And Over With Attachments $50.98 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Underground Sewer Et Water Forklifts: Under 3000 Lbs. With Attachments $48.62 7A 3C 8P Yakima Power Equipment Operators- Underground Sewer Et Water Grade Engineer: Using Blue Prints, Cut Sheets, Etc $51.40 7A 3C 8P Yakima Power Equipment Operators- Underground Sewer Et Water Gradechecker /stakeman $48.62 7A 3C 8P Yakima Power Equipment Operators- Guardrail Punch $51.40 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Guardrail Punch /Auger $51.40 7A 3C 8P Underground Sewer Et Water I htt s:Hfortress.wa. ov /lni /wa elooku / rvWa elooku .as x 4/18/2013 P g g PP g P P Page 12 of 16 Yakima Power Equipment Operators- Hard Tail End Dump Articulating Off- Road Equipment 45 Yards. Et Over $51.89 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Hard Tail End Dump Articulating Off -road Equipment Under 45 Yards $51.40 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Horizontal /directional Drill Locator $50.98 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Horizontal /directional Drill Operator $51.40 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Hydralifts /boom Trucks Over 10 Tons $50.98 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Hydralifts /boom Trucks, 10 Tons And Under $48.62 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Loader, Overhead 8 Yards. Et Over $52.44 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Loader, Overhead, 6 Yards. But Not Including 8 Yards $51.89 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Loaders, Overhead Under 6 Yards $51.40 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Loaders, Plant Feed $51.40 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Loaders: Elevating Type Belt $50.98 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Locomotives, All $51.40 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Material Transfer Device $51.40 7A 3C 8P Underground Sewer Et Water IYakima Power Equipment Operators- Mechanics, All (leadmen - $0.50 Per Hour Over Mechanic) $52.44 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Mixers: Asphalt Plant $51.40 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Motor Patrol Grader - Non- finishing $50.98 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Motor Patrol Graders, Finishing $51.89 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Mucking Machine, Mole, Tunnel Drill, Boring, Road Header And /or Shield $51.89 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Oil Distributors, Blower Distribution Et Mulch Seeding Operator $48.62 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Outside Hoists (elevators And Manlifts), Air Tuggers,strato $50.98 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Underground Sewer Et Water Overhead, Bridge Type Crane: 20 Tons Through 44 Tons $51.40 7A 3C 8P Yakima Power Equipment Operators- Underground Sewer Et Water Overhead, Bridge Type: 100 Tons And Over $52.44 7A 3C 8P Yakima Power Equipment Operators- Overhead, Bridge Type: 45 Through 99 Tons $51.89 7A 3C 8P Underground Sewer Et Water ITons https: / /fortress.wa.gov /lni /wagelooku / rvWa elooku .as x 4/18/2013 1 pp g p p 0 r f t t t t t t Page 13 of 16 Yakima Power Equipment Operators- Underground Sewer 8t Water Pavement Breaker $48.62 7A 3C 8P Yakima Power Equipment Operators- Underground Sewer Et Water Pile Driver (other Than Crane Mount) $51.40 7A 3C 8P Yakima Power Equipment Operators- Plant Oiler - Asphalt, Crusher $50.98 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Posthole Digger, Mechanical $48.62 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Power Plant $48.62 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Pumps - Water $48.62 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Quad 9, Hd 41, D10 And Over $51.89 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Quick Tower - No Cab, Under 100 Feet In Height Based To Boom $48.62 7A 3C 813 Underground Sewer Et Water Yakima Power Equipment Operators- Remote Control Operator On Rubber Tired Earth Moving Equipment $51.89 7A 3C 813 Underground Sewer Et Water Yakima Power Equipment Operators- Rigger And Bellman $48.62 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Rollagon $51.89 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Roller, Other Than Plant Mix $48.62 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Roller, Plant Mix Or Multi -lift Materials $50.98 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Roto -mill, Roto - grinder $51.40 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Saws - Concrete $50.98 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Scraper, Self Propelled Under 45 Yards $51.40 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Scrapers - Concrete Et Carry All $50.98 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Scrapers, Self - propelled: 45 Yards And Over $51.89 7A 3C 813 Underground Sewer Et Water Yakima Power Equipment Operators- Service Engineers - Equipment $50.98 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Shotcrete /gunite Equipment $48.62 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Underground Sewer Et Water Shovel , Excavator, Backhoe, Tractors Under 15 Metric Tons. $50.98 7A 3C 8P Yakima Power Equipment Operators- Shovel, Excavator, Backhoe: Over 30 Metric Tons To 50 Metric Tons $51.89 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Shovel, Excavator, Backhoes, Tractors: 15 To 30 Metric Tons $51.40 7A 3C 8P Underground Sewer It Water Yakima Power Equipment Operators- Shovel, Excavator, Backhoes: $52.44 7A 3C 8P I htt s: / /fortress.wa. ov /lni /wa el'ooku / rvWa u . p g g p p gelook p aspx 4/18/2013 Page 14 of 16 https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 4/18/2013 1 Underground Sewer Ft Water Over 50 Metric Tons To 90 Metric Tons Yakima Power Equipment Operators- Shovel, Excavator, Backhoes: Over 90 Metric Tons $53.01 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Slipform Pavers $51.89 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Spreader, Topsider Et Screedman $51.89 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Subgrader Trimmer $51.40 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Tower Bucket Elevators $50.98 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Tower Crane Over 175'in Height, Base To Boom $53.01 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Tower Crane Up To 175' In Height Base To Boom $52.44 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Transporters, All Track Or Truck Type $51.89 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Trenching Machines $50.98 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Truck Crane Oiler /driver - 100 Tons And Over $51.40 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Truck Crane Oiler /driver Under 100 Tons $50.98 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Truck Mount Portable Conveyor $51.40 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Welder $51.89 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Wheel Tractors, Farman Type $48.62 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Yo Yo Pay Dozer $51.40 7A 3C 8P Underground Sewer Et Water Yakima Power Line Clearance Tree Trimmers Journey Level In Charge $42.91 5A 4A Yakima Power Line Clearance Tree Spray Person $40.73 5A 4A Trimmers Yakima Power Line Clearance Tree Tree Equipment Operator $41.29 5A 4A Trimmers Yakima Power Line Clearance Tree Tree Trimmer $38.38 5A 4A Trimmers Yakima Power Line Clearance Tree Trimmers Tree Trimmer Groundperson $28.95 5A 4A Yakima Refrigeration Et Air Conditioning Mechanics Journey Level $28.11 1 Yakima Residential Brick Mason Journey Level $29.00 1 Yakima Residential Carpenters Journey Level $17.14 1 Yakima Residential Cement Masons Journey Level $11.86 1 Yakima Residential Drywall Applicators Journey Level $18.00 1 Yakima Residential Drywall Tapers Journey Level $17.001 1 https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 4/18/2013 1 A 1 1 1 1 1 .1, �1 Page 15 of 16 Yakima Residential Electricians Journey Level $21.98 1 Yakima Residential Glaziers Journey Level $22.43 61 1B Yakima Residential Insulation Applicators Journey Level $14.38 1_ Yakima Residential Laborers Journey Level $11.02 1 Yakima Residential Marble Setters Journey Level $29.00 1 Yakima Residential Painters Journey Level $16.32 1_ Yakima Residential Plumbers Et Pipefitters Journey Level $20.55 1 Yakima Residential Refrigeration Et Air Journey Level $28.11 1 Conditioning_ Mechanics Yakima Residential Sheet Metal Workers Journey Level (Field or Shop) $37.10 5A 1X Yakima Residential Soft Floor Layers Journey Level $17.55 1 Yakima Residential Sprinkler Fitters Journey Level $9.19 1 (Fire Protection) Yakima Residential Stone Masons Journey Level $16.00 1_ Yakima Residential Terrazzo Workers Journey Level $9.19 1 Yakima Residential Terrazzo /Tile Journey Level $17.00 1 Finishers Yakima Residential Tile Setters Journey Level $16.78 1_ Yakima Roofers Journey Level $12.00 1 Yakima Sheet Metal Workers Journey Level (Field or Shop) $50.61 5A 1X Yakima Sian Makers Et Installers (Electrical) Journey Level $14.65 1_ Yakima Sign Makers Et Installers '(Non- Journey Level $14.65 1_ Electrical Yakima Soft Floor Layers Journey Level $23.11 5A 1N Yakima Solar Controls For Windows Journey Level $9.19 1 Yakima Sprinkler Fitters (Fire Protection) Journey Level $26.36 1 Yakima Stage Rigging Mechanics (Non Journey Level $13.23 1 Structural Yakima Stone Masons Journey Level $41.48 5A 1M Yakima Street And Parking Lot' Sweeper Workers Journey Level $9.19 1 Yakima Surveyors Assistant Construction Site Surveyor $50.98 7A 3C 8P Yakima Surveyors Chainman $50.46 7A 3C 8P Yakima Surveyors Construction Site Surveyor $51.89 7A 3C 8P Yakima Telecommunication Technicians Journey Level $20.00 1 Yakima Telephone Line Construction - Cable Splicer $35.09 5A 2B Outside Yakima Telephone Line Construction - Hole Digger /Ground Person $19.22 5A 2B Outside Yakima Telephone Line Construction - Installer (Repairer) $33.63 5A 2B Outside ess.wa. ov /lni /wa elooku / rvWa elooku .as x 4/18/2013 https: / /fortr g g p p S p P Page 16 of 16 ,,1, Yakima Telephone Line Construction - Special Aparatus Installer 1 $35.09 5A 2B Outside Yakima Telephone Line Construction - Special Apparatus Installer II $34.37 5A 2B Outside Yakima Telephone Line Construction - Telephone Equipment Operator (Heavy) $35.09 5A 2B Outside Yakima Telephone Line Construction - Telephone Equipment Operator (Light) $32.62 5A 2B Outside Yakima Telephone Line Construction - Telephone Lineperson $32.62 5A 2B Outside Yakima Telephone Line Construction - Television Groundperson $18.65 5A 2B Outside Yakima Telephone Line Construction - Television Lineperson /Installer $24.66 5A 2B Outside Yakima Telephone Line Construction - Television System Technician $29.42 5A 2B Outside Yakima Telephone Line Construction - Television Technician $26.43 5A 2B Outside Yakima Telephone Line Construction - Tree Trimmer $32.95 5A 2B Outside Yakima Terrazzo Workers Journey Level $32.15 5A 1M Yakima jTile Setters Journey Level $32.15 5A 1M Yakima Tile, Marble Et Terrazzo Finishers Journey Level $28.07 5A 1M Yakima Traffic Control Stripers Journey Level $41.53 7A 1K Yakima Truck Drivers Asphalt Mix $14.19 1 Yakima Truck Drivers Dump Truck Et Trailer(c.wa- 760) $36.36 61 2G Yakima Truck Drivers Dump Truck(c.wa -760) $36.36 61 2G Yakima Truck Drivers Other Trucks (c.wa -760) $36.36 61 2G Yakima Truck Drivers Transit Mixer $38.96 1 Yakima Well Drillers Et Irrigation Pump Irrigation Pump Installer $25.44 1 Installers Yakima Well Drillers Et Irrigation Pump Oiler $9.20 1 Installers Yakima Well Drillers Et Irrigation Pump Well Driller $18.00 1 Installers https: // fortress. wa. gov/ lni /wagelookup /prvWagelookup.aspx 4/18/2013 Benefit Code Key — Effective 3 -3 -2013 thru 8 -30 -2013 Overtime Codes Overtime calculations are based�on the hourly rate actually paid to the worker. On public works projects, the hourly rate must be not less than the prevailing rate of wage minus the hourly rate of the cost of fringe benefits actually provided for the worker. 1. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. B All hours worked on Saturdays shall be paid at one and one -half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. C. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and'one -half times the hourly rate of wage. All other overtime hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. D. The first two (2) hours before or after a five -eight (8) hour workweek day or a four -ten (10) hour workweek day and the first eight (8) hours worked the next day after either workweek shall be paid at one and one -half times the hourly rate of wage. All additional hours worked and all worked on Sundays and holidays shall be paid at double the hourly rate of wage. i E. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and 'one -half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. F. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one -half times the hourly rate of wage. All other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. G. The first ten (10) hours worked on Saturdays and the first ten (10) hours worked on a fifth calendar weekday in a four -ten hour schedule, shall be paid at one and one -half times the hourly rate of wage. All hours worked in excess of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. H. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions or equipment breakdown) shall be paid at one and one -half times the hourly rate of wage. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. I. All hours worked on Sundays and holidays shall also be paid at double the hourly rate of wage. i J. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one -half times the hourly rate of wage. All hours worked over ten (10) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. K. All hours worked on Saturdays and Sundays shall be paid at one and one -half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. M. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions) shall be paid at one and one -half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. i Benefit Code Key — Effective 3 -3 -2013 thru 8 -30 -2013 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. Q. The first two (2) hours after eight (8) regular hours Monday through Friday and up to ten (10) hours worked on Saturdays shall be paid at one and one -half times the hourly rate of wage. All hours worked in excess of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays (except Christmas day) shall be paid at double the hourly rate of wage. All hours worked on Christmas day shall be paid at two and one -half times the hourly rate of wage. R. All hours worked on Sundays and holidays shall be paid at two times the hourly rate of wage. S. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one -half times the hourly rate of wage. All hours worked on holidays and all other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one -half times the hourly rate of wage. All hours worked on Sundays and holidays (except Labor Day) shall be paid at two times the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. V All hours worked on Sundays and holidays (except Thanksgiving Day and Christmas day) shall be paid at one and one -half times the hourly rate of wage. All hours worked on Thanksgiving Day and Christmas day shall be paid at double the hourly rate of wage. W. All hours worked on Saturdays and Sundays (except make -up days due to conditions beyond the control of the employer)) shall be paid at one and one -half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. X. The first four (4) hours after eight (8) regular hours Monday through Friday and the first twelve (12) hours on Saturday shall be paid at one and one -half times the hourly rate of wage. All hours worked over twelve (12) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. When holiday falls on Saturday or Sunday, the day before Saturday, Friday, and the day after Sunday, Monday, shall be considered the holiday and all work performed shall be paid at double the hourly rate of wage. Y. All hours worked outside the hours of 5:00 am and 5:00 pm (or such other hours as may be agreed upon by any employer and the employee) and all hours worked in excess of eight (8) hours per day (10 hours per day for a 4 x 10 workweek) and on Saturdays and holidays (except labor day) shall be paid at one and one -half times the hourly rate of wage. (except for employees who are absent from work without prior approval on a scheduled workday during the workweek shall be paid at the straight -time rate until they have worked 8 hours in a day (10 in a 4 x 10 workweek) or 40 hours during that workweek.) All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and Labor Day shall be paid at double the hourly rate of wage. Z. All hours worked on Saturdays and Sundays shall be paid at one and one -half times the hourly rate of wage. All hours worked on holidays shall be paid the straight time rate of pay in addition to holiday pay. i Benefit Code Key — Effective 3 -3 -2013 thru 8 -30 -2013 2 ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on holidays shall be paid at one and one -half times the hourly rate of wage. C. All hours worked on Sundays shall be paid at one and one -half times the hourly rate of wage. All hours worked on holidays shall be paid at two times the hourly rate of wage. F. The first eight (8) hours worked on holidays shall be paid at the straight hourly rate of wage in addition to the holiday pay. All hours worked in excess of eight (8) hours on holidays shall be paid at double the hourly rate of wage. G. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on paid holidays shall be paid at two and one -half times the hourly rate of wage including holiday pay. H. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on holidays shall be paid at one and one -half times the hourly rate of wage. K. All hours worked on holidays shall be paid at two times the hourly rate of wage in addition to the holiday pay O. All hours worked on Sundays and holidays shall be paid at one and one -half times the hourly rate of wage. R. All hours worked on Sundays and holidays and all hours worked over sixty (60) in one week shall be paid at double the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one -half times the hourly rate of wage. All hours worked over 12 hours in a day or on Sundays and holidays shall be paid at double the hourly rate of wage. W The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one -half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on "Sundays and holidays shall be paid at double the hourly rate of wage. On a four -day, ten -hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage. The first eight (8) hours worked on the fifth day shall be paid at one and one -half times the hourly rate of wage. All other hours worked on the fifth, sixth, and seventh days and on holidays shall be paid at double the hourly rate of wage. Y. All hours worked on Saturdays (except for make -up days) shall be paid at one and one -half times the hourly rate of wage. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 3. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. A. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at time and one -half the straight time rate. Hours worked over twelve hours (12) in a single shift and all work performed after 6:00 pm Saturday to 6:00 am Monday and holidays shall be paid at double the straight time rate of pay. Any shift starting between the hours of 6:00 pm and midnight shall receive an additional one dollar ($1.00) per hour for all hours worked that shift. The employer shall have the sole discretion to assign overtime, work to employees. Primary consideration for overtime work shall be given to employees regularly assigned to the work to be performed on overtime situations. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. Benefit Code Key — Effective 3 -3 -2013 thru 8 -30 -2013 B. 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, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. C Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at one and one -half times the hourly rate of wage. All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays shall be paid at double the hourly rate of wage. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. D. All hours worked between 6:00 pm Monday through 6:00 am Saturday, shall be paid at an overtime rate of 15% over the hourly rate of wage. All other hours worked after 6:00 am on Saturdays, shall be paid at one and one -half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage., E. All hours worked Sundays and holidays shall be paid at double the hourly rate of wage. Each week, once 40 hours of straight time work is achieved, then any hours worked over 10 hours per day Monday through Saturday shall be paid at double the hourly wage rate. G. 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, , 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 8:00 am Sunday to 8:00 am Monday and Holidays shall be paid at double the straight time rate of pay. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. A. All hours worked in excess of eight (8) hours per day or forty (40) hours per week shall be paid at double the hourly rate of wage. All hours worked on Saturdays, Sundays and holidays shall be paid at double the hourly rate of wage. Holiday Codes 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). H. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Day after Thanksgiving Day, And Christmas (6). 4 hJ Benefit Code Key — Effective 3 -3 -2013 thru 8 -30 -2013 5. I. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). J. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Eve Day, And Christmas Day (7). -� K. 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). 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). G. Paid Holidays: New Year's Day, Martin Luther King Jr. Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day, The Friday After Thanksgiving Day, Christmas Day, And Christmas Eve Day (11). H. Paid Holidays: New Year's Day, New Year's Eve Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, Christmas Day, The Day After Christmas, And A Floating Holiday (10). I. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, And Christmas Day (7). 5 A P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday And Saturday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). If A Holiday Falls On Sunday, The Following Monday Shall Be Considered As A Holiday. Q. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). i R. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day After Thanksgiving Day, One" -Half Day Before Christmas Day, And Christmas Day. (7 1/2) S. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, And Christmas Day (7) �p T. Paid Holidays: New Year's Day, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, Christmas Day, And The Day Before Or After Christmas (9). 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). !�1 Holiday Codes Continued 6. A. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, And Christmas Day (8). E. Paid Holidays: New Year's Day, Day Before Or After New Year's Day, Presidents Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day After Thanksgiving Day, Christmas Day, And A Half -Day On Christmas Eve Day. (9 1/2). G. Paid Holidays: New Year's Day, Martin Luther King Jr. Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day, The Friday After Thanksgiving Day, Christmas Day, And Christmas Eve Day (11). H. Paid Holidays: New Year's Day, New Year's Eve Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, Christmas Day, The Day After Christmas, And A Floating Holiday (10). I. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, And Christmas Day (7). 5 A I Benefit Code Key — Effective 3 -3 -2013 thru 8 -30 -2013 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). Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (7). If a holiday falls on Saturday, the preceding Friday shall be ; considered as the holiday. If a holiday falls on Sunday, the following Monday shall be considered as the holiday. Holiday Codes Continued A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday And Saturday After Thanksgiving Day, And Christmas Day (8). Any Holiday Which Falls On A Sunday Shall Be Observed As A Holiday On The Following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. C. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. D. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Unpaid Holidays. President's Day Any paid holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any paid holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. E. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. F. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the last working day before Christmas day and Christmas day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. G. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. H. Holidays: New Year's Day, Martin Luther King Jr. Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. I. Holidays: New Year's Day, President's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, The Day Before Christmas Day And Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. 6 Benefit Code Key— Effective 3 -3 -2013 thru 8 -30 -2013 7. J. Holidays: New Year's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day and Christmas Day (6). Any holiday which1alls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. K. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding 1 Friday. L. Holidays: New Year's Day, Memorial Day, Labor Day, Independence Day, Thanksgiving Day, the Last Work Day before Christmas Day, And Christmas Day (7) Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. M. Paid Holidays: New Year's Day, The Day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, And the Day after or before Christmas Day. 10). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. N. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. When Christmas falls on a Saturday, the preceding Friday shall be observed as a holiday O Paid Holidays: New Year's Day, The Day After Or Before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, Christmas Day, The Day After Or Before Christmas Day, And The Employees Birthday. 11). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. ' Q. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. R. Paid Holidays: New Year's Day, the day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day after or before Christmas Day (10). If any of the listed holidays fall on Saturday, the preceding Friday shall be observed as the holiday. If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. S. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, Christmas Day, The Day After Christmas, And A Floating Holiday (9). If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. Note Codes 8 A. In addition to the hourly wage and fringe benefits, the following depth premiums apply to depths of fifty feet or more: Over 50' To 100' 4200 per Foot for Each Foot Over 50 Feet Over 100' To 150'-$3.00 per Foot for Each Foot Over 100 Feet Over 150' To 220' -$4.00 per Foot for Each Foot Over 150 Feet Over 220' -$5.00 per Foot for Each Foot Over 220 Feet 1 1 Benefit Code Key — Effective 3 -3 -2013 thru 8 -30 -2013 C. In addition to the hourly wage and fringe benefits, the following depth premiums apply to depths of fifty feet or more: Over 50' To 100' -$1.00 per Foot for Each Foot Over 50 Feet Over 100' To 150'-$1.50 per Foot for Each Foot Over 100 Feet Over 150' To 200'-$2.00 per Foot for Each Foot Over 150 Feet Over 200'-Divers May Name Their Own Price D. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour. L. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $0 75, Level B: $0.50, And Level C: $0.25. M. Workers on hazmat projects receive additional hourly premiums as follows: Levels A & B: $100, Levels C & D. $0.50. N Workers on hazmat projects receive additional hourly premiums as follows -Level A: $1.00, Level B: $0.75, Level C: $0.50, And Level D: $0.25. P. Workers on hazmat projects receive additional hourly premiums as follows -Class A Suit: $2.00, Class B Suit: $1.50, Class C Suit: $1.00, And Class D Suit $0.50 Q. The highest pressure registered on the gauge for an accumulated time of more than fifteen (15) minutes during the shift shall be used in determining the scale paid. R. Effective August 31, 2012 — A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized. A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. These classifications are only effective on or after August 31, 2012 Effective August 31, 2012 — A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31, 2012. T. Effective August 31, 2012 —A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31, 2012. 1 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 ' i 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. 1 Supplemental to Wage Rates 03/03/2013 Edition, Published February 1st, 2013 1 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator Below is a list of potentially prefabricated items, originally furnished by WSDOT to Washington State Department of Labor and Industries, that may be considered non- standard and therefore covered by the prevailing wage law, RCW 39.12. Items marked with an X in the "YES" column should be considered to be non - standard and therefore covered by RCW 39.12. Items marked with an X in the "NO" column should be considered to be standard and therefore not covered. Of course, exceptions to this general list may occur, and in that case shall be evaluated according to the criteria described in State and L &I's policy statement. ITEM DESCRIPTION YES NO 1. Metal rectangular frames, solid metal covers, herringbone grates, and bi- directional vaned grates for Catch Basin Types 1, 1 L, 1 P, and 2 and Concrete Inlets. See Std. Plans 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 X 3 structural tubing grates for Drop Inlets. See Std. Plans. 4. Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes smaller than 60 inch diameter. X 5. Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes larger than 60 inch diameter. X 6. Corrugated Steel Pipe - Steel lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch X 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 X diameter. May also be treated, #5. Supplemental to Wage Rates 2 03/03/2013 Edition, Published February 1st, 2013 t IITEM DESCRIPTION YES NO t r] 1 1 i 1 f r 8 Anchor Bolts & Nuts - Anchor Bolts and Nuts, for mounting sign structures, luminaries and other items, shall be made from commercial bolt stock. X See Contract Plan's and Std. Plans for size and material type. 9. Aluminum Pedestrian Handrail - Pedestrian handrail conforming to the type and material specifications set forth in the contract plans. Welding of aluminum shall be X in accordance with Section 9- 28.14(3), 10. Major Structural Steel Fabrication - Fabrication of major steel items such as trusses, beams, girders, etc., for bridges. X 11. Minor Structural Steel Fabrication - Fabrication of minor steel Items such as special hangers, brackets, access doors for structures, access ladders for irrigation boxes, bridge expansion joint systems, etc., involving welding, cutting, punching and/or X boring of holes. See Contact Plans for item description and shop drawings. 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 X accordance with Section 9- 28.14(3). 13. Concrete Pil ing-- 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 X sections and flat top slabs. See Std. Plans. 15. Precast Drywell Types 1, 2, and with cones and adjustment Sections. X See Std. Plans. 16. Precast Catch Basin - Catch Basin type 1, 1 L, 1 P, and 2 With adjustment sections. See Std. Plans. X Supplemental to Wage Rates 03/03/2013 Edition, Published February 1st, 2013 ITEM DESCRIPTION YES NO i 17. Precast Concrete Inlet - with adjustment sections, See Std. Plans X 18. Precast Drop Inlet Type 1 and 2 with metal grate supports. See Std. Plans. X 19. Precast Grate Inlet Type 2 with extension and top units. See Std. Plans X 20. Metal frames, vaned grates, and hoods for Combination Inlets. See Std. Plans X 21. Precast Concrete Utility Vaults - Precast Concrete utility vaults of various sizes. Used for in ground storage of utility facilities and controls. See Contract Plans for size and construction X 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. X 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 X permanent barrier. 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. X Fabrication at other locations may be approved, after facilities inspection, contact HQ. Lab. 26. Precast Concrete Walls - Precast Concrete Walls - tilt -up wall panel in size and shape as shown in Plans. X Fabrication plant has annual approval for methods and materials to be used Supplemental to Wage Rates 4 03/03/2013 Edition, Published February 1st, 2013 f 1 ITEM DESCRIPTION YES NO 27. Precast Railroad Crossings - Concrete Crossing Structure Stabs. 28. 12, 18 and 26 inch'; Standard Precast Prestressed Girder — Standard Precast Prestressed Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to )( casting girders. See Std. Spec. Section 6- 02.3(25)A 29. Prestressed Concrete Girder Series 4 -14 - Prestressed Concrete Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be X 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 X for approval prior to casting girders. See Std. Spec. Section 6- 02.3(25)A 31. Prestressed Precast H ollow -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 X 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 X for approval prior to casting girders. See Std. Spec. Section 6- 02.3(25)A 33. Monument Case and Cover X See Std. Plan. Supplemental to Wage Rates 5 03/03/2013 Edition, Published February 1st, 2013 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 x 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 X 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 P lans for details. The steel structure X shall be galvanized after fabrication in accordance with AASHTO -M -111. 37. Steel Sign Post - Fabricated Steel Sign Posts as detailed in Std Plans. Shop drawings for approval are to be provided prior to i( fabrication 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 X Provisions for pre- approved drawings. 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 Dual Faced) See Std. Plans. Supplemental to Wage Rates 6 03/03/2013 Edition, Published February 1st, 2013 t t 1 I 1 1 i 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. x x NOTE: * ** Fabrication inspection required. Only signs tagged "Fabrication Approved" by WSDOT Sign Fabrication Inspector to be installed Custom Message Std Signing Message 43. Cutting & bending reinforcing steel X 44. Guardrail components X X Custom Standard End Sec Sec 45. Aggregates /Concrete m ixes Covered by WAC 296 -127 -018 46. Asphalt Covered by WAC 296 -127 -018 47. Fiber fabrics X 48. Electrical wiring /components x 49. treated or untreated timber pile X 50. Girder pads (elastomeric bearing) X 51. Standard Dimension lumber X 52. Irrigation components X Supplemental to Wage Rates 7 03/03/2013 Edition, Published February 1st, 2013 ITEM DESCRIPTION YES NO 53. Fencing materials X 54. Guide Posts X 55. Traffic Buttons X 56. Epoxy X 57. Cribbing X 58. Water distribution materials X 59. Steel "H" piles X 60. Steel pipe for concrete pile casings X 61. Steel pile tips, standard X 62. Steel pile tips, custom )( Prefabricated items specifically produced for public works projects that are prefabricated in a county other than the county wherein the public works project is to be completed, the wage for the offsite prefabrication shall be the applicable prevailing wage for the county in which the actual prefabrication takes place. It is the manufacturer of the prefabricated product to verify that the correct county wage rates are applied to work they perform. See RCW 39.12.010 (The definition of 'locality" in RCW 39.12.010(2) contains the phrase "wherein the physical work is being performed." The department interprets this phrase to mean the actual work site. Supplemental to Wage Rates 8 03/03/2013 Edition, Published February 1st, 2013 k WSDOT's List'of State Occupations not applicable to Heavy and IHighway 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 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. s Supplemental to Wage Rates 9 03/03/2013 Edition, Published February 1st, 2013 • • 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 (Hyd "roelectric 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. s Supplemental to Wage Rates 9 03/03/2013 Edition, Published February 1st, 2013 Washington State Department of Labor and Industries Policy Statements (Regarding Production and Delivery of Gravel, Concrete, Asphalt, etc.) WAC 296 - 127 -018 Agency filings affecting this section Coverage and exemptions of workers involved in the production and delivery of gravel, concrete, asphalt, or similar materials. (1) The materials covered under this section include but are not limited to: Sand, gravel, crushed rock, concrete, asphalt, or other similar materials. (2) All workers, regardless of by whom employed, are subject to the provisions of chapter 39.12 RCW when they perform any or all of the following functions: (a) They deliver or discharge any of the above - listed materials to a public works project site: (i) At one or more point(s) directly upon the location where the material will be incorporated into the project; or (ii) At multiple points at the project; or (iii) Adjacent to the location and coordinated with the incorporation of those materials. (b) They wait at or near a public works project site to perform any tasks subject to this section of the rule. (c) They remove any materials from a public works construction site pursuant to contract requirements or specifications (e.g., excavated materials, materials from demolished structures, clean -up materials, etc.). (d) They work in a materials production facility (e.g., batch plant, borrow pit, rock quarry, etc.,) which is established for a public works project for the specific, but not necessarily exclusive, purpose of supplying materials for the project. (e) They deliver concrete to a public works site regardless of the method of incorporation. (f) They assist or participate in the incorporation of any materials into the public works project. Supplemental to Wage Rates 10 03/03/2013 Edition, Published February 1st, 2013 (3) All travel time that relates to the work covered under subsection (2) of this section requires the payment of prevailing wages. Travel time includes time spent waiting to load, loading, transporting, waiting to unload, and delivering materials. Travel time would include all time spent in travel in support of a public works project whether the vehicle is empty or full. For example, travel time spent returning to a supply source to obtain another load of material for use on a public works site or returning to the public works site to obtain another load of excavated material is time spent in travel that is subject to prevailing wage. Trave[to a supply source, including travel from a public works site, to 1 obtain materials for use on a private project would not be travel subject to the prevailing wage. (4) Workers are not subject to the provisions of chapter 39.12 RCW when they deliver materials to a stockpile. (a) A "stockpile" is defined as materials delivered to a pile located away from the site of incorporation such that the stockpiled materials must be physically moved from the stockpile and transported to another location on the project site in order to be incorporated into the project. (b) A stockpile does,, not include any of the functions described in subsection (2)(a) through (f) of this section; nor does a stockpile include materials delivered or distributed to multiple locations upon the project site; nor does a stockpile include materials dumped at the place of incorporation, or adjacent to the location and coordinated with the incorporation. (5) The applicable prevailing wage rate shall be determined by the locality in which the work is performed. Workers subject to subsection (2)(d) of this section, who produce such materials at an off -site facility shall be paid the applicable prevailing wage rates for the county in which the off -site facility is located. Workers subject to subsection (2) of this section, who deliver such materials to a public works project site shall be paid the applicable prevailing wage rates for the county in which the public works project is ilocated. [Statutory Authority: Chapter 39.12 RCW, RCW 43.22.051 and 43.22.270. 08 -24 -101, § 296- 127 -018, filed 12/2/08, effective 1/2/09. Statutory Authority: Chapters 39.04 and 39.12 RCW and RCW 43.22.270. 92 -01 -104 and 92 -08 -101, § 296- 127 -018, filed 12/18/91 and 4/1/92, effective 8/31/92.] 1 Supplemental to Wage Rates 11 03/03/2013 Edition, Published February 1st, 2013 1 1 1 1 1 1 1 1 1 i SECTION 6 - TECHNICAL SPECIFICATIONS GAPROJECTS\2013\1 3044\1 3044 Specs.docx 6 -1 rl 1 u f 1 I CITY OF YAKIMA YAKIMA COUNTY, WASHINGTON SPECIAL PROVISIONS FOR TIETON DRIVE SANITARY SEWER REPLACEMENT City of Yakima Project No. WW2358 HLA Project No. 13044 CONTENTS PAGE NO. SPECIALPROVISIONS ........ .. ............................... ........... ......................... ....... ........... 6 -3 DESCRIPTIONOF WORK ................ ..................... .............. . ..................... ..................... 6 -3 1 -01 DEFINITIONS AND TERMS ....... ............................... .................. ............................... ....... 6 -4 1 -02 BID PROCEDURES AND CONDITIONS ........... .......................... ................... . .. .6-6 1 -03 AWARD AND EXECUTION OF CONTRACT ......... .......................... .... ............................... 6 -12 1 -04 SCOPE OF THE WORK ................... ........ ................. ............................... ....... ...... 6 -13 1 -05 CONTROL OF WORK ........................... ............................... .. ............................... .... .... 6 -15 1 -06 CONTROL OF MATERIAL ........ ............................... .......................... . . ........................ 6 -23 1 -07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC ........... ........ ........... .... 6 -23 1 -08 PROSECUTION AND PROGRESS ...... ... ............................... .............. ...... .. .6-30 1 -09 MEASUREMENT AND PAYMENT ....................... .................. ............................... ........ 6 -35 1 -10 TEMPORARY TRAFFIC CONTROL .................. ......................... .. .. ....... ........ ........... 6 -39 2 -01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP ............. ........... .................. .. .......... 6-40 2 -02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS ............... . ...... .......................... 6 -41 2 -03 ROADWAY EXCAVATION AND EMBANKMENT ....................... ............................... 6 -42 2 -04 HAUL... .... ...... .......................................... ............................... ......... . ...... .. 6 -43 2 -07 WATERING ....................... .......... ............ .................... ............................... ............ 6 -43 2 -09 STRUCTURE EXCAVATION .. .......... .......... ............... ......... . ...... .................... 6 -44 2 -11 TRIMMING AND CLEANUP ............. ............................... ....................... . .......... ... 6 -44 3-01 PRODUCTION ARRY AND PIT SITES .............. 6 -44 3 -02 ATES............. ............... ........... ............. ........... ........... STOCKPILING AGGREGATES ... 6 -45 4 -04 BALLAST AND CRUSHED SURFACING ......................... ............. ............................... . ....6-45 5 -03 COLD MIX ASPHALT . ....... ........ .... .. ........ .............. .............. . . ........ ......... 6 -45 5 -04 HOT MIX ASPHALT .. ............................... .. .......... .. ........... .............. ......... . .......... 6 -46 7 -05 MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS ..... ............ ....... . ............ 6 -50 7 -08 GENERAL PIPE INSTALLATION REQUIREMENTS .. ............. ............ . .............. ....6-51 7 -17 SANITARY SEWERS ... ......... .... . .... ............................... ............... ........................ 6 -53 8 -01 EROSION CONTROL AND WATER POLLUTION CONTROL ..................... ............ ..... .... 6 -54 8 -04 CURBS, GUTTERS, AND SPILLWAYS ...... ........... . .................... ....................... 6 -54 8 -14 CEMENT CONCRETE SIDEWALKS .. ................................................ ............................... 6 -55 8 -22 PAVEMENT MARKING ' .......... ............ . ............ ............ .......... . . .. ..... 6 -55 IGAPROJECTS\2013\1 3044\1 3044 Specs.docx 6 -2 a r 1 1 1`7 L I 1 SPECIAL PROVISIONS FOR CITY OF YAKIMA TIETON DRIVE SANITARY SEWER REPLACEMENT City of Yakima Project No. WW2358 HLA Project No. 13044 INTRODUCTION TO THE SPECIAL PROVISIONS (July 31, 2007 APWA GSP) The work on this project shall be accomplished in accordance with the Standard Specifications for Road, Bridge and Municipal Construction, 2012 edition, as issued by the Washington State Department of Transportation ( WSDOT) andl the American Public Works Association (APWA), Washington State Chapter ( hereafter "Stand a rd'Specifications ") The Standard Specifications, as modified or supplemented by the Amendments to the Standard Specifications and these Special Provisions, all of which are made a part of the Contract Documents, shall govern all of the Work. These Special Provisions are made up of both General Special Provisions (GSPs) from various sources, which may have project- specific fill -ins; and project- specific Special Provisions Each Provision either supplements, modifies, or replaces the comparable Standard Specification, or is a new Provision The deletion, amendment, alteration, or addition to any subsection or portion of the Standard Specifications is meant to pertain only to that particular portion of the section, and in no way should it be interpreted that the balance of the section does not apply. The project- specific Special Provisions are not labeled as such The GSPs are labeled under the headers of each GSP, with the date of the GSP and its source, as follows (May 18, 2007 APWA GSP) Also incorporated into the Contract Documents by reference are. Manual on Uniform Traffic Control Devices for Streets and Highways, currently adopted edition, with Washington State modifications, if any Standard Plans for Road, Bridge and Municipal Construction, WSDOT /APWA, current edition Contractor shall obtain copies of these publications, at Contractor's own expense The following Special Provisions are made a part of this contract and supersede any conflicting provisions of the 2012 Standard Specifications for Road, Bridge and Municipal Construction, and the following Amendments to the Standard Specifications. DESCRIPTION OF WORK The project consists of the following work: Construction of approximately 670 linear feet of 8" PVC sanitary sewer pipe, 50 linear feet of 4" PVC sanitary sewer pipe, 3 sewer manholes, connection to existing sanitary sewer manhole and pipes, and surface restoration including hot mix asphalt, and other related improvements. The quantities of work indicated in the proposal are to be considered as estimates and are for comparative bidding purposes only. All payments will be made on the basis of actual field measurement of Contract work completed. IGAPROJECTS\2013\1 3044\1 3044 Specs.dou 6 -3 All work shall be done in accordance with the Plans, the Standard Specifications for Road, Bridge, and Municipal Construction prepared by the Washington State Department of Transportation dated 2012, referenced codes and organizations, and these Special Provisions 1 -01 DEFINITIONS AND TERMS 1 -01.3 Definitions The terms defined in Section 1 -01 3 of the Standard Specifications shall be further described by the following: Contracting Agency City of Yakima 129 North Second Street Yakima, WA 98901 The terms "Contracting Agency, " `Agency, " and "Owner" are interchangeable Engineer: Huibregtse, Louman Associates, Inc., (HLA) 801 North 39th Avenue Yakima, WA 98901 Working Drawings Working drawings are further defined as electrical diagrams, catalog cut sheets, manufacturer's infor- mational sheets describing salient features, performance curves, or samples of fabricated and manufactured items (including mechanical and electrical equipment) required for the construction project. Additive A supplemental unit of work or .group of bid items, identified separately in the Bid 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 Bid 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. Delete the heading Completion Dates and the three paragraphs that follow it, and replace them with the following. Dates Bid Opening Date The date on which the Contracting Agency publicly opens and reads the Bids Award Date The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive bidder for the work. Contract Execution Date The date the Contracting Agency officially binds the Agency to the Contract. G: \PROJECTS\2013 \13044 \13044 Specs.docx 6 -4 fJ Notice to Proceed Date The date stated in the Notice to Proceed on which the Contract time begins. Substantial Completion Date 1 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, any remaining traffic disruptions will be rare and brief, and only minor incidental work, replacement of temporary substitute facilities, plant establishment periods, or" correction or repair remains for the Physical Completion of the total Contract. Physical Completion Date ' The day all of the work is physically completed on the project. All documentation required by the contract and required by law does not necessarily need to be furnished by the Contractor by this date. Completion Date The day all the work specified in the contract is completed and all the obligations of the Contractor under the contract are fulfilled by the Contractor All documentation required by the contract and required by law must be furnished by the Contractor before establishment of this date Final Acceptance Date The date on which the Contracting Agency accepts the work as complete. Supplement this section with the following All references in the Standard Specifications, Amendments, or WSDOT General Special Provisions, 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 " All references to "final contract voucher certification" shall be interpreted to mean the final payment form established by the Contracting Agency 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 Business Day A business day is any day from Monday through Friday except holidays as listed in Section 1 -08 5 Notice of Award The written notice from the Contracting Agency to the successful Bidder signifying the Contracting Agency's acceptance of the Bid Proposal. 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. IGAPROJECTS\2013\1 3044\1 3044 Specs.dou 6 -5 1 -02 BID PROCEDURES AND CONDITIONS Delete this section and replace it with the following- 1 -02.1 Qualifications of Bidder (January 24, 2011 APWA GSP) Before award of a public works contract, a bidder must meet at least the minimum qualifications of RCW 39 04.350(1) to be considered a responsible bidder and qualified to be awarded a public works project. Add the following new section. 1- 02.1(1) Supplemental Qualifications Criteria (March 25, 2009 APWA GSP, may not be used on FHWA- funded projects) In addition, the Contracting Agency has established Contracting Agency- specific and /or project - specific supplemental criteria, in accordance with RCW 39 04 350(2), for determining Bidder responsibility, including the basis for evaluation and the deadline for appealing a determination that a Bidder is not responsible. These criteria are contained in Section 3 of these Contract Documents 1 -02.2 Plans and Specifications (June 27, 2011 APWA GSP) Delete this section and replace it with the following Information as to where Bid Documents can be obtained or reviewed will be found in the Call for Bids (Advertisement for Bids) for the work. After award of the contract, plans and specifications will be issued to the Contractor at no cost as detailed below: To Prime Contractor No. of Sets Basis of Distribution Reduced plans (11"x 17 ") and 6 Furnished automatically upon Contract Provisions award. Large plans (e.g , 22" x 34 ") 2 Furnished only upon request. Additional plans and Contract Provisions may be obtained by the Contractor from the source stated in the Call for Bids, at the Contractor's own expense 1 -02.4 Examination of Plans, Specifications, and Site of Work 1- 02.4(1) General Add the following paragraph 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 (June 27, 2011 APWA GSP) Delete this section and replace it with the following The Proposal Form will identify the project and its location and describe the work. It will also list estimated quantities, units of measurement, the items of work, and the materials to be furnished at the unit bid prices The bidder shall complete spaces on the proposal form that call for, but are not limited to, unit prices, extensions, summations; the total bid amount; signatures; date, and, where GAPROJECTS\2013\1 3044\1 3044 Specs.docx 6 -6 applicable, retail sales taxes and acknowledgment of addenda, the bidder's name, address, telephone number, and signature, the bidder's D /M/WBE commitment, if applicable, a State of Washington Contractor's Registration Number; and a Business License Number, if applicable Bids shall be completed by typing or shall be printed in ink by hand, preferably in black ink. The required certifications are included as part of the Proposal Form. The Contracting Agency reserves the right to arrange the proposal forms with alternates and additives, if such be to the advantage of the Contracting Agency The bidder shall bid on all alternates and additives set forth in the Proposal Form unless otherwise specified 1 -02.6 Preparation of Proposal (June 27, 2011 APWA GSP) Supplement the second paragraph with the following 4. If a minimum 'bid amount has been established for any item, the unit or lump sum price must equal or exceed the minimum amount stated 5 Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by the signer of the bid Delete the last paragraph, and replace it with the following The Bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner. A bid by a corporation shall be executed in the corporate name, by the president or a vice president (or other corporate officer accompanied by evidence of authority to sign) A bid by a partnership shall be executed in the partnership name, and signed by a partner. A copy of the partnership agreement shall be submitted with the Bid Form if any D /M/WBE requirements are to be satisfied through such an agreement. A bid by a joint venture shall be executed in the joint venture name and signed by a member of the joint venture. A copy of the joint venture agreement shall be submitted with the Bid Form if any D/W /MBE requirements are to be satisfied through such an agreement. Any bid item which has a unit price but no extension column amount shall have the extension amount determined by multiplying the unit price times the unit quantity Any bid item which does not have a unit price but does have an extension column amount shall have the unit price determined by dividing the extension amount by the unit quantity Should both the unit price and the extension column amount be left blank, then the entire bid shall be considered non - responsive. 1 -02.7 Bid Deposit (March 8, 2013 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 11 GAPROJECTS\2013\1 3044\1 3044 Specs.docx 6 -7 If so stated in the Contract Provisions, bidder must use the bond form included in the Contract Provisions If so stated in the Contract Provisions, cash will not be accepted for a bid deposit. 1 -02.9 Delivery of Proposal (August 15, 2012 APWA GSP, Option A) Delete this section and replace it with the following Each proposal shall be submitted in a sealed envelope, with the Project Name and Project Number as stated in the Advertisement for Bids clearly marked on the outside of the envelope, or as otherwise required in the Bid Documents, to ensure proper handling and delivery The Contracting Agency will not open or consider any Bid Proposal that is received after the time specified in the Call for Bids for receipt of Bid Proposals, or received in a location other than that specified in the Call for Bids 1 -02.13 Irregular Proposals (March 13, 2012 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 Business Enterprise Certification, if applicable, as required in Section 1 -02 6; i The Bidder fails to submit written confirmation from each DBE firm listed on the Bidder's completed DBE Utilization Certification that they are in agreement with the bidders DBE participation commitment, if applicable, as required in Section 1 -02.6, or if the written confirmation that is submitted fails to meet the requirements of the Special Provisions, j The Bidder fails to submit DBE Good Faith Effort documentation, if applicable, as required in Section 1 -02.6, or if the documentation that is submitted fails to demonstrate that a Good Faith Effort to meet the Condition of Award was made, k. The Bid Proposal does not constitute a definite and unqualified offer to meet the material terms of the Bid invitation, or I More than one proposal is submitted for the same project from a Bidder under the same or different names. GAPROJECTS\2013\1 3044\1 3044 Specs.dou 6 -8 1 -02.14 Disqualification of Bidders (March S, 2013 APWA GSP, Option B) Delete this Section and replace it with the following* A Bidder will be deemed not responsible if the Bidder does not meet the mandatory bidder responsibility criteria in RCW 39 04.350(1), as amended; or does not meet the following Supplemental Criteria: 1 Delinquent State Taxes A Criterion The Bidder shall not owe delinquent taxes to the Washington State Department of Revenue without a payment plan approved by the Department of Revenue B Documentation The Bidder shall not be listed on the Washington State Department of Revenue's "Delinquent Taxpayer List" website. http. / /dor.wa:gov/ content / fileandpaytaxes /latefiIing /dtlwest.aspx , or if they are so listed, they must submit a written payment plan approved by the Department of Revenue, to the Contracting Agency by the deadline listed below 2. Federal Debarment A Criterion- The Bidder shall not currently be debarred or suspended by the Federal government. B Documentation. The Bidder shall not be listed as having an "active exclusion" on the U.S government's "System for Award Management" database (www sam gov) 3. Subcontractor Responsibility A Criterion The Bidder's standard subcontract form shall include the subcontractor responsibility language required by RCW 39 06 020, and the Bidder shall have an established procedure which it utilizes to validate the responsibility of each of its subcontractors. The Bidder's subcontract form shall also include a requirement that each of its subcontractors shall have and document a similar procedure to determine whether the sub -tier subcontractors with whom it contracts are also "responsible" subcontractors as defined by RCW 39 06 020. B Documentation The Bidder, if and when required as detailed below, shall submit a copy of its standard subcontract form for review by the Contracting Agency, and a written description of its procedure for validating the responsibility of subcontractors with which it contracts. 4 Prevailing Wages A Criterion The Bidder shall not have a record of prevailing wage violations as determined by WA Labor & Industries in the five years prior to the bid submittal date, that demonstrates a pattern of failing to pay workers prevailing wages, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency. B. Documentation- The Bidder, if and when required as detailed below, shall submit a list of all prevailing wage violations in the five years prior to the bid submittal date, along with an explanation of each violation and how it was resolved The Contracting Agency will evaluate these explanations and the resolution of each complaint to determine whether the violation demonstrate a pattern of failing to pay its workers prevailing wages as required IGAPROJECTS\2013\1 3044\1 3044 Specs.docx 6 -9 5 Claims Against Retainage and Bonds A Criterion The Bidder shall not have a record of excessive claims filed against the retainage or payment bonds for public works projects in the three years prior to the bid submittal date, that demonstrate a lack of effective management by the Bidder of making timely and appropriate payments to its subcontractors, suppliers, and workers, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency. B Documentation: The Bidder, if and when required as detailed below, shall submit a list of the public works projects completed in the three years prior to the bid submittal date that have had claims against retainage and bonds and include for each project the following information • Name of project • The owner and contact information for the owner; • A list of claims filed against the retainage and /or payment bond for any of the projects listed, • A written explanation of the circumstances surrounding each claim and the ultimate resolution of the claim. 6 Public Bidding Crime A Criterion The Bidder and /or its owners shall not have been convicted of a crime involving bidding on a public works contract in the five years prior to the bid submittal date. B. Documentation The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that the Bidder and /or its owners have not been convicted of a crime involving bidding on a public works contract. 7. Termination for Cause / Termination for Default A Criterion- The Bidder shall not have had any public works contract terminated for cause or terminated for default by a government agency in the five years prior to the bid submittal date, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency. B Documentation The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that the Bidder has not had any public works contract terminated for cause or terminated for default by a government agency in the five years prior to the bid submittal date; or if Bidder was terminated, describe the circumstances. 8 Lawsuits A Criterion The Bidder shall not have lawsuits with judgments entered against the Bidder in the five years prior to the bid submittal date that demonstrate a pattern of failing to meet the terms of contracts, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency B. Documentation- The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that the Bidder has not had any lawsuits with judgments entered against the Bidder in the five years prior to the bid submittal date that demonstrate a pattern of failing to meet the .terms of contracts, or shall submit a list of all lawsuits with judgments entered against the Bidder in the five years prior to the bid submittal date, along with a written explanation of the GAPROJECTS\2013\1 3044\1 3044 Specs.dou 6 -10 t circumstances surrounding each such lawsuit. The Contracting Agency shall evaluate these explanations to determine whether the lawsuits demonstrate a pattern of failing to meet of terms of construction related contracts As evidence that the Bidder meets the mandatory and supplemental responsibility criteria stated above, the apparent two lowest Bidders must submit to the Contracting Agency by 12 00 P M (noon) of the second business day following the bid submittal deadline, a written statement verifying that the Bidder meets all of the mandatory and supplemental criteria together with supporting documentation including but not limited to that detailed above (sufficient in the sole judgment of the Contracting Agency) demonstrating compliance with all mandatory and supplemental responsibility criteria. The Contracting Agency reserves the right to request such documentation from other Bidders as well, and to request further documentation as needed to assess Bidder responsibility The Contracting Agency also reserves the right to obtain information from third - parties and independent sources of information concerning a Bidder's compliance with the mandatory and supplemental criteria, and to use that information in their evaluation The Contracting Agency may (but is not required to) consider mitigating factors in determining whether the Bidder complies with the requirements of the supplemental criteria. The basis for evaluation of Bidder compliance with these mandatory and supplemental criteria shall include any documents or facts obtained by Contracting Agency (whether from the Bidder or third parties) including but not" limited to (i) financial, historical, or operational data from the Bidder; (ii) information obtained directly by the Contracting Agency from others for whom the Bidder has worked, or other public agencies or private enterprises; and (iii) any additional information obtained by the Contracting Agency which is believed to be relevant to the matter. If the Contracting Agency determines the Bidder does not meet the bidder responsibility criteria above and is therefore not a responsible Bidder, the Contracting Agency shall notify the Bidder in writing, with the reasons for its determination If the Bidder disagrees with this determination, it may appeal the determination "within two (2) business days of the Contracting Agency's determination by presenting its appeal and any additional information to the Contracting Agency The Contracting Agency will consider the appeal and any additional information before issuing its final determination If the final determination affirms that the Bidder is not responsible, the Contracting N Agency will not execute a contract with any other Bidder until at least two business days after the Bidder determined to be not responsible has received the Contracting Agency's final determination t Request to Change. Supplemental Bidder Responsibility Criteria Prior To Bid: Bidders with concerns about the relevancy or restrictiveness of the Supplemental Bidder Responsibility Criteria may make or submit requests to the Contracting Agency to modify the criteria. Such requests shall be in writing, describe the nature of the concerns, and propose specific modifications to the criteria. Bidders shall submit such requests to the Contracting Agency no later than five (5) business days prior to the bid submittal' deadline and address the request to the Project Engineer or such other person designated by the Contracting Agency in the Bid Documents 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, IGIPROJECTW013 \13044 \13044 Specs.dom 6 -11 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 1 -03 AWARD AND EXECUTION OF CONTRACT 1 -03.1 Consideration of Bids (January 23, 2006 APWA GSP) Revise the first paragraph to read After opening and reading proposals, the Contracting Agency will check them for correctness of extensions of the prices per unit and the total price If a discrepancy exists between the price per unit and the extended amount of any bid item, the price per unit will control. If a minimum bid amount has been established for any item and the bidder's unit or lump sum price is less than the minimum specified amount. the Contracting Agency will unilaterally revise the unit or lump sum price to the minimum specified amount and recalculate the extension. The total of extensions, corrected where necessary, including sales taxes where applicable and such additives and /or alternates as selected by the Contracting Agency, will be used by the Contracting Agency for award purposes and to fix the Awarded Contract Price amount and the amount of the contract bond 1 -03.2 Award of Contract The Contract will be awarded on the basis of the total of all bid items and schedules accepted by the Contracting Agency The Contractor shall submit bids for all bid items and schedules to be considered as a responsive bidder The apparent low bidder will be determined based on the combined total of all bid items and schedules accepted by the Contracting Agency. 1 -03.3 Execution of Contract Revise this section to read- Copies of the Contract Provisions, including the unsigned Form of Contract will be available for signature by the successful bidder on the first business day following award The number of copies to be executed by the Contractor will be determined by the Contracting Agency. Within (10) calendar days after the award date, the successful bidder shall return the signed Contracting Agency - prepared contract, an insurance certification as required by Section 1 -07 18, and a satisfactory bond as required by law and Section 1 -03 4 Before execution of the contract by the Contracting Agency, the successful bidder shall provide any pre -award information the Contracting Agency may require under Section 1 -02 15 Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency nor shall any work begin within the project limits or within Contracting Agency- furnished sites The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the Contracting Agency. Add the following: Failure to return the required documents within the allotted time shall be considered as non- responsive and shall result in forfeiture of the proposal bond or deposit of the bidder in accordance with Section 1 -03 5 GAPROJECTS\2013\1 3044\1 3044 Specs.docx 6 -12 1 E I'll 1 1 1 1 1 -03.4 Contract Bond (October 1, 2005 APWA GSP) Revise the first paragraph to read The successful bidder shall provide an executed contract bond for the full contract amount. This contract bond shall 1 Be on a Contracting Agency- furnished form, 2 Be signed by an approved surety (or sureties) that: a. Is registered with the Washington State Insurance Commissioner, and b Appears on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner, 3. Be conditioned upon the faithful performance of the contract by the Contractor within the prescribed time, 4 Guarantee that the surety shall indemnify, defend, and protect the Contracting Agency against any claim of direct or indirect loss resulting from the failure. a. Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors of the Contractor) to faithfully perform the contract, or b Of the Contractor (or the subcontractors or lower tier subcontractors of the Contractor) to pay all laborers, mechanics, subcontractors, lower tier subcontractors, materialperson, or any other person who provides supplies or provisions for carrying out the work; 5. Be accompanied by a power of attorney for the Surety's officer empowered to sign the bond and 6 Be signed by an officer of the Contractor empowered to sign official statements (sole proprietor or partner). If the Contractor is a corporation the bond must be signed by the president or vice - president, unless accompanied by written proof of the authority of the individual signing the bond to bind the corporation (i.e., corporate resolution power of attorney or a letter to such effect by the president or vice - president). 1 -03.7 Judicial Review Delete the last sentence in its entirety and replace it with the following- Such review, if any, shall be timely filled in the superior court of Yakima County, Washington 1 -04 SCOPE OF THE WORK 1- 04.1(2) Bid Items Not Included in the Proposal Delete the first paragraph in its entirety and replace it with the following If work is required to complete the project according to the intent of the Plans and Specifications, but no bid item is provided in the Bid Schedule, then the Contractor shall include the cost for providing the necessary work in the unit or lump sum price for the bid item most closely related to the work. IGAPROJECTS\2013 \13044 \13044 Specs.docx 6 -13 1 -04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda (March 13, 2012 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, 4 Contract Plans, 5 Amendments to the Standard Specifications, 6 Standard Specifications, 7 Contractinq Agency's Standard Plans or Details (if any), and 8. WSDOT Standard Plans for Road, Bridge, and Municipal Construction. 1 -04.4 Changes This section is supplemented with the following. No changes in the work covered by the approved Contract Documents shall be made without having prior written or oral (as deemed appropriate due to urgency of change) approval of the Owner Charges or credits for the work covered by the approved change shall be determined by one or more, or a combination of the following methods. a. Unit bid prices previously approved b An agreed lump sum. c. The actual costs of (1) Labor, including foremen; (2) Materials entering permanently into the work; (3) The ownership or rental costs of construction plant and equipment during the time of use on the extra work; (4) Power and consumable supplies for the operation of power equipment; (5) Insurance, (6) Social Security and old age and unemployment contributions. Should authorized changes be made based upon the actual cost of material and labor, the costs thereof and costs allowed for overhead profit, bonds, insurance, etc., shall be determined via Section 1 -09 6 Force Account of the Standard Specifications. Delete the last two paragraphs in their entirety and replace with the following- After bid award, the Contractor may submit proposals for changing the Plans, Specifications, or other requirements of the Contract. These proposals must reduce the cost or time required for construction of the project. If determined appropriate by the Contracting Agency, a change order will be executed implementing the proposed change /changes 1- 04.4(1) Minor Changes Replace the first sentence of the first paragraph with the following. Payments or credits for changes amounting to $10,000 or less may be made under the Bid item "Minor Change " Add the following The Contractor is advised this Bid item may or may not be used at the discretion of the Contracting Agency G: \PROJECTS\2013 \13044 \13044 Specs.docx 6 -14 1 -04.6 Variation in Estimated Quantities This section is supplemented with the following The quantities of the following Bid Proposal Items are estimates for bidding purposes only There will be no adjustments in price due to increases or decreases in quantities regardless of the magnitude The 25 percent provisions of this section shall not apply to the Bid items listed below. Payment will be made at the unit contract price for actual quantities of work completed. All Bid Items 1 -04.11 Final Cleanup This section is supplemented with the following: Partial cleanup shall be done by the Contractor when he feels it is necessary or when, in the opinion of the Contracting Agency, partial cleanup should be done prior to either final cleanup or final inspection. The cleanup work shall be done immediately upon written notification of the Engineer and other work shall not proceed until this partial cleanup is accomplished Should the Contractor not conduct the cleanup as directed and in a timely manner, the Owner shall take action to have such cleanup work completed by others and will deduct such costs from any payment due the Contractor 1 -05 CONTROL OF WORK This section is supplemented with the following. The Contractor's attention is specifically directed to the following provisions of this section 1 -05 • Section 1 -05 4, Conformity With and Deviations From Plans and Stakes' Paragraphs 3 Through 7 • Section 1 -05 6, Inspection of Work and Materials: Paragraphs 1, 3, 4, And 5. • Section 1- 05.13, Superintendents, Labor, and Equipment of Contractor: Paragraphs 2 And 3 Although specific attention is directed to the above sections, it shall not relieve the Contractor from the requirements of the remaining provisions of this section 1 -05.1 Authority of the Engineer This section is supplemented with the following Unless otherwise expressly provided in the Contract Drawings, Specifications, and Addenda, the means and methods of construction shall be such as the Contractor may choose, subject, however, to the Engineer's right to reject means and methods proposed by the Contractor which (1) will consti- tute 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. At the contractor's risk, the Project Engineer may suspend all or part of the Work according to Section 1-086. t IG.\PROJECTS\2013 \13044 \13044 Specs.docx 6 -15 1 -05.3 Plans and Working Drawings Replace the second, third, and fourth paragraphs of Section 1 -05 3 of the Standard Specifications with the following. The Contractor shall submit to the Engineer for review and approval, six copies of all Shop Drawings required in the project documents. The data shown on the Shop Drawings will be complete with respect to dimensions, design criteria, materials of construction, and like information to enable the Engineer to review the submittal. At the time of submittal, the Contractor shall, in writing, call attention to any deviations that the item or material submitted may have from the requirements of the Contract Specifications When the Contractor does call such deviations to the attention of the Engineer, the Contractor shall state in his letter whether or not such deviations involve any deduction or extra cost adjustment. Unless otherwise approved by the Engineer, Shop Drawings and samples shall be submitted only by the Prime Contractor, who shall indicate by a signed stamp on the Shop Drawing, or other means, that he (the Prime Contractor) has checked the Shop Drawing The Contractor's stamp of approval on the Shop Drawings shall constitute a representation to the Owner and Engineer that the Contractor has either determined and verified all quantities, dimensions, field construction criteria, materials, catalog numbers, or similar data and assumes full responsibility for doing so, and that he has reviewed or coordinated each Shop Drawing or sample with the requirements of the Contract Documents. Shop Drawings shall be submitted in sufficient time to allow the Engineer not less than 15 working days for review The practice of submitting incomplete or unchecked Shop Drawings for the Engineer to correct or finish will not be acceptable, and Shop Drawings which, in the opinion of the Engineer, clearly indicate that they have not been checked by the Contractor will be considered as not complying with the intent of the Contract Documents and will be returned to the Contractor for resubmission in proper form The Engineer will review with reasonable promptness Shop Drawings and samples, but the Engineer's review shall be only for conformance with the design concept of the Project and for compliance with the information given in the Contract Documents and shall not extend to the means, methods, sequences, techniques or procedures of construction, or to safety precautions or programs incidental thereto The review by the Engineer of a separate item as such will not indicate review of the assembly in which the item functions When the Shop Drawings have been reviewed by the Engineer, two sets of submittals will be returned to the Contractor appropriately stamped. If major changes or corrections are necessary, the Shop Drawings may be rejected and one set will be returned to the Contractor with such changes or corrections indicated The Contractor shall make any corrections required by the Engineer and shall resubmit the required number of corrected Shop Drawings or samples for review. No changes shall be made by the Contractor to resubmitted Shop Drawings other than those changes indicated by the Engineer, unless such changes are clearly described in a letter accompanying the resubmitted Shop Drawings. Where a Shop Drawing or sample is required by the Specifications, no related work shall be commenced until the submittal has been reviewed and approved by the Engineer. 1- 05.3(2) Project Record Drawings (New Section) The following new section shall be added to the Standard Specifications The Contractor shall maintain a neatly marked, full -size set of record drawings showing the final location and layout of all new construction Drawings shall be kept current weekly, with all field instruction, change orders, and construction adjustment. GAPROJECTS\2013\1 3044\1 3044 Specs.docx 6 -16 Drawings shall be subject to the inspection of the Engineer at all times. Prior to acceptance of the work, the Contractor shall deliver to the Engineer one set of neatly marked record drawings showing the information required above. Requests for partial payment will not be approved if the marked -up prints are not kept current, and request for final payment will not be approved until the marked -up prints are delivered to the Engineer. 1 -05.4 Conformity With and Deviations from Plans and Stakes 1- 05.4(1) Roadway and Utility Surveys (New Section) The following new section shall be added to the Standard Specifications. The Engineer shall furnish to the Contractor one time only all principal lines, grades, and measurements the Engineer deems necessary for completion of the work. These shall generally consist of one initial set of offset points to establish line and grade for underground utilities such as sanitary sewer mains. The Engineer will establish the line and grade of proposed construction by offset stakes, the centerline for minor structures, and establish bench marks at convenient locations for use by the Contractor The Contractor shall establish grades from the Engineer's stakes at suitable intervals in accordance with good practice and which meet with the approval of the Engineer Where any information on the Plans is ,insufficient for establishing line and /or grade, the Contractor shall request additional information from the Engineer Where new construction adjoins existing construction, the Contractor shall make such adjustments in grade as are directed by the Engineer The Engineer will perform all surveying necessary to check compliance with the Specifications and as required for measuring the quantities of work as specified The Contractor shall furnish assistance to the Engineer in checking depth "and measuring quantities for payment purposes Offset stakes will be provided by the Engineer one time only for underground utilities at fifty (50) foot intervals and sanitary sewer manholes The Engineer will provide slope staking one time only in areas of significant sloping,, establish the centerline for minor structures, and establish bench marks at convenient locations for use by the Contractor The Contractor shall establish grades from the Engineer's stakes at suitable intervals in accordance with good practice and which meet with the approval of the Engineer Where any information on the Plans is insufficient for establishing line and /or grade, the Contractor shall request additional information from the Engineer. Where new construction adjoins existing construction, the Contractor shall make such adjustments in grade as are directed by the Engineer The Engineer will perform all surveying necessary to check compliance with the Specifications and as required for measuring the quantities of work as specified. Any claim by the Contractor for extra compensation by reason of alterations or reconstruction work allegedly due to error in the Engineer's line and grade, will not be allowed unless the original control points set by the Engineer still exist, or unless other satisfactory substantiating evidence to prove the error is furnished the Engineer Three consecutive points set on line or grade shall be the minimum points used to determine any variation from a straight line or grade. Any such variation shall, upon discovery, be reported to the Engineer In the absence of such report, the Contractor shall be liable for any error in alignment or grade 1 IG: \PROJECTS\2013 \13044 \13044 Specs.docx 6 -17 1- 05.4(2) Construction Staking Requests (New Section) The following new section shall be added to the Standard Specifications. All staking requests shall be made on the "Construction Staking Request Form" found on the following page The form shall be faxed to the Engineer's office at least three (3) working days prior to the date requested for staking. The Contractor shall provide a brief description of the staking needed, the approximate location (station to station), and when the staking will be required. The request shall be reviewed with the Engineer and both parties shall sign the form When the staking is completed, the survey party chief will initial and date the form Requests for re- stakes shall be marked boldly in the description and initialed by both the Contractor and the Engineer 1 -05.5 Survey Monuments (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 1- 05.6(1) Testing (New Section) The following new section shall be added to the Standard Specifications The Contractor shall be responsible for scheduling and paying for all material and compaction testing required by these Construction Standards for new public works improvements. The cost of testing shall be considered incidental to the various bid items 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 or City for review and approval prior to the preconstruction conference The testing service shall provide copies of all test results to the Engineer immediately after completion of the test. The testing frequencies listed below may be modified to assure compliance with the Specifications. Trench Backfill Copies of moisture - density curves for each type of material encountered and copies of all test results shall be provided to the Engineer as construction progresses. 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 mainline 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 The Engineer may request additional tests be performed at the Contractor's expense, if test results do not meet the required trench backfill densities. All trenches shall be backfilled and compacted to at least 95 percent of maximum density as determined by ASTM D 1557 (Modified Proctor) G: \PROJECTS\2013 \13044 \13044 Specs.docx 6 -18 1 1 CONSTRUCTION STAKING REQUEST FORM FAX TO ERIC HERZOG, P.L:S at (509) 965 -3800 or e-mail to eherzog @hlacivil com Project Name. CITY OF YAKIMA Project No 13044 TIETON DRIVE SANITARY SEWER REPLACEMENT Contractor: Date of Request: Time of Request The Contractor shall provide at least three (3) working days notice as required by the Contract Special Provisions. WHEN REQUIRED ITEM DESCRIPTION STATION TO STATION DATE TIME 1 2 Vic? 4 SIGNATURES Contractor Huibregtse, Louman Associates, Inc., (HLA) GAPROJECTS\2013\1 3044\1 3044 Specs.docx M-M STAKING COMPLETED Item By Date /Time 1 2 3. 4. Ballast and Crushed Surfacin Copies of the moisture density curves and gradation for each type of material incorporated into the project and copies of all test results shall be provided to the Engineer as construction progresses. ' 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 1,000 square feet of surface area for each lift of ballast or crushed surfacing ' The Engineer or City may request additional tests be performed at the Contractor's expense, if test results do not meet the required densities. Compaction of ballast and crushed surfacing shall be as specified in Section 2 -03 3(14) Asphalt Paving Copies of the reference maximum density test for each class of Hot Mix Asphalt 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 1,000 square feet of surface area for each lift of asphalt concrete pavement. The Engineer or City may request additional tests be performed at the Contractor's expense, if test results do not meet the required densities ' Compaction of Hot Mix Asphalt pavement shall be as specified in Section 5 -04 3(10)A. 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 IG: \PROJECTSQ013 \13044 \13044 Specs.dou 6 -20 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 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. 1 -05.11 Final Inspection Delete this section and replace it with the following 1 -05.11 Final Inspections and Operational Testing (October 1, 2005 APWA GSP) 1- 05.11(1) Substantial Completion Date When the Contractor considers the work to be substantially complete, the Contractor shall so notify the Engineer and request the Engineer establish the Substantial Completion Date The Contractor's request shall list the specific items of work that remain to be completed in order to reach physical completion The Engineer will schedule an inspection of the work with the Contractor to determine the status of completion The Engineer may also establish the Substantial Completion Date unilaterally If, after this inspection, the Engineer concurs with the Contractor that the work is substantially complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the Substantial Completion Date If, after this inspection the Engineer does not consider the work substantially complete and ready for its intended use, the Engineer will, by written notice, so notify the Contractor giving the reasons 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 GAPROJECTS\2013\1 3044\1 3044 Specs.docx 6 -21 vigorously, diligently, and without interruption until physical completion of the listed deficiencies This process will continue until the Engineer is satisfied the listed deficiencies have been corrected If action to correct the listed deficiencies is not initiated within 7 days after receipt of the written notice ' listing the deficiencies, the lEngineer may, upon written notice to the Contractor, take whatever steps are necessary to correct those deficiencies pursuant to Section 1 -05 7 ' The Contractor will not be allowed an extension of contract time because of a delay in the performance of the work attributable to the exercise of the Engineer's right hereunder Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting ' Agency, in writing, of the date upon which the work was considered physically complete That date shall constitute the Physical Completion Date of the contract, but shall not imply acceptance of the work or that all the obligations of the Contractor under the contract have been fulfilled ' 1- 05.11(3) Operational Testing It is the intent of the Contracting Agency to have at the Physical Completion Date a complete and ' operable system Therefore when the work involves the installation of machinery or other mechanical equipment; street lighting, electrical distribution or signal systems, irrigation systems, buildings, or other similar work it may be desirable for the Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the physical completion date. Whenever items of work are listed in the Contract Provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment which prove faulty, or that are not in first class operating condition Equipment, electrical controls, meters, or other devices and equipment to be tested during ' this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing, shall be included in the unit contract prices related to the system being tested, unless specifically set forth otherwise in the proposal Operational and test periods, when required by the Engineer, shall not affect a manufacturer's guaranties or warranties furnished under the terms of the contract 1 -05.13 Superintendents, Labor and Equipment of Contractor (March 25, 2009 APWA GSP) ' Revise the seventh paragraph to read* Whenever the Contracting Agency evaluates the Contractor's qualifications pursuant to Section 1- 02.14, it will take these performance reports into account. ' 1 -05.15 Method of Serving Notices (March 25, 2009 APWA GSP) Revise the second paragraph'to read - All correspondence from the Contractor shall be directed to the Project Engineer. All correspondence from the Contractor constituting any notification, notice of protest, notice of dispute, or other correspondence constituting notification required to be furnished under the Contract, must be in paper ' copies such as a -mails or electronically delivered copies of notice and will not comply with the requirements of the Contr: G- \PROJECTS\2013 \13044 \13044 Specs.dou 6 -22 Add the following new section 1 -05.16 Water and Power (October 1, 2005 APWA GSP) The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the contract includes power and water as a pay item Add the following new section- 1 -05.17 Oral Agreements (October 1, 2005 APWA GSP) No oral agreement or conversation with any officer, agent, or employee of the Contracting Agency, either before or after execution of the contract, shall affect or modify any of the terms or obligations contained in any of the documents comprising the contract. Such oral agreement or conversation shall be considered as unofficial information and in no way binding upon the Contracting Agency, unless subsequently put in writing and signed by the Contracting Agency. 1 -06 CONTROL OF MATERIAL 1- 06.1(4) Fabrication Inspection Expense (June 27, 2011 APWA GSP) Delete this section in its entirety 1 -07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1 -07.1 Laws to be Observed (October 1, 2005 APWA GSP) Supplement this section with the following. In cases of conflict between different safety regulations, the more stringent regulation shall apply The Washington State Department of Labor and Industries shall be the sole and paramount administrative agency responsible for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA) The Contractor shall maintain at the project site office, or other well known place at the project site, all articles necessary for providing first aid to the injured. The Contractor shall establish, publish, and make known to all employees, procedures for ensuring immediate removal to a hospital, or doctor's care, persons, including employees, who may have been injured on the project site Employees should not be permitted to work on the project site before the Contractor has established and made known procedures for removal of injured persons to a hospital or a doctor's care The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the Contractor's plant, appliances, and methods, and for any damage or injury resulting from their failure, or improper maintenance, use, or operation The Contractor shall be solely and completely responsible for the conditions of the project site, including safety for all persons and property in the performance of the work. This requirement shall apply continuously, and not be limited to normal working hours. The required or implied duty of the Engineer to conduct construction review of the Contractor's performance does not, and shall not, be intended to include review and adequacy of the Contractor's safety measures in, on, or near the project site GAPROJECTS\2013\1 3044\1 3044 Specs.dou 6 -23 1 -07.2 State Taxes Delete this section, including its sub- sections, in its entirety and replace it with the following. ' 1 -07.2 State Sales Tax (June 27, 2011 APWA GSP) ' The Washington State Department of Revenue has issued special rules on the State sales tax. Sections 1 -07 2(1) through 1- 07.2(3) are meant to clarify those rules The Contractor should contact the Washington State Department of Revenue for answers to questions in this area The Contracting Agency will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability. ' The Contractor shall include all Contractor -paid taxes in the unit bid prices or other contract amounts In some cases, however, state retail sales tax will not be included Section 1- 07.2(2) describes this ' exception The Contracting Agency will pay the retained percentage (or release the Contract Bond if a FHWA- funded Project) only if the Contractor has obtained from the Washington State Department of ' Revenue a certificate showing that all contract - related taxes have been paid (RCW 60.28 051) The Contracting Agency may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of Revenue, whether the amount owed relates to this contract ' or not. Any amount so deducted will be paid into the proper State fund 1- 07.2(1) State Sales Tax - Rule 171 ' WAC 458 -20 -171, and its related rules, apply to building, repairing, or improving streets, roads, etc., which are owned by a municipal corporation, or political subdivision of the state, or by the United States, and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included as a part of the street or road drainage system and power lines when such are part of the roadway lighting system. For work performed in such cases, the Contractor shall include Washington State Retail Sales Taxes in the various unit bid item prices, or other contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the work. 1- 07.2(2) State Sales Tax - Rule 170 WAC 458 -20 -170, and its related rules, apply to the constructing and repairing of new or existing buildings, or other structures, upon real property. This includes, but is not limited to, the construction of streets, roads, highways, etc., owned by the state of Washington, water mains and their appurtenances, sanitary sewers and sewage disposal systems unless such sewers and disposal systems are within, and a part of, a street or road drainage system, telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of a street or road lighting system; and installing or attaching of any article of ' tangible personal property in or to real property, whether or not such personal property becomes a part of the realty by virtue of installation ' For work performed in such cases, the Contractor shall collect from the Contracting Agency, retail sales tax on the full contract price The Contracting Agency will automatically add this sales tax to each payment to the Contractor For this reason, the Contractor shall not include the retail sales tax in the unit bid item prices, or in any other contract amount subject to Rule 170, with the following exception. Exception, The Contracting Agency will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit bid item prices or in any other contract amount. L -1 IG: \PROJECTS\2013 \13044 \13044 Specs.dou 6 -24 1- 07.2(3) Services The Contractor shall not collect retail sales tax from the Contracting Agency on any contract wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 244) 1 -07.6 Permits and Licenses This section is supplemented with the following. No hydraulic permits are required for this project unless the Contractor's operations use, divert, obstruct, or change the natural flow or bed of any river or stream, or utilize any of the waters of the State or materials from gravel or sand bars, or from stream beds 1 -07.13 Contractor's Responsibility for Work 1- 07.13(3) Relief of Responsibility for Damage by Public Traffic Delete this section in its entirety and replace with the following 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 -07.17 Utilities and Similar Facilities This section is supplemented with the following- 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 number of utility companies known or suspected of having facilities within the project limits are supplied for the Contractor's convenience City of Yakima Wastewater Collections City of Yakima Water Division Yakima County Surface Water Division Centuryl-ink Pacific Power Cascade Natural Gas Charter Communications Eschelon Telecom, Inc. 204 West Pine Street, Yakima, WA 98902 (509) 576 -6302 2301 Fruitvale Boulevard, Yakima, WA 98902 (509) 575 -6196 128 N 2nd Street, Yakima, WA 98901 (509) 574 -2300 8 South 2 d Ave., Rm. 304, Yakima, WA 98902 (509) 575 -7185 500 North Keys Rd, Yakima, WA 98901 (509) 575 -3158 701 South First Ave., Yakima, WA 98902 (509) 457 -8176 1005 North 16th Ave, Yakima, WA 98902 (509) 494 -7715 2002 West Valley Hwy, Auburn, WA 98001 (425) 392 -6412 Locations and dimensions shown on the Plans for existing facilities are in accordance with available information obtained without uncovering, measuring, or other verification. It shall be the Contractor's responsibility to investigate the presence and location of all utilities prior to bid opening and to assess their impacts on his construction activities The Contractor shall call the Utility Notification Center (One Call Center) for field location, not less than two or more than ten business days before the scheduled date for commencement of excavation which may affect underground utility facilities, unless otherwise agreed upon by the parties involved A business day is defined as any day other than Saturday, Sunday, or a legal local, state, or federal holiday The telephone number for the One Call Center for this project is 1- 800 - 424 -5555. If no one - number locator service is available, notice shall be provided individually by the Contractor to those owners known to or suspected of having underground facilities within the area of proposed excavation G \PROJECTS\2013\1 3044\1 3044 Specs.docx 6 -25 �i 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 existing utility locations, along with familiarizing himself with plans and schedules for the installation of new, relocated, or adjusted utilities. Both public and private utility organizations, along withl, private contractors working for these organizations, may be doing utility installations within the area. The proposed construction work must be coordinated with these utility installations. The Contractor shall arrange with the owners and operators of the respective utility systems to mark the locations and, if necessary or prudent, to expose the existing utilities prior to construction of the facilities contained in this Contract. The Contractor shall coordinate his work with other contractors who may be working in the project area and cooperate with them. 1 -07.18 Public Liability and Property Damage Insurance Delete this section in its entirety, and replace it with the following' Within ten (10) days following contract award or prior to start of construction, whichever comes first, the Contractor shall furnish the Owner a Certificate of Insurance and the additional insured endorsements as evidence of compliance with these requirements. This certificate shall name the CITY OF YAKIMA, its employees, agents, elected and appointed officials, Huibregtse, Louman Associates, Inc., (HLA), as' "additional insureds" and shall stipulate that the policies named thereon cannot be canceled unless at least forty -five (45) days written notice has been given to the Owner The certificate shall not contain the following or similar wording regarding cancellation notification - "Failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents, or representatives " The Contractor shall obtain and keep in force the following policies of insurance The policies shall be with companies or through sources approved by the State Insurance Commissioner pursuant to Chapter 48 05, RCW Unless otherwise indicated below, the policies shall be kept in force from the execution date of the contract until the date of acceptance by the Owner 1 Commercial General Liability Insurance written under ISO Form CG0001 or one year equivalent with minimum limits of $3,000,000 per occurrence and in the aggregate for each policy period. Products and completed operations coverage shall be provided for a period of three years following substantial completion of work. 2. Commercial Automobile Liability Insurance providing bodily injury and property damage liability coverage for all owned and non -owned vehicles assigned to or used in the performance of the work with a combined single limit of not less than $3,000,000 each occurrence with the Owner named as an additional insured in connection with the Contractor's Performance of the contract. The Commercial General Liability policy and the Commercial Automobile Liability Insurance policy may, at the discretion of the Contractor, contain such provisions. If a deductible applies to any claim under these policies, then payment of that deductible will be the responsibility of the Contractor, notwithstanding any claim of liability against the Contracting Agency However in no event shall any provision for a deductible provide for a deductible in excess of $50,000 00 Prior to contract execution, the Contractor shall file with the Engineer ACORD Form Certificates of Insurance evidencing the minimum insurance coverages required under these specifications. All insurance policies and Certificates of Insurance shall include a requirement providing for a minimum of 45 days prior written notice to the Contracting Agency of any cancellation or reduction of coverage. All insurance coverage required by this section shall be written and provided by "occurrence- based" policy forms rather than by "claims made" forms. IGIPROJECTS\2013 \13044 \13044 Specs.docx 6 -26 Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract upon which the Contracting Agency may, after giving five working days notice to the Contractor to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the Contracting Agency on demand, or at the sole discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting Agency All costs for insurance, including any payments of deductible amounts, shall be considered incidental to and included in the unit contract prices and no additional payment will be made The Contractor is responsible for all his subcontractors' actions and omissions. 1 -07.23 Public Convenience and Safety 1- 07.23(1) Construction Under Traffic Add the following after the third sentence of the second paragraph- Deficiencies not caused by the Contractor's operations shall be repaired by the Contractor when directed by the Engineer, at the Contracting Agency's expense Replace item 2. of the second paragraph with the following 2. Keep existing traffic signal and lighting systems in operation as the work proceeds (The Contracting Agency will continue the route maintenance on such system ) Add the following to the third paragraph. The Contractor shall maintain vehicular and pedestrian access to businesses at all times that businesses are open 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 Add the following paragraph It shall be the responsibility of the Contractor to seek the approval of and notify the Resident Engineer and the Police and Fire Departments at least 24 hours prior to closing any street, in addition to correlating the proposed closures with the Contracting Agency to ensure proper detouring of traffic. When the street is re- opened, it shall again be the responsibility of the Contractor to notify the above named departments and persons. In addition, the Contractor shall notify Yakima Transit (509) 575 -6175 at least one (1) week in advance prior to closing any street or restricting transit routes, in addition to correlating the proposed closures with the Contracting Agency to ensure proper detouring of traffic. The Contractor will be authorized to close Tieton Drive during approved working hours, but must provide a detour plan for review by the Contracting Agency prior to such authorization Access must be provided to local businesses and residences within the project limits at all times. All work shall be completed by 6.00 a.m each morning, including backfill, cold mix asphalt surfacing, and temporary pavement markings, to allow unrestricted use of roadways For closure between South 40th Avenue and South 38th Avenue along Tieton Drive, the City has authorized use of the following streets for detour • South 40th Avenue • Nob Hill Boulevard • South 32nd Avenue • West Chestnut Avenue GAPROJECTS\2013\1 3044\1 3044 Specs.docx 6 -27 All work shall be completed between the hours of 7 00 p m. and 6 00 a.m , Sunday night through Thursday night. 1- 07.23(2) Construction and Maintenance of Detours Add the following to the third paragraph. The Contractor shall maintain vehicular and pedestrian access to businesses at all times that businesses are open, unless work is occurring immediately in front of the doorwaydriveway. It shall be the responsibility of the Contractor to maintain pedestrian traffic and business access throughout the duration of the project. "At a minimum, the Contractor shall: 1 Minimize the disruption in front of the business access by removing sidewalk on either side of the access and leaving the existing sidewalk in place as long as possible and, likewise, shall sequence the installation of the new sidewalk to provide access to the business, 2. Provide gravel surfacing (crushed surfacing top course) access across the construction area to the door of the business; 3. Provide boardwalks and bridging where gravel surfacing cannot be provided or, by the nature of the business or where directed by the Engineer, wheeled access by strollers and wheelchairs is critical to the business and cannot be provided through the gravel surfacing, 4 Provide temporary, sidewalk signs directing pedestrians through the construction, notifying pedestrians of alternative routes, and directing pedestrians to businesses where means of access is not obvious, and 5 Adjusting times of construction immediately in front of a business access to times of the day when the business is closed, or business activity is light. For example, construction in front of a deli would be restricted during the lunch hour 6 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 7. Local access shall be maintained to the residents within the project limits at all times. 1 -07.24 Rights of Way Delete this section in its entirety, and replace it with the following Street right -of -way lines, limits of easements, and limits of construction permits are indicated in the Plans The Contractor's construction activities shall be confined within these limits, unless arrangements for use of private property are made. Generally, the Contracting Agency will have obtained, prior to bid opening, all rights of way and easements, both permanent and temporary, necessary for carrying out the work. Exceptions to this are noted in the Bid Documents or will be brought to the Contractor's attention by a duly issued Addendum IG: \PROJECTS\2013 \13044 \13044 Specs.docx 6 -28 For closure at South 40th Avenue and Tieton Drive intersection, the City has authorized use of the following streets for detour- West Chestn4Avenue • South 45th Avenue • West Walnut Street • South 44th Avenue • West Arlington Street • South 40th Avenue • Webster Avenue • South 38th Avenue • Tieton Drive • South 36th Avenue All work shall be completed between the hours of 7 00 p m. and 6 00 a.m , Sunday night through Thursday night. 1- 07.23(2) Construction and Maintenance of Detours Add the following to the third paragraph. The Contractor shall maintain vehicular and pedestrian access to businesses at all times that businesses are open, unless work is occurring immediately in front of the doorwaydriveway. It shall be the responsibility of the Contractor to maintain pedestrian traffic and business access throughout the duration of the project. "At a minimum, the Contractor shall: 1 Minimize the disruption in front of the business access by removing sidewalk on either side of the access and leaving the existing sidewalk in place as long as possible and, likewise, shall sequence the installation of the new sidewalk to provide access to the business, 2. Provide gravel surfacing (crushed surfacing top course) access across the construction area to the door of the business; 3. Provide boardwalks and bridging where gravel surfacing cannot be provided or, by the nature of the business or where directed by the Engineer, wheeled access by strollers and wheelchairs is critical to the business and cannot be provided through the gravel surfacing, 4 Provide temporary, sidewalk signs directing pedestrians through the construction, notifying pedestrians of alternative routes, and directing pedestrians to businesses where means of access is not obvious, and 5 Adjusting times of construction immediately in front of a business access to times of the day when the business is closed, or business activity is light. For example, construction in front of a deli would be restricted during the lunch hour 6 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 7. Local access shall be maintained to the residents within the project limits at all times. 1 -07.24 Rights of Way Delete this section in its entirety, and replace it with the following Street right -of -way lines, limits of easements, and limits of construction permits are indicated in the Plans The Contractor's construction activities shall be confined within these limits, unless arrangements for use of private property are made. Generally, the Contracting Agency will have obtained, prior to bid opening, all rights of way and easements, both permanent and temporary, necessary for carrying out the work. Exceptions to this are noted in the Bid Documents or will be brought to the Contractor's attention by a duly issued Addendum IG: \PROJECTS\2013 \13044 \13044 Specs.docx 6 -28 Whenever any of the work is accomplished on or through property other than public right of way, the Contractor shall meet and fulfill all covenants and stipulations of any easement agreement obtained by the Contracting Agency from the owner of the private property. Copies of the easement agreements may be included in the Contract Provisions or made available to the Contractor as soon as practical after they have been obtained by the Engineer Whenever easements or rights of entry have not been acquired prior to advertising, these areas are so noted in the Plans. The Contractor shall not proceed with any portion of the work in areas where right of way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry has been received If the Contractor is delayed due to acts of omission on the part of the Contracting Agency in obtaining easements, rights of entry or right of way, the Contractor will be entitled to an extension of time The Contractor agrees that such delay shall not be a breach of contract. Each property owner shall be given 48 hours notice prior to entry by the Contractor This includes entry onto easements and private property where private improvements must be adjusted The Contractor shall be responsible for providing, without expense or liability to the Contracting Agency, any additional land and access thereto that the Contractor may desire for temporary construction facilities, storage of materials, or other Contractor needs. No vehicles, equipment, supplies or materials may be parked or stored on private property unless a written agreement between the Contractor and property owner is executed and provided to the Engineer prior to construction. However, before using any private property, whether adjoining the work or not, the Contractor shall file with the Engineer a written permission of the private property owner, and, upon vacating the premises, a written release from the property owner of each property disturbed or otherwise interfered with by reasons of construction pursued under this contract. The statement shall be signed by the private property owner, or proper authority acting for the owner of the private property affected, stating that permission has been granted to use the property and all necessary permits have been obtained or, in the case of a release, that the restoration of the property has been satisfactorily accomplished The statement shall include the parcel number, address, and date of signature. Written releases must be filed with the Engineer before the Completion Date will be established. 1 -07.28 Safety Standards (New Section) The following new section shall be added to the Standard Specifications All work shall be performed in accordance with all applicable local, state, and federal health and safety codes, standards, regulations, and /or accepted industry standards. It shall be the responsibility of the Contractor to ensure that his work force and the public are adequately protected against any hazards. The Contracting Agency shall have the authority at all times to issue a stop work order at no penalty to the Contracting Agency if, in its opinion, working conditions present an undue hazard to the public, property, or the work force Such authority shall not, however, relieve the Contractor of responsibility for the maintenance of safe working conditions or assess any responsibility to the Contracting Agency or Engineer for the identification of any or all unsafe conditions 1 -07.29 Notifying Property Owners (New Section) The following new section shall be added to the Standard Specifications When construction activities will take place on private property and /or affect ingress and egress to a property along the project alignment, the Contractor shall be responsible for notifying the occu- pant/occupants of the property 48 hours prior to the construction activity beginning If personal contact with the occupant is not possible, the Contractor shall leave written notification Property owner notification requirements shall be coordinated with the Owner G.\PROJECTS\2013\1 3044\1 3044 Specs.dou 6 -29 a Where side sewers will be installed as part of construction activities, the Contractor shall be responsible for notifying ' occupant/occupants of the property 48 hours prior to the construction beginning, and coordinating any temporary service interruptions with occupant/occupants, specifically at 3803 Tieton Drive and 3,801 Tieton Drive 1 -08 PROSECUTION AND PROGRESS Add the following new section: 1 -08.0 Preliminary Matters (May 25, 2006 APWA GSP) Add the following new section 1- 08.0(1) Preconstruction Conference (October 10, 2008 APWA GSP) Prior to the Contractor beginning the work, a preconstruction conference will be held between the Contractor, the Engineer and such other interested parties as may be invited. The purpose of the preconstruction conference will be 1 To review the initial progress schedule; 2 To establish a working understanding among the various parties associated or affected by the work; 3 To establish and review procedures for progress payment, notifications, approvals, submittals, etc., 4 To establish normal working hours for the work; 5 To review safety standards and traffic control; and 6. To discuss such other related items as may be pertinent to the work. The Contractor shall prepare and submit at the preconstruction conference the following. 1 A breakdown of all jump sum items, 2. A preliminary schedule of working drawing submittals; and 3 A list of material sources for approval if applicable Add the following new section: 1- 08.0(2) Hours of Work Except in the case of emergency or unless otherwise approved by the Contracting Agency, the normal straight time working hours for the Contract shall be any consecutive 8 -hour period between 7:00 p m and 6 00 a.m of a working day with a maximum 1 -hour lunch break and a 5 -day work week. The normal straight time 8 -hour working period for the Contract shall be established at the preconstruction conference or prior to the Contractor commencing the work. Written permission from the Engineer is required, if a Contractor desires to perform work on holidays, Friday nights or Saturday nights, before 7 00 p m or after 6.00 a.m on any day; or longer than an 8- hour period on any day The Contractor shall apply in writing to the Engineer for such permission, no later than noon on the working day prior to the day for which the Contractor is requesting permission to work. Permission to work Friday nights, Saturday nights, holidays, or other than the agreed upon normal straight time working hours Sunday night through Thursday night may be given subject to certain other conditions set forth by the Contracting Agency or Engineer These conditions may include but are not limited to: • The Engineer may require designated representatives to be present during the work. Representatives who may be deemed necessary by the Engineer include, but are not limited to: survey crews, personnel from the Contracting Agency's, material testing lab, inspectors, ,,GAPROJECTS\2013\1 3044\1 3044 Specs.dou 6 -30 and other Contracting Agency employees when in the opinion of the Engineer, such work necessitates their presence On non - Federal aid projects, requiring the Contractor to reimburse the Contracting Agency for the costs in excess of straight -time costs for Contracting Agency representatives who worked during such times • Considering the work performed on Saturdays, Sundays, and holidays as working days with regard to the contract time • Considering multiple work shifts as multiple working days with respect to contract time, even though the multiple shifts occur in a single 24 -hour period Add the following new section. 1- 08.0(3) Reimbursement for Overtime Work of Contracting Agency Employees Where the Contractor elects to work on a Friday night, Saturday night, or holiday, or longer than an 8- hour work shift on a regular working day, as defined in the Standard Specifications, such work shall be considered as overtime work. On all such overtime work an inspector will be present, and a survey crew may be required at the discretion of the Engineer. In such case, the Contracting Agency may deduct from amounts due or to become due to the Contractor for the costs in excess of the straight -time costs for employees of the Contracting Agency required to work overtime hours. The Contractor by these specifications does hereby authorize the Engineer to deduct such costs from the amount due or to become due to the Contractor 1 -08.1 Subcontracting - D /M/WBE Reporting (October 10, 2008 APWA GSP; may not be used on FHWA- funded projects) Revise the eighth paragraph to read. On all projects funded with Contracting Agency funds only, the Contractor shall certify to the actual amounts of Disadvantaged, Minority, or Women's Business Enterprise firms that were used as subcontractors, lower tier subcontractors, manufacturers, regular dealers, or service providers on the Contract. This certification shall be submitted to the Engineer, on the Personnel Inventory Form as Provided by the Engineer at the Preconstruction Meeting within 20 calendar days after physical completion of the Contract. This section is supplemented with the following The Contractor shall submit a "Request to Sublet Work" form, found on the following page, to the Engineer for review prior to the identified subcontractor beginning any work on the project. 1 -08.3 Progress Schedule Delete the entire section and replace it with the following Following Contract award and satisfactory provision or execution of all required Contract Documents, the Engineer will schedule a preconstruction conference at a time mutually agreeable to all concerned At this conference, all points of the Contract Documents will be open to discussion including scope, order and coordination of work, equipment lead time required, means and methods of construction, inspection and reporting procedures, etc. The Contractor should satisfy himself that all provisions and intentions of the Contract are fully understood. The Contractor shall prepare and submit to the Engineer at the preconstruction conference a Construction Progress and Completion Schedule using a bar graph format. Items in the Schedule shall be arranged in the order and sequence in which they will be performed The Schedule shall conform to the working time and time of completion established under the terms of the Contract and GAPROJECTS\2013\1 3044\1 3044 Specs.docx 6 -31 1 1 1 Ir' I'll I 1, PI 1 I► Washington State Department of Transportation Request to Sublet Work ❑ Subcontractor ❑ Lower Tier Subcontractor ❑ DBE Prime Contractor Federal Employer I.D. Number* State Contract Number Job Description (Title) it Request Number Re q Approval is Requested to Sublet the Following Described Work to: Subcontractor or Lower Tier Subcontractor Unified Business Identifier (UBI) Federal Employer I.D. Number* Address i Telephone Number City State Zip Code Estimated Starting Date If Lower Tier Subcontractor, ID of Corresponding Subcontractor * If no Federal Employer /.D Number, Use Owner's Social Security Number Item No. Partial Item Description Amount I understand and will insure that the subcontractor will comply fully with the plans and specifications under which this work is being performed. j Prime Contractor Signature Date Department of Transportation Use Only Percent of Total Contract This Request % Previous Requests % Sublet to Date % DBE Status Verification Project Engineer's Signature Ij ❑ Approved Date Approved - Region Construction Engineer (When Required) Date DOT Form 421 -012 EF Distribution: White (Original) - Region Canary (Copy) - Project Engineer Pink (Copy) - Contractor Revised 11/2009 r 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 rConstruction Progress Schedule shall be continuously updated and, if necessary, redrawn upon the first working day of each month or upon issuance of any Change Order which substantially affects the scheduling Copies (2 prints or 1 reproducible) of newly updated Schedules shall be forwarded to the Engineer, as directed, immediately upon preparation Seasonal weather conditions shall be considered in the planning and scheduling of work influenced by high or low ambient temperature or precipitation to ensure the completion of the work within the Contract Time No time extensions will be granted for the Contractor's failure to take into account such weather conditions for the location of the work and for the period of time in which the work is to be accomplished 1 -08.4 Prosecution of Work Delete this section in its entirety, and replace it with the following 1 -08.4 Notice to Proceed and Prosecution of Work I�Notice to Proceed will be given after the Contract has been executed and the contract bond and evidence of insurance have been approved and filed by the Contracting Agency. The Contractor shall not commence with the work until the Notice to Proceed has been given by the Engineer The Contractor shall commence construction activities on the project site within ten days of the Notice to Proceed Date, unless otherwise approved in writing The Contractor shall diligently pursue the work to the physical completion date within the time specified in the Contract. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the Contract. i.� 1 -08.5 Time for Completion Add the following to the first paragraph �r Fifteen (15) working days after the date set forth in the Notice To Proceed shall be allowed for completion of all Contract work. Add the following paragraph after the second paragraph Inclement weather shall not be a prima facie reason for the granting of an extension of time and the P 9 9 , Contractor shall make every effort to continue work under prevailing conditions The Owner may, however, grant an extension of time if an unavoidable delay as a result of inclement weather in fact occurs, and such shall then be classified as a "delay" An "inclement" weather delay day is defined as a day on which the Contractor is prevented by inclement weather or conditions resulting immediately therefrom adverse to the current controlling operation or critical path activity, as determined by the Resident Engineer, from proceeding with at least 75 percent of the normal labor and equipment force engaged on such operation for at least 60 percent of the total daily time ime being currently spent on the controlling operation or critical path activity Revise the third and fourth paragraphs to read Contract time shall begin on the first working day following the Notice to Proceed Date Each working day shall be charged to the contract as it occurs, until the contract work is physically complete If substantial completion has been granted and all the authorized working days have been used, charging of working days will cease Each week the Engineer will provide the Contractor a statement that shows the number of working days. (1) charged to the contract the week before; (2) specified for the physical completion of the contract; and (3) remaining for the physical completion of the contract. The statement will also show the nonworking days and any partial or whole day the Engineer declares as unworkable. Within 10 calendar days after the date of each statement, the Contractor shall file a written protest of any alleged discrepancies in it. To be considered by the G: \PROJECTS\2013 \13044 \13044 Specs.dou 6 -33 Engineer, the protest shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of time disputed By not filing such detailed protest in that period, the Contractor shall be deemed as having accepted the statement as correct. If the Contractor elects to work 10 hours a day and 4 days a week (a 4 -10 schedule) and the fifth day of the week in which a 4 -10 shift is worked would ordinarily be charged as a working day then the fifth day of that week will be charged as a working day whether or not the Contractor works on that day. Revise the sixth paragraph to read The Engineer will give the Contractor written notice of the completion date of the contract after all the Contractor's obligations under the contract have been performed by the Contractor The following events must occur before the Completion Date can be established 1 The physical work on the project must be complete; and 2. The Contractor must furnish all documentation required by the contract and required by law, to allow the Contracting Agency to process final acceptance of the contract. The following documents must be received by the Project Engineer prior to establishing a completion date: a. Certified Payrolls b. Material Acceptance Certification Documents c. Personnel Inventory Form d. Final Contract Voucher Certification e. Property owner releases per Section 1 -07.24 1 -08.7 Maintenance During Suspension (October 1, 2005 APWA GSP) Revise the second paragraph to read At no expense to the Contracting Agency, the Contractor shall provide through the construction area a safe, smooth, and unobstructed roadway, sidewalk, and path for public use during suspension (as required in Section 1 -07.23 or the Special Provisions). This may include a temporary road or detour 1 -08.9 Liquidated Damages The provisions of Section 1 -08 9 of the Standard Specifications shall be modified as follows Because the Contracting Agency finds it impractical to calculate the cost of damages, it will use the following: If the Contract work is not completed within the times specified in Section 1 -08 5, the Contractor agrees to pay the Owner the sum of $3,000 00 per day for each and every calendar day said work remains uncompleted after expiration of the specified date 1- 08.10(1) Termination for Default In the last sentence of the fifth paragraph, replace "State of Washington, Department of Transportation" with "Contracting Agency " GAPROJECTS\2013\1 3044\1 3044 Specs.docx 6 -34 1 -09 MEASUREMENT AND PAYMENT 1- 09.2(1) General Requirements for Weighing Equipment This section is supplemented with the following: Certified weight tickets accompanying each truckload of material will be required to be delivered to the Resident Engineer at the site Should the Inspector or Material Receiver be unavailable, it shall be the responsibility of the Contrac- tor's project superintendent to collect all said certified tickets for the day and deliver them to the Inspector the morning following the day's construction. The certified tickets shall have the project name, date, time, product delivered, gross weight, tare weight, and net weight shown in pounds Any certified weight tickets submitted later than the morning following the day materials are delivered to the site will not be considered for measurement and payment. 1- 09.2(3) Specific Requirements for Platform Scales This section is supplemented with the following- The Contractor will furnish, a person, at no cost to the Contracting Agency, who will operate the certified scales while the loading and hauling of materials is in progress. The Contractor shall provide the platform scales and any tickets required for self - printing scales. 1 -09.3 Scope of Payment This section is supplemented with the following- Payment for work performed under this Contract will be based on the items listed in the Bid Schedule Should a conflict exist between the item descriptions or the units of measurement and payment listed in the Bid Schedule and the "Payment" clauses found in each Section of the Standard Specifications, the Bid Schedule items will prevail If work is required to complete the project according to the intent of the Plans and Specifications but no bid item is provided in the Bid Schedule, then the Contractor shall include the cost for providing the necessary work in the unit or lump sum price for the bid item most closely related to the work. 1 -09.4 Equitable Adjustment Replace Item 2.b with the following 2 b Per Section 1 -09.6, Force Account. 1 -09.6 Force Account 1 (October 10, 2008 APWA GSP) Supplement this section with the following- The Contracting Agency has estimated and included in the Proposal, dollar amounts for all items to be paid per force account, only to provide a common proposal for Bidders All such dollar amounts are to become a part of Contractor's total bid However, the Contracting Agency does not warrant expressly or by implication that the actual amount of work will correspond with those estimates Payment will be made on the basis of the amount of work actually authorized by Engineer. Add the following clarification The term "project overhead" shall include "jobsite overhead." The term "general company overhead" shall include "home office overhead " GAPROJECTW013\1 3044\1 3044 Specs.docx 6 -35 1 -09.9 Payments Delete the first four paragraphs and replace them with the following- The basis of payment will be the actual quantities of work performed according to the Contract and as specified for payment. The Contractor shall submit a breakdown of the cost of lump sum bid items at the Preconstruction Conference, to enable the Project Engineer to determine the work performed on a monthly basis A breakdown is not required for lump sum items that include a basis for incremental payments as part of the respective Specification Absent a lump sum breakdown, the Project Engineer will make a determination based on information available The Project Engineer's determination of the cost of work shall be final. Progress payments for completed work and material on hand will be based upon progress estimates prepared by the Engineer A progress estimate cutoff date will be established at the preconstruction conference The initial progress estimate will be made not later than 30 days after the Contractor commences the work, and successive progress estimates will be made every month thereafter until the Completion Date. Progress estimates made during progress of the work are tentative, and made only for the purpose of determining progress payments. The progress estimates are subject to change at any time prior to the calculation of the final payment. The value of the progress estimate will be the sum of the following. 1 Unit Price Items in the Bid Form — the approximate quantity of acceptable units of work completed multiplied by the unit price 2 Lump Sum Items in the Bid Form — based on the approved Contractor's lump sum breakdown for that item, or absent such a breakdown, based on the Engineer's determination 3 Materials on Hand — 100 percent of invoiced cost of material delivered to job site or other storage area approved by the Engineer, less items previously installed 4 Change Orders — entitlement for approved extra cost or completed extra work as determined by the Engineer Progress payments will be made in accordance with the progress estimate less: 1. Retainage per Section 1 -09 9(1), on non FHWA- funded projects; 2 The amount of progress payments previously made, and 3. Funds withheld by the Contracting Agency for disbursement in accordance with the Contract Documents Progress payments for work performed shall not be evidence of acceptable performance or an admission by the Contracting Agency that any work has been satisfactorily completed The determination of payments under the contract will be final in accordance with Section 1 -05 1 Payments will be made by warrants, issued by the Contracting Agency's fiscal officer, against the appropriate fund source for the project. Payments received on account of work performed by a subcontractor are subject to the provisions of RCW 39 04.250 The Contracting Agency has up to 45 calendar days after the progress estimate to issue the progress payment to the Contractor The estimate cutoff date discussed above shall be the last working day of each month. The Contractor shall submit his signed Application for Payment within three (3) working days of the estimate cutoff date After the application for payment is reviewed by the Engineer, the Engineer will GAPROJECTS\2013\1 3044\1 3044 Specs.dou 6 -36 1� make a recommendation to the Contracting Agency for action at the first available meeting of the governing body that payment be made. Payment to the Contractor will be made within approximately 30 calendar days from said meeting Failure to submit an Application for Payment within the required time may delay action by the Contracting Agency's governing body and further delay payment to the Contractor. 1- 09.9(1) Retainage Add the following to the fourth paragraph. 6 An affidavit is delivered to the Contracting Agency by the Contractor, stating that all persons performing labor or furnishing materials have been paid. 1- 09.9(2) Contracting Agency's Right to Withhold and Disburse Certain Amounts (New Section) The following new section shall be added to the Standard Specifications. In addition to monies retained pursuant to RCW 60.28 and subject to RCW 39 04.250, RCW 39 12, and RCW 39.76, the Contractor authorizes the Engineer to withhold progress payments due or deduct an amount from any payment or payments due the Contractor which, in the Engineer's opinion, may be necessary to cover the Contracting Agency's costs for or to remedy the following situations. 1 Damage to another contractor when there is evidence thereof and a claim has been filed. 2 Where the Contractor has not paid fees or charges to public authorities or municipalities which the Contractor is obligated to pay. 3 Utilizing material,'tested and inspected by the Engineer, for purposes not connected with the Work (Section 1 -05.6) 4. Landscape damage assessments per Section 1 -07 16. 5. For overtime work' performed by Contracting Agency personnel or its representative, per Section 1 -08 0(3) 6 Anticipated or actual failure of the Contractor to complete the work on time a. Per Section 1 -08 9 Liquidated Damage; or b. Lack of construction progress based upon the Engineer's review of the Contractor's approved progress schedule which indicates the work will not be completed within the Contract Time When calculating an anticipated time overrun, the Engineer will make �! allowances for weather delays, approved unavoidable delays, and suspensions of the work. The amount withheld under this subparagraph will be based upon the liquidated damages amount per day set forth in Contract Documents multiplied by the number of days the Contractor's approved progress schedule, in the opinion of the Engineer, indicates the Contract may exceed the Contract Time. 7 Failure of the Contractor to perform any of the Contractor's other obligations under the Contract, including "but not limited to- a Failure of the' ontractor to provide the Engineer with a field office when required by the Contract Provisions. b Failure of the Contractor to protect survey stakes, markers, etc , or to provide adequate survey work as required by Section 1 -05 4 c. Failure of the Contractor to correct defective or unauthorized work (Section 1 -05 7) d Failure of the Contractor to furnish a Manufacturer's Certificate of Compliance in lieu of material testing and inspection as required by Section 1 -06 3 e. Failure to submit weekly payrolls, Intent to Pay Prevailing Wage forms, or correct underpayment to employees of the Contractor or subcontractor of any tier as required by Section 1 -07 9 f. Failure of the Contractor to pay workers' benefits (Title 50 and Title 51 RCW) as required by Section 1 -07 10 g Failure of the Contractor to submit and obtain approval of a progress schedule per Section 1 -08 3 IGAPROJECTS\2013\1 3044\1 3044 Specs.dou 6 -37 The Contractor authorizes the Engineer to act as agent for the Contractor disbursing such funds as have been withheld pursuant to this section to a party or parties who are entitled to payment. Disbursement of such funds, if the Engineer elects to do so, will be made only after giving the Contractor 15 calendar days prior written notice of the Contracting Agency's intent to do so, and if prior to the expiration of the 15- calendar day period 1. No legal action has commenced to resolve the validity of the claims, and 2 The Contractor has not protested such disbursement. A proper accounting of all funds disbursed on behalf of the Contractor in accordance with this section will be made. A payment made pursuant to this section shall be considered as payment made under the terms and conditions of the Contract. The Contracting Agency shall not be liable to the Contractor for such payment made in good faith If legal action is instituted to determine the validity of the claims prior to expiration of the 15 -day period mentioned above, the Engineer will hold the funds until determination of the action or written settlement agreement of the parties. When the conditions 1 -7 are resolved or the Contractor provides a Surety Bond satisfactory to the Contracting Agency which will protect the Contracting Agency in the amount withheld, payment shall be made for amounts withheld because of them 1- 09.9(3) Final Payment (New Section) The following new section shall be added to the Standard Specifications: Upon completion of all work under this Contract, the Contractor shall notify the Engineer, in writing, that he has completed his part of the Contract and shall request final payment. Upon receipt of such request, the Engineer will inspect and, if acceptable, submit to the Owner his recommendation as to acceptance of the completed work and as to the final estimate of the amount due the Contractor. Upon approval of this final estimate and upon final acceptance of the work under this Contract, the Owner will notify the Department of Revenue of the completion of said Contract. Provided the Department of Revenue certifies there are no taxes or penalties due and owing from the Contractor, and there are no other known claims or liens against the retained funds, and further provided the terms of Section 1 -09 9(1) are in compliance, the Owner will pay to the Contractor the balance of monies due under this Contract in accordance with RCW Title 60.28. In the event unsatisfied claims or liens for taxes, material, labor, and other services are known to exist, an amount will be further withheld from the retainage sufficient to satisfy the settlement of such claims and liens, including attorney's fees incurred, and the remainder will be released from escrow, or released from the retained funds and paid to the Contractor On contracts for public works, final payment of the retained percentage will not be made until after the Contractor has filed with the Owner the Affidavit of Wages Paid forms required by RCW 39 12 040 certifying that the Contractor and subcontractors have paid not less than the prevailing rate of wages The parties further agree that the Owner may, without liability, withhold final payment to the Contractor until such time as the Contractor has completed all forms required by the Owner. 1 -09.11 Disputes and Claims 1- 09.11(3) Time Limitations and Jurisdiction Delete in its entirety the reference to Thurston County and replace it with Yakima County, Washington GAPROJECTS\2013\1 3044\1 3044 Specs.dou 6 -38 7 L 1- 09.13(3) Claims $250,000 or Less (October 1, 2005 APWA GSP) Delete this section and replace it with the following The Contractor and the Contracting Agency mutually agree that those claims that total $250,000 or less, submitted in accordance with Section 1 -09.11 and not resolved by nonbinding ADR processes, shall be resolved through litigation unless the parties mutually agree in writing to resolve the claim through binding arbitration 1- 09.13(3)A Administration of Arbitration (October 1, 2005 APWA GSP) Revise the third paragraph to read. The Contracting Agency and the Contractor mutually agree to be bound by the decision of the arbitrator, and judgment upon the award rendered by the arbitrator may be entered in the Superior Court of the county in which the Contracting Agency's headquarters are located The decision of the arbitrator and the specific basis for the decision shall be in writing The arbitrator shall use the contract as a basis for decisions. 1 -10 TEMPORARY TRAFFIC CONTROL 1 -10.1 General 1- 10.1(2) Description Revise the first paragraph to read- The Contractor shall provide flaggers, signs, lighting, and other traffic control devices not otherwise specified as being furnished by the Contracting Agency. The Contractor shall erect and maintain all construction signs, warning signs, detour signs, and other traffic control devices necessary to warn and protect the public at all times from injury or damage as a result of the Contractor's operations which may occur on highways, roads, streets, sidewalks, or paths No work shall be done on or adjacent to any traveled way until all necessary signs and traffic control devices are in place, including flaggers �I 1-10.2(1)B Traffic Control Supervisor Section 1 -10 2(1)B is supplemented with the following: �I The Traffic Control Supervisor shall be certified by one of the following IGAPROJECTS\2013\1 3044\1 3044 Specs.docx 6 -39 The Northwest Laborers - Employers Training Trust 27055 Ohio Avenue Kinsgton, WA 98346 (360) 297 -3035 Evergreen Safety Council 401 Pontius Avenue North Seattle, WA 98109 1-800-521-0778 or (206) 382 -4090 IGAPROJECTS\2013\1 3044\1 3044 Specs.docx 6 -39 1- 10.2(2) Traffic Control Plans This section is supplemented with the following The Contractor shall be required to prepare traffic control plans required to complete the work. No work shall be done on or adjacent to any traveled way without City- approved and Engineer- approved traffic control plans Traffic control plans shall be submitted to the City for review within one week following award of contract. The Contractor shall designate a Traffic Control Supervisor (TCS) who shall prepare signing plans to show the necessary Class A and B construction signing and barricades, traffic control devices, and traffic flagging operations required for the contractor's operation and submit it to the Engineer for review no later than the preconstruction conference date. This project requires a full -time TCS who does not have other duties on the project. Work may not proceed in the absence of the TCS When the Class B signing for a particular area will be provided as detailed on one or more of the figures included in the WSDOT standard plans or MUTCD without modification, the Contractor may reference the applicable figure or standard plan at the appropriate location on the Plan. When this procedure is used, variable distances such as minimum length of taper must be specified by the Contractor. The Traffic Control Supervisor who prepared the traffic control plan shall sign and date the plan The signing plans shall be prepared by a Traffic Control Supervisor and shall provide for adequate warning within the limits of the project and on all streets, alleys, and driveways entering the project so that approaching traffic may turn left or right onto existing undisturbed streets before reaching the project. All costs incurred by the Contractor in preparation of the Traffic Control Plan, including any revisions required by the Engineer or City prior to and after approval, shall be included in the unit contract prices for "Project Temporary Traffic Control," per lump sum 1 -10.4 Measurement 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 There will be no separate measurement or payment for the Traffic Control Supervisor All costs associated with the Traffic Control Supervisor shall be included in the unit price for "Project Temporary Traffic Control," per lump sum. 2 -01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP 2 -01.1 Description This section is supplemented with the following In no case shall the Contractor be required to clear and grub beyond the right -of -way line, except as specifically directed by the Engineer or noted on the Plans to remove trees, stumps, shrubs, or other items which, by proximity or due to root growth, would constitute a hazard to the public or endanger the facility All work beyond the right -of -way line shall be coordinated with affected property owner(s) per Section 1 -07.24 Rights of Way The Contractor shall temporarily protect and preserve, remove and later replace to its original condi- tion, or relocate nearby as directed, all mailboxes, small trees, shrubs, business signs and posts, street signs, culverts, irrigation facilities, drainage facilities, concrete or rock retaining walls, bleachers, or other similar obstructions which lie in or near the line of work and are not intended for removal Should any damage be incurred, the cost of replacement or repair shall be borne by the Contractor. GAPROJECTSQ013 \13044 \13044 Specs.docx 6 -40 1 2- 01.3(4) Roadside Cleanup This section is supplemented with the following. Partial cleanup shall be done by the Contractor when he feels it is necessary or when, in the opinion of the Contracting Agency, partial cleanup should be done prior to either final cleanup or final inspection The cleanup work shall be done immediately upon written notification of the Engineer and other work shall not proceed until this partial cleanup is accomplished. Should the Contractor not conduct the cleanup as directed and in a timely manner, the Owner shall take action to have such cleanup work completed by others and will deduct such costs from any payment due the Contractor 2 -01.4 Measurement This section is supplemented with the following tNo unit of measurement shall apply to Roadside Cleanup 2 -01.5 Payment This section is supplemented with the following ' Unless a specific bid item has been included in the proposal, all costs incurred to complete the requirements of Section 2 -01, including partial roadside cleanup, will be considered as incidental work to the various bid items and no separate payment will be made. 1 2 -02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 2 -02.1 Description This work shall consist of the removal and disposal of various existing improvements, including but not limited to the approximate quantities, • 660 LF of 8" sanitary sewer pipe (concrete and unknown metal) • 2 EA side sewers • Sidewalk panels 2 -02.3 Construction Requirements 2- 02.3(2) Removal of Bridges, Box Culverts, and Other Drainage Structures This section is supplemented with the following Where structures or installations of concrete, brick, blocks, etc., interfere with the construction, they shall be removed Any abandoned pipe or manhole openings shall be properly plugged watertight with Class 3000 concrete, or with mortar and masonry, blocks, or brick. The removal and plugging of pipes not listed in Section 2 -02.1, shall be considered as incidental to the construction and costs thereof and shall be included in other items of work. Where structures are removed, the voids shall be backfilled with suitable, job- excavated material and compacted, and such work shall be considered as incidental to the removal work. If the 1 Engineer determines the job- excavated material to be unsuitable for backfill, the Contractor 9 shall place ballast or crushed surfacing material as directed by the Engineer GAPROJECTS\2013\1 3044\1 3044 Specs.docx 6 -41 2- 02.3(3) Removal of Pavement, Sidewalks, and Curbs This section is supplemented with the following Where shown on the Plans or as directed by the Engineer, the Contractor shall be required to remove existing pavement, sidewalks, curbs, etc., which are required to be removed for construction of the improvements In those areas where asphalt pavement removal is required, the Contractor shall, prior to excavation, score the edge of the asphalt concrete pavement with an approved pavement cutter such as a concrete saw 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 concrete 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. No separate payment shall be made for saw - cutting pavement. 2 -02.5 Payment This section is supplemented with the following. The lump sum price bid for "Removal of Structure and Obstruction ", shall be full compensation for all labor, materials, tools, and equipment necessary for removal and disposal of pipe, concrete sidewalk, curb and gutter, as shown on plans, including hauling to and disposal at an approved waste site 2 -03 ROADWAY EXCAVATION AND EMBANKMENT 2- 03.3(3) Excavation Below SubGrade This section is supplemented with the following At the direction of the Engineer, areas within the trench which exhibit instability due to high moisture content shall be. 1 Aerated and allowed to dry, 2 Over - excavated as directed by the Engineer and backfilled with ballast, or crushed surfacing base course. The contractor may be instructed to install construction geotextile for soil stabilization in the excavation, 3 Or a combination of any of the above Compensation for work done by the Contractor as described above shall be by increasing the quantities of the various appropriate bid items such as "Crushed Surfacing Base Course" and applying the unit bid price. No separate compensation will be made for any equipment, tools, materials, or labor required to perform this work. 2- 03.3(7) Disposal of Surplus Materials 2- 03.3(7)A General This section is supplemented with the following Excavated material shall be bladed or hauled to fill low sections within the project area, except for sod or extraneous material, which shall be hauled to waste, or reused as directed by Engineer 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 suitable material at various locations within the project limits, as directed by the Engineer GAPROJECTS\2013\1 3044\1 3044 Specs.dou 6 -42 Suitable materials from the excavations shall be used in pipe removal locations Unsuitable material or soft spots shall be removed from the trench and replaced with suitable material and compacted as for embankments. The Contractor shall comply with the State of Washington's regulations regarding disposal of waste material as outlined in WAC 173 -304, Subchapter 461. Any material hauled from the project for disposal in unincorporated Yakima County will be subject to the requirements of the Yakima County Excavation and Grading Ordinance All costs incurred by the Contractor to obtain a Grading Permit shall be included in the various Unit Bid Prices, and no further payment shall be made The Yakima County Excavation and Grading Ordinance may be reviewed in the Yakima County Public Services Dept., 4th Floor, Yakima County Courthouse 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 1557 (Modified Proctor) The Contractor shall notify the Engineer when ready for in -place subgrade density tests. All costs ' associated with failed tests /testing shall be the responsibility of the Contractor. Placement of courses of aggregate shall not proceed until density requirements are met. 2 -03.5 Payment This section is supplemented with the following All excavation on this project shall be included in other pay items of work. 2 -04 HAUL 2 -04.5 Payment Delete this section and replace it with the following All haul of materials on this project is incidental to and included in other pay items of work. 2 -07 WATERING 2 -07.1 Description This section is supplemented with the following. The Contractor shall be solely responsible for dust control on this project and shall protect motoring public, adjacent homes and businesses, orchards, crops, and school yards from damage due to dust, by whatever means necessary The Contractor shall be responsible for any claims for damages and shall protect the Contracting Agency and the Engineer 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 -07.5 Payment Replace with the following Payment for water used for dust control, compaction, processing of base course and top course aggregates, and for other work shall be included in the other bid items involved. No further payment shall be made G: \PROJECTS\2013 \13044 \13044 Specs.dou 6 -43 2 -09 STRUCTURE EXCAVATION 2- 09.3(3)D Shoring and Cofferdams Replace the fifth paragraph with the following The design of structural shoring or cofferdams shall be by an Engineer employed by the Contractor and licensed in the State of Washington to perform such work. The project Engineer will not review or approve submittals. 2- 09.3(4) Construction Requirements, Structure Excavation, Class B Delete the fourth paragraph and the last two sentences of the fifth paragraph 2 -09.4 Measurement Delete paragraph two under the Horizontal Limits section and paragraphs one and two under the Shoring or Extra Excavation section. Section 2 -09 4 is supplemented as follows: "Shoring or Extra Excavation," per linear foot, shall be measured along the centerline of the trench or excavation 2 -09.5 Payment Section 2 -09.5 is supplemented as follows: Delete "Shoring or Extra Excavation, Class B ", per square foot, and add "Shoring or Extra Excavation ", per linear foot. The unit price bid for "Shoring or Extra Excavation," per linear foot, shall be full pay for all excavation, backfill, haul, compaction, and other work required when extra excavation is used in lieu of constructing shoring If select backfill material is required for backfilling within the limits of the structure excavation, it shall also be required as backfill material for the extra excavation at the Contractor's expense 2 -11 TRIMMING AND CLEANUP 2 -11.5 Payment This section is supplemented with the following. When the contract does not include trimming and cleanup as a pay item, performing this work shall be incidental to construction and all costs shall be included in other pay items 3 -01 PRODUCTION FROM QUARRY AND PIT SITES 3 -01.2 Material Sources, General Requirements This section is supplemented with the following- No source has been provided for any aggregate or other materials necessary for the construction of this project. The Contractor shall make his own arrangements to obtain the necessary materials at his own expense, and all costs of acquiring, producing, and placing this material in the finished work shall be included in the unit contract prices for the various items involved G \PROJECTS\2013\1 3044\1 3044 Specs.docx 6 -44 t ' 3 -02 STOCKPILING AGGREGATES 3- 02.2(2) Stockpile Site Provided by the Contractor This section is supplemented with the following If the sources of materials provided by the Contractor necessitate hauling over roads other than public streets, the Contractor shall, at his own cost and expense, make all arrangements for the use of the haul routes. 4 -04 BALLAST AND CRUSHED SURFACING r4- 04.3(5) Shaping and Compaction This section is supplemented with the following The Contractor shall notify the Engineer when he is ready for in -place ballast, base course, or top course density tests. All costs associated with failed tests /testing shall be the responsibility of the Contractor Placement of successive courses of aggregate or asphalt concrete shall not proceed until density requirements are met. ' 4 -04.4 Measurement This section is supplemented with the following Aggregates to be paid by the ton shall not be placed in stockpiles The width and depth of "Crushed Surfacing Base Course" shall be neat line field measured by the Resident Engineer The payment line limit for "Crushed Surfacing Base Course" shall be as shown on the Details in the Plan's No measurement or payment will be made for material beyond the payment line limit shown on the Plans and Details, or as Directed by the Engineer 5 -03 COLD MIX ASPHALT (NEW SECTION) 5 -03.1 Description This work shall consist of providing and placing one (1) or more layers of cold mix asphalt on a prepared foundation or base in accordance with these specifications and the lines, grades, thicknesses, typical cross - sections, and details shown on the Plans All trench excavations shall be backfilled and surfaced with cold mix asphalt prior to 6 00 a.m each morning to allow unrestricted use of roadways. This work also includes removing cold mix asphalt, to install permanent asphalt concrete surfacing 5 -03.2 Materials -' Cold mix asphalt used on this project shall be proposed by the Contractor and approved by the Engineer The Contractor shall use polymer- modified high - performance cold asphalt, cold plant mix recycling asphalt or cold in -place recycling asphalt. Aggregates used for cold mix asphalt shall meet the gradations in Section 9 -03 8 for Class 3/8" 5- 03.2(1) General Cold mix asphalt shall be designed for potholes, utility cuts, joint repair, and small overlays It shall be designed for application in temperature ranges between 20 degrees Fahrenheit to 100 degrees Fahrenheit. The mixture shall provide coating, workability and adhesion characteristics during cool to hot conditions, and wet to dry climate environments. 11 GAPROJECTS\2013\1 3044\1 3044 Specs.docx 6 -45 5- 03.2(2) Liquid Asphalt Blend The liquid asphalt component used shall be a PG 58 -22 conforming to the specifications of the Washington State Department of Transportation, a diluent which complies with the requirements and application specifications of the American Petroleum Institute (API), and a polymer additive of high quality that improves cohesion and adhesion properties and is capable of passing AASHTO -T -182 as modified herein 5 -03.3 Spreading, Finishing and Compaction The mixture shall be laid upon an approved, compacted, unyielding base The nominal compacted depth of any layer of cold mix asphalt shall not exceed 2 inches, and shall be compacted with a vibratory steel wheel roller. Where a vibratory steel wheel roller will not fit into the trench on the first lift, a plate compactor may be used. A vibratory steel wheel roller shall be used on the top lift of all trenches 5 -03.4 Measurement No unit of measurement shall apply to this section. 5 -03.5 Payment All costs to comply with this section shall be considered incidental and included in the unit contract prices of other work items. 5 -04 HOT MIX ASPHALT 5 -04.1 Description This section is supplemented with the following An asphalt prime coat will not be required on this project, nor will a soil sterilant be required to be applied to the subgrade The Contractor will be required to patch existing street surfaces which are to remain, where utility trenches were excavated and backfilled prior to or along with this project. Asphalt concrete surfaces shall be so constructed that the finished pavement will conform to the cross - section, line, and grade as shown on the Plans and in accordance with the referenced Standard Specifications 5 -04.2 Materials This section is supplemented with the following: The grade of asphalt binder that shall be used for this project is PG 64 -28 5- 04.3(2) Hauling Equipment This section is supplemented with the following. Sufficient numbers of trucks shall be provided by the Contractor to assure a continuous paving operation at proper HMA mix temperatures. Paving operations shall not proceed until hauling equipment sufficient to assure continuous operations is provided. 5- 04.3(3) Hot Mix Asphalt Pavers This section is supplemented with the following. The HMA paver that is utilized on the project shall be capable of spreading and finishing courses of HMA plant mix in a width from trench edge to edge in a single pass G.\PROJECTS\2013\1 3044\1 3044 Specs.dou 6 -46 F] I 5- 04.3(5)A Preparation of Existing Surface This section is supplemented with the following No impact tools or pavement breakers can be used for cutting trench crossings of existing pavement. Trench crossing of existing pavement shall be vertically sawcut as directed by the Engineer 5- 04.3(5)E Pavement Repair This section is supplemented with the following: After the completion of trench and patch repairs, the Contractor shall seal the joints with CSS -1 and concrete sand The cost of sealing shall be included in the unit contract price for "HMA Cl. 1/2" PG 64 -28 " 5- 04.3(7)A Mix Design 5- 04.3(7)A1 General This section is supplemented with the following. The Contractor may submit for acceptance an approved WSDOT mix design for the class of HMA specified in the contract if the mix design has been approved within the previous 12 -month period using aggregate and asphalt binder from the same sources. The Contractor shall provide the mix design to the Engineer at least fifteen (15) working days prior to any paving The Engineer may require an adjustment in the asphalt binder content of the mix design by ± 0 5% at no additional cost to the City 5- 04.3(7)A2 Statistical or Nonstatistical Evaluation Delete this section and replace it with the following The Contractor shall be responsible for the verification of the mix design 5- 04.3(8)A Acceptance Sampling and Testing — HMA Mixture 5- 04.3(8)A1 General Delete this section and replace it with the following. Acceptance of HMA shall be as provided under Nonstatistical or Commercial evaluation. Commercial evaluation will be used for Commercial HMA and for other classes of HMA in the following applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores and other nonstructural applications as approved by the Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Engineer The proposal quantity of HMA that is accepted by commercial evaluation will be excluded from the quantities used in the determination of Nonstatistical evaluation Commercial HMA can be used for patching utility or conduit trenches less than 24 inches in width. 5- 04.3(8)A5 Test Results Delete the first paragraph and replace it with the following- Payment will be made on the basis of the unit contract price for HMA for all HMA accepted on the project. HMA not meeting the quality requirements of the Contract shall be rejected G.\PROJECTS\2013\1 3044\1 3044 Specs.docx 6 -47 5- 04.3(10) Compaction 5- 04.3(10)B Control Section 5 -04 3(10)B of the Standard Specifications is deleted and replaced with the following. HMA used in traffic lanes, including lanes for ramps, truck climbing, weaving, and speed change, and having specified compacted course thickness greater than 0.10 foot, shall be compacted to a specified level relative density The specified level of relative density shall be a minimum of 91 0 percent of the reference maximum density as determined by WSDOT for AASHTO T 209 The reference maximum density shall be determined as the moving average of the most recent five determinations for the lot of HMA being placed. The specified level of density attained will be determined by five nuclear gauge tests taken in accordance with WAQTC FOP TM8 and WSDOT SOPT 729 on the day the mix is placed (after completion of the finish rolling) at locations determined by the stratified random sampling procedure conforming to WSDOT Test Method 716 within each density lot. The quantity represented by each density lot will be no greater than a single day's production or approximately 400 tons, whichever is less. The Engineer will furnish the Contractor with a copy of the results of all acceptance testing performed in the field within one working day. In addition to the randomly selected locations for tests of density, the Engineer may also isolate from a normal lot any area that is suspected of being defective in relative density. Such isolated material will not include an original sample location. A minimum of five randomly located density tests will be taken. Control lots not meeting the minimum density standard shall be removed and replaced with satisfactory material. HMA constructed under conditions other than those listed above shall be compacted on the basis of a test point evaluation of the compaction train The test point evaluation shall be performed in accordance with instructions from the Project Engineer. The number of passes with an approved compaction train, required to attain the maximum test point density, shall be used on all subsequent paving 5- 04.3(11) Reject Work This section including all sub - sections are supplemented with the following Delete all references to Combined Pay Factor (CPF) Payment will be made on the basis of the unit contract price for "HMA Cl. 1/2" PG 64 -28" for all HMA accepted on the project. HMA not meeting the quality requirements of the Contract shall be rejected 5- 04.3(13) Surface Smoothness This section is supplemented with the following Where directed by the Engineer, the Contractor shall feather the HMA pavement in a manner to produce a smooth - riding connection to the existing pavement. All costs and expenses in connection with providing, placing material, and feathering the asphalt concrete pavement shall be paid for as the unit contract price per ton for "HMA Cl. 1/2" PG 64 -28." All utility appurtenances such as manhole covers and valve boxes shall be adjusted to finished grade in accordance with the procedure in Section 7- 05.3(1). G: \PROJECTS\2013 \13044 \13044 Specs.docx 6 -48 1 5- 04.3(15) HMA Road Approaches This section is supplemented with the following. Any portion of the existing driveway (road approach) that is damaged by the Contractor's operations shall be replaced in kind at his expense to the satisfaction of the Engineer Grades from the edge of pavement to existing driveways (road approaches) shall be constructed to provide safe ingress and egress and shall be constructed of materials in kind, as shown on the plans, or as otherwise directed by the Engineer. ' All transitions to existing asphalt concrete and cement concrete driveways, curb, asphalt thickened edge for gutter, and walkways shall be vertically sawcut at least two (2) inches with straight, uniform edges Existing asphalt pavement may be cut with a wheel, provided the wheel cut is full depth and i no damage occurs to the pavement which is to remain 5- 04.3(17) Paving Under Traffic Delete the following in the fifth paragraph "except the cost of temporary pavement markings" 5 -04.4 Measurement This section is supplemented' W` the following, The width and depth of "HMA Cl. 1/2" PG 64 -28" shall be neat line field measured by the Resident Engineer The payment line limit for "HMA Cl 1/2" PG 64 -28" shall be as shown on the Details in the Plans No measurement or payment will be made for material beyond the payment line limit shown on the Plans and Details, or as Directed by the Engineer. ' 5 -04.5 Payment This section is supplemented with the following. If there are no proposal bid items for "Temporary Pavement Marking" and "Removing Temporary Pavement Marking ", they shall be installed in accordance with Section 8 -23 and the MUTCD, and the work shall be considered incidental and included in the unit contract prices of the other work items If there is no proposal bid item for "Sawcutting Asphalt Pavement" or "Sawcutting Cement Concrete ", then all costs, including labor and equipment, associated with cutting asphalt pavement or cement concrete shall be considered incidental and included in the unit contract prices of other work items Payment for HMA CI 3/8" shall be incidental and included in the unit contract price for "HMA CI 1/2" PG 64 -28 " The following sections are deleted 5 -04 5(1) Quality Assurance Price Adjustment 5 -04 5(1)A Price Adjustments for Quality of HMA Mixture 5 -04 5(1)B Price Adjustments for Quality of HMA Compaction I IGAPROJECTS\2013\1 3044\1 3044 Specs.dou 6 -49 7 -05 MANHOLES, INLETS, CATCH BASINS AND DRYWELLS 7- 05.3(1) Adjusting Manholes and Catch Basins to Grade This section is supplemented with the following- The Contractor shall establish reference points for the center of each utility appurtenance before their removal for the purpose of relocation for final adjustment to final grade. Manholes, water valve boxes, catch basins and similar utility appurtenances and structures shall not be adjusted until the asphalt pavement is completed, at which time the center of each structure shall be relocated from references previously established by the Contractor. The asphalt concrete pavement shall be cut and removed to a neat circle, the diameter of which shall be equal to the outside diameter of frame plus two (2) feet. The frame 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, 2 inches below the finished pavement surface. On the following day, the concrete, the edges of the asphalt concrete pavement, and the outer edge of the casting shall be painted with hot asphalt cement. HMA Cl 3/8 -inch asphalt concrete 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 the 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. Utility structures outside paved areas shall be adjusted to match the finish grade of the area surrounding the structure. The Contractor shall form an area a minimum of one foot outside the edges of the structure one foot deep, unless otherwise directed by the Engineer, and pour and finish neatly with Class 3000 concrete to match the slope and grade of the adjacent area. The utility lid shall be cleaned of all concrete prior to acceptance 7 -05.4 Measurement Replace the first paragraph of this section with the following. Manholes will be measured per each, regardless of height. 7 -05.5 Payment This section is supplemented with the following The unit price bid for "Manhole 48 In Diam , Type 1 ", per each, shall be full compensation for all labor, materials, tools, and equipment necessary to furnish and install the manhole to the depth shown on the plans including, but not necessarily limited to, sawcutting, removal of HMA pavement, excavation, structural shoring or extra excavation, dewatering, fittings, crushed surfacing top course, reinforcement, cement concrete base, manhole, boot, channeling, steps, adjustment rings, mortar, grout, frame and cover, collar, adjustment to finished grade, backfill, compaction, and removal of excess material as shown on the Plans and specified herein The unit price bid for "Shallow Manhole 48 In Diam , Type 3 ", per each, shall be full compensation for all labor, materials, tools, and equipment necessary to furnish and install the manhole to the depth shown on the plans including, but not necessarily limited to, sawcutting, removal of HMA pavement, excavation, structural shoring or extra excavation, dewatering, fittings, crushed surfacing top course, reinforcement, cement concrete base, manhole, boot, channeling, steps, adjustment rings, mortar, GAPROJECTS\2013\1 3044\1 3044 Specs.docx 6 -50 grout, frame and cover, collar, adjustment to finished grade, backfill, compaction, and removal of excess material as shown on the Plans and specified herein The unit price bid for "Doghouse Manhole 48 In. Diam ", per each, shall be full compensation for all labor, materials, tools, and equipment necessary to furnish and install the manhole on the active pipeline as shown on the plans including, but not necessarily limited to, sawcutting, removal of HMA pavement, excavation, structural shoring or extra excavation, dewatering, crushed surfacing top 1 course, reinforcement, cement concrete base, manhole, coring for pipe, boot, channeling, fittings, steps, cutting and removing active pipeline, adjustment rings, mortar, grout, frame and cover, collar, adjustment to finished grade, backfill, compaction, and removal of excess material as shown on the Plans and specified herein 7 -08 GENERAL PIPE INSTALLATION REQUIREMENTS 7 -08.3 Construction Requirements This section is supplemented with the following: The Contractor shall notify Jhe Utility Notification Center at least 48 hours prior to start of excavation so that underground utilities may be marked Telephone number 1- 800 - 424 -5555 ' 7- 08.3(1)C Bedding the Pipe This section is supplemented with the following: Imported pipe zone bedding material for flexible pipes shall be Crushed Surfacing Top Course meeting the requirements of section 9- 03.9(3), and shall be placed and compacted in layers as designated by the Engineer Pipe zone bedding material for rigid pipes shall be native or imported gravel backfill material meeting the requirements of Section 9- 03.12(3), or as approved by the Engineer 7- 08.3(2)B Pipe Laying - General This section is supplemented with the following: Detectable marker tape shall be installed over open cut, non - metallic pipe lines The tape shall be placed approximately one foot above the top of the pipe and shall extend its full length. The horizontal location of the tape shall vary no more than 1 foot from the centerline alignment of the pipe Detectable marker tape shall meet the requirements of Section 9 -18 of the Standard Specifications Existing utilities of record, except services, are shown on the Plans These are shown for ' convenience only, and the Engineer assumes no responsibility for improper locations or failure to show utility locations on the Plans When utility services occupy the same space as the new utility main, the Contractor shall complete necessary excavation to fully expose such services The Contractor shall protect said services, and work around them during excavating and pipe laying operations. Any damages to services resulting from the Contractor's operation shall be reported to the appropriate utility Such damage shall be repaired at the Contractor's expense. The Contractor shall pothole all utility connections and potential conflicts prior to the installation of the mainlines All costs associated with the potholing shall be incidental to the costs of the sewer mainline. 7- 08.3(3) Backfilling This section is supplemented with the following Street crossing trenches and other locations as directed by the Engineer shall be backfilled full depth of the trench (below the trench surfacing repair) with Select Backfill meeting the requirements for Crushed Surfacing Base Course, in Section 9 -03 9(3) IGAPROJECTW013 \13044 \13044 Specs.dou 6 -51 All trench excavations shall be backfilled the day of pipe installation, and temporarily restored with cold mix asphalt surfacing Delete the fourth paragraph and replace with the following: Mechanical compaction shall be required for all trenches. The Contractor is hereby cautioned that time extensions shall not be granted due to inadequate compaction or unstable trench backfill conditions caused by excessive watering The Contractor shall be responsible for correcting such conditions caused by his own construction activities The density of the compacted material shall be at least 95% of the maximum density as determined by ASTM D 1557 Tests (Modified Proctor) The Contractor shall notify the Engineer when they are ready for in -place density tests of the trench line. Density tests shall be taken at various depths in the trench The Contractor shall provide a backhoe and operator for the excavation and backfill of test holes The cost of the backhoe and operator shall be considered incidental to the various bid items. All costs associated with failed tests /testing shall be the responsibility of the Contractor Placement of courses of aggregate shall not proceed until density requirements have been met. The first 300 feet of trench backfill operations shall be considered a test section for the Contractor to demonstrate his backfilling and compaction techniques. The Contractor shall notify the Engineer at least three (3) working days prior to beginning trench excavation and backfill operations and shall arrange for in -place density tests to be taken on the completed test section in accordance with the above requirements. No further trenching will be allowed until the specified density is achieved in the test section Passing in -place density tests in the test section will not relieve the Contractor from achieving the specified densities throughout the project. Payment for mechanical compaction shall be included in the unit price bid for the specified pipe Where shown on the plans, a concrete cap shall be constructed over the new sewer pipe to the depth shown The new concrete cap shall be cured in accordance with Section 5 -05 3(13) of the Standard Specifications. Application of the curing compound shall be in accordance with the manufacturer's recommendations Concrete cap shall develop 2,500 PSI strength in 72 hours 7 -08.4 Measurement Delete the last paragraph and replace it with the following Shoring or extra excavation will be measured by the linear foot. Supplement this section with the following There will be no separate measurement or payment for dewatering operations by the Contractor All costs associated with dewatering operations shall be included in the various bid items associated with the work. Dewatering methods shall be proposed by the Contractor and approved by the Engineer The length and depth of "Select Backfill, as Directed" and "Concrete Cap" shall be neat line field measured by the Resident Engineer The trench width payment line limit shall be as shown on the Details in the Plans. No measurement or payment will be made for excavation or backfill material beyond the payment line limit shown on the Details 7 -08.5 Payment Delete the ninth paragraph and replace it with the following. The unit price bid for "Shoring or Extra Excavation," per linear foot, shall be full compensation for all labor, equipment, tools, and materials required to construct the structural shoring, cofferdam, or caisson including excavation, installation and removal of the shoring, backfilling, and compaction, as shown on the Plans and as specified herein When extra excavation is used by the Contractor in lieu of constructing the structural shoring, cofferdam, or caisson, the unit price bid shall be full pay for all additional excavation, backfill, compaction, and other work required If select backfill material is G1PROJECTS\2013 \13044 \13044 Specs.dou 6 -52 F required within the limits of the trench excavation, it shall also be required as backfill material for the extra excavation at the Contractor's expense. The unit price bid for "Concrete Cap," per cubic yard in place, shall be full compensation for all labor, tools, materials, and equipment necessary to furnish and install cement concrete over new sanitary sewer pipe, including, but not necessarily limited to, hauling, placing, spreading, compacting, curing, and protection, as shown on the Plans, and as directed by the Engineer ' The unit price bid for "Select Backfill, as Directed," per cubic yard in place, shall be full compensation for all labor, tools, materials, and equipment necessary to furnish and install imported crushed rock material for backfill on all ,roadway crossings or other locations as shown on plans or directed by Engineer, including, but not necessarily limited to, hauling; placing and compacting, as shown on the Plans, and as directed by the Engineer 7 -17 SANITARY SEWERS 7 -17.2 Materials Add the following: PVC Sanitary Sewer Pipe Solid Wall Polyvinyl chloride pipe shall conform to the requirements of ' ASTM D 3034 SDR 26 PVC fittings for sanitary sewer pipe such as wyes, plugs, caps, etc., shall be flexible gasket joint fittings acceptable for use and connection to PVC sanitary sewer pipe Detectable Marker Tape- Marker tape shall be a detectable type and shall be marked "SEWER," and shall conform to Section 9 -15 18 of the Standard Specifications. 7- 17.3(2) Cleaning and Testing 7- 17.3(2)A General Add the following All sanitary sewer pipes and appurtenances shall be cleaned and tested after backfilling Both infiltra- tion and exfiltration testing of the gravity sewer pipeline will be required Deflection testing of the pipeline will also be required prior to final HMA surface restoration Deflection testing shall be done by pulling a steel mandrel through the pipe All testing shall be witnessed by the Owner and Engineer 7- 17.3(2)H Television Inspection Delete the first paragraph of this section and supplement it with the following. All newly installed sewer lines shall be inspected by the use of television camera before the final tie -in is made at South 40'h Avenue and Tieton Drive existing manhole. The City of Yakima will provide television inspection The'Contractor shall notify the City of Yakima and Engineer a minimum of one week prior to coordinating /scheduling any television inspection(s). 7 -17.5 Payment Replace the third bid item with the following: 11 The unit price bid for "PVC Sanitary Sewer Pipe, _ In Diam ," per linear foot, shall be full compensation for all labor,, materials, tools, and equipment necessary to furnish and install the PVC pipe and fittings including, but not necessarily limited to, sawcutting, trench excavation, protecting, stabilizing, and supporting existing utilities, structures, and utility services to remain, dewatering, bypass pumping and /or vactor, pipe zone bedding and backfill, laying and joining the pipe and fittings, adjustment of inverts to • manholes, connections to existing side sewers of various material, GAPROJECTS\2013\1 3044\1 3044 Specs.docx 6 -53 connection to ni tape, and pipes, specified herein. w and existing manholes and pipes, backfill and compaction, detectable marking testing, and removal and disposal of excess material as shown on the Plans and it This section is supplemented with the following- Payment for temporary cold mix asphalt required for unrestricted use of roadways shall be incidental to other work items Payment for all pipe items shall be made as follows: 75% of the unit bid price for materials and initial installation, the next 15% of the unit bid price upon the successful completion of density testing, and the final 10% of the unit bid price upon the completion of pipe testing including infiltration /exfiltration, deflection, as required 8 -01 EROSION CONTROL AND WATER POLLUTION CONTROL 8 -01.5 Payment Replace with the following, All costs to comply with this section shall be considered incidental to the Contract. 8 -04 CURBS, GUTTERS, AND SPILLWAYS 8- 04.3(1) Cement Concrete Curbs, Gutters, and Spillways This section is supplemented with the following Cement concrete traffic curb and gutter constructed on this project shall be as shown on the Detail Sheet of the Plans. Full Height or "Barrier" cement concrete traffic curb and gutter as shown on the Detail Sheet shall be used at replacement sections as shown on the Plans. Depressed or "Driveway" cement concrete traffic curb and gutter as shown on the Detail Sheet shall be used at all driveway and wheelchair ramp locations as shown on the Plans, and as directed in the field by the Engineer Cement concrete curb and gutter which does not comply with the section details on the Plans shall be removed and replaced at the Contractor's expense. The new concrete curb and gutter shall be cured in accordance with Section 5 -05 3(13) of the Standard Specifications Application of the curing compound shall be in accordance with the manufacturer's recommendations First -class workmanship and finish will be required on all portions of concrete curb and gutter work. Quality of workmanship and finish will be evaluated continuously and will be based solely upon the judgment of the Engineer Cement concrete curb and gutter which does not comply with the section details on the Plans, or in the Engineer's opinion does not demonstrate first -class workmanship and finish, shall be removed and replaced at the Contractor's expense. Should the Contractor's equipment or methods be unable to produce curb and gutter meeting the requirements of the Details and Specifications, no further curb and gutter construction will be allowed until corrections have been made to said equipment or methods. 8 -04.5 Payment This section is replaced with the following Payment for cement concrete curb and gutter shall be incidental to other items of work. G.\PROJECTS\2013 \13044 \13044 Specs.docx 6 -54 i 8 -14 CEMENT CONCRETE SIDEWALKS 8- 14.3(3) Placing and Finishing Concrete This section is supplemented with the following All sidewalks not located in driveway entrance areas shall be four (4) inches in thickness. All concrete approaches located behind a depressed curb and gutter section, and within driveway entrance areas, shall be six (6) inches in thickness Sidewalks shall be marked across the entire width every five (5) feet and with preformed asphalt impregnated joint fillers 3/8 -inch thick every twenty (20) feet. Concrete sidewalk shall be cured in accordance with Section 5- 05.3(13)A of the Standard Specifications Application of the curing compound shall be in accordance with the manufacturer's recommendations. Failure to properly secure or seal the cement concrete sidewalk will require the Contractor to remove and replace the sidewalk section at his expense First -class workmanship land finish will be required on all portions of cement concrete sidewalk work. Quality of workmanship and finish will be evaluated continuously and will be based solely upon the judgment of the Engineer If at any time it is found that quality is unacceptable, work shall be immediately stopped, and „no additional sidewalk shall be placed. Cement concrete sidewalk which does not comply with the section details on the Plans, or in the Engineer's opinion does not demonstrate first -class workmanship and finish, shall be removed and replaced at the Contractor's expense. Should the Contractor's equipment or methods be unable to produce sidewalk meeting the requirements of the Details and Specifications, no further sidewalk construction will be allowed until corrections have been made to said equipment. 8 -14.5 Payment Change second paragraph to read - 1 "4 -Inch Thick Cement Concrete Sidewalk,” per square yard 2 "6 -Inch Thick Cement Concrete Approach at Driveways," per square yard Payment for crushed surfacing top course placed for sidewalks or driveways shall be incidental to other items of work. 8 -22 PAVEMENT MARKING 8 -22.1 Description This section is supplemented with the following* This work includes furnishing and installing temporary pavement markings to match pre- construction markings for lane lines, and a permanent stop bar at Tieton Drive and South 40th Avenue, as directed by the Engineer The Contractor shall maintain temporary pavement markings for the duration of the project, and install final temporary pavement markings following HMA concrete surfacing 8 -22.5 Payment This section is supplemented with the following If there are no proposal bid items for "Pavement Marking" and "Temporary Pavement Marking," they shall be installed in accordance with Sections 8 -22 and 8 -23, and the MUTCD, and the work shall be considered incidental and included in the unit contract prices of the other work items. I IGAPROJECM2013\1 3044\1 3044 Specs.docx 6 -55 t t APPENDIX A AMENDMENTS TO THE 2012 WASHINGTON STATE DEPARTMENT OF TRANSPORTATION STANDARD SPECIFICATIONS GIPROJECTS\2013 \13044 \13044 Specs.docx AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 4/1/2013 Page 1 1 INTRO.AP1 2 INTRODUCTION 3 The following Amendments and Special Provisions shall be used in conjunction with the 4 2012 Standard Specifications for Road, Bridge, and Municipal Construction. ' 5 6 AMENDMENTS TO THE STANDARD SPECIFICATIONS 7 8 The following Amendments to the Standard Specifications are made a part of this contract 9 and supersede any conflicting provisions of the Standard Specifications. For informational 10 purposes, the date following each Amendment title indicates the implementation date of the ' 11 Amendment or the latest date of revision. 12 13 Each Amendment contains all current revisions to the applicable section of the Standard 14 Specifications and may include references which do not apply to this particular project. 15 16 1- 01.AP1 ' 17 Section 1 -01, Definition and Terms 18 August 6, 2012 19 1 -01.3 Definitions 20 The definition for "Bid Documents" is revised to read: 21 22 The component parts of the proposed Contract which may include, but are not limited 23 to, the Proposal Form, the proposed Contract Provisions, the proposed Contract Plans, 24 Addenda, and, for projects with Contracting Agency subsurface investigations, the 25 Summary of Geotechnical Conditions and subsurface boring logs (if any). 26 27 The definition for "Superstructures" is revised to read: 28 29 The part of the Structure above: 30 31 1. The bottom of the grout pad for the simple and continuous span bearing, or 32 33 2. The bottom of the block supporting the girder, or 34 35 3. Arch skewback and construction joints at the top of vertical abutment members 36 or rigid frame piers. 37 38 39 Longitudinal limits of the Superstructure extend from end to end of the Structure in accordance with the following criteria: 40 41 1. From the face of end diaphragm abutting the bridge approach embankment for 42 end piers without expansion joints, or 43 44 2. From the end pier expansion joint for bridges with end pier expansion joints 45 46 Superstructures include, but are not limited to, the bottom slab and webs of box girders, 47 the bridge deck and diaphragms of all bridges, and the sidewalks when shown on the 48 bridge deck. The Superstructure also includes the girders, expansion joints, bearings, 49 barrier, and railing attached to the Superstructure when such Superstructure AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 4/1/2013 Page 1 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 components are not otherwise covered by separate unit measured or lump sum bid items. Superstructures. do not include endwalls, wingwalls, barrier and railing attached to the wingwalls, and cantilever barriers and railings unless supported by the Superstructure. 1 -02.AP 1 Section 1 -02, Bid Procedures and Conditions January 2, 2012 1- 02.4(2) Subsurface Information The first two sentences in the first paragraph are revised to read: If the Contracting Agency has made subsurface investigation of the site of the proposed work, the boring log data, soil sample test data, and geotechnical recommendations reports obtained by the Contracting Agency will be made available for inspection by the Bidders at the location specified in the Special Provisions. The Summary of Geotechnical Conditions, as an appendix to the Special Provisions, and the boring logs shall be considered as part of the Contract. 1- 03.AP1 Section 1 -03, Award and Execution of Contract April 2, 2012 1- 03.1(1) Tied Bids This section's title is revised to read: 1- 03.1(1) Identical Bid Totals 1- 05.AP1 Section 1 -05, Control of Work August 6, 2012 1- 05.13(1) Emergency Contact List The second sentence in the first paragraph is revised to read: The list shall include, at a minimum, the Prime Contractor's Project Manager, or equivalent, the Prime Contractor's Project Superintendent, the Erosion and Sediment Control (ESC) Lead and the Traffic Control Supervisor. 1- 07.AP1 Section 1 -07, Legal Relations and Responsibilities to the Public April 1, 2013 1 -07.1 Laws to be Observed The following two sentences are inserted after the first sentence in the third paragraph: In particular the Contractor's attention is drawn to the requirements of WAC 296.800 which requires employers to provide a safe workplace. More specifically WAC 296.800.11025 prohibits alcohol and narcotics from the workplace. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 4/1/2013 Page 2 1. I 1 1 3 4 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 1- 07.9(2) Posting Notices This section is revised to read: Notices and 'posters shall be placed in areas readily accessible to read by employees. The Contractor shall ensure the following are posted: 1. EEOC - P /E -1 (revised 11/09) - Equal Employment Opportunity is THE LAW published by US Department of Labor. Post for projects with federal -aid funding 2. FHWA -1022 (revised 11/11) - NOTICE Federal -Aid Project published by Federal Highway Administration (FHWA). Post for projects with federal -aid funding 3 WH 1321 (revised 04/09) - Employee Rights under the Davis -Bacon Act published by US Department of Labor. Post for projects with federal -aid funding 4. WHD 1088 (revised 07/09) - Employee Rights under the Fair Labor Standards Act published by US Department of Labor. Post on all projects 5. WHD - 1420 (revised 01/09) - Employee Rights and Responsibilities under The Family and Medical Leave Act published by US Department Of Labor. Post on all projects 6. WHD -1462 (revised 01/12) — Employee Polygraph Protection Act published by US Department of Labor. Post on all projects 7. F416- 081 -909 (revised 12/12) - Job Safety and Health Law published by Washington State Department of Labor and Industries. Post on all projects 8. F242- 191 -909 (revised 12/12) - Notice to Employees published by Washington State Department of Labor and Industries. Post on all projects 9. F700- 074 -909 (revised 12112) - Your Rights as a Worker in Washington State by Washington State Department of Labor and Industries (L &I). Post on all projects 10. EMS 9874 (revised 04/12) - Unemployment Benefits published by Washington State Employee Security Department. Post on all projects 11. Post one copy of the approved "Statement of Intent to Pay Prevailing Wages" for the Contractor, each Subcontractor, each lower tier subcontractor, and any other firm (Supplier, Manufacturer, or Fabricator) that falls under the provisions of RCW 39.12 because of the definition of "Contractor" in WAC 296- 127 -010 12. Post one copy of the prevailing wage rates for the project 1- 07.9(5) Required Documents Item number 2. in the first paragraph is revised to read: AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK ' Revised: 411/2013 Page 3 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 2. A copy of an approved "Affidavit of Prevailing Wages Paid ", State L &I's form number F700- 007 -000. The Contracting Agency will not grant Completion until all approved Affidavit of Wages paid for Contractor and all Subcontractors have been received by the Project Engineer. The Contracting Agency will not release to the Contractor any funds retained under RCW 60.28.011 until all of the "Affidavit of Prevailing Wages Paid" forms have been approved by State L &I and a copy of all the approved forms have been submitted to the Engineer. 1 -07.14 Responsibility for Damage The fifth paragraph is revised to read: Pursuant to RCW 4.24.115, if such claims, suits, or actions result from the concurrent negligence of (a) the indemnitee or the indemnitee's agents or employees and (b) the Contractor or the Contractor's agent or employees, the indemnity provisions provided in the preceding paragraphs of this Section .shall be valid and enforceable only to the extent of the Contractor's negligence or the negligence of its agents and employees. 1 -07.15 Temporary Water Pollution /Erosion Control The third paragraph is deleted. 1- 08.AP1 Section 1 -08, Prosecution and Progress April 1, 2013 1 -08.1 Subcontracting In the eighth paragraph, "Contracting Agency" is revised to read "WSDOT ". 1- 08.3(1) General Requirements The following new paragraph is inserted after the first paragraph: Total float belongs to the project and shall not be for the exclusive benefit of any party. 1 -08.5 Time for Completion The last paragraph in this section is supplemented with the following: e. Copies of the approved "Affidavit of Prevailing Wages Paid" for the Contractor and ' all Subcontractors 1 -08.7 Maintenance During Suspension The second paragraph is revised to read: At no expense to the Contracting Agency, the Contractor shall provide through the construction area safe, smooth, and unobstructed roadways and pedestrian access routes for public use during the suspension (as required in Section 1 -07.23 or the Special Provisions.) This may include a temporary road, alternative pedestrian access route or detour. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 4/1/2013 J 71 L11 Page 4 1 1 1- 09.AP1 2 Section 1 -09, Measurement and Payment 3 April 1, 2013 AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 4/1/2013 Page 5 4 1 -09.1 Measurement of Quantities 5 The following new sentence is inserted after the sentence " "Ton ":2,000 pounds of 6 avoirdupois weight ": 7 ' 8 Items of payment that have "Lump Sum" or "Force Account" in the Bid Item of Work 9 shall have no specific unit of measurement requirement. 10 11 1- 09.2(5) Measurement 12 The second sentence in the first paragraph is revised to read: 13 14 The frequency of verification checks will be such that at least one test weekly is 15 performed for each scale used in weighing contract items of Work. ' 16 17 1 -09.6 Force Account 18 In item No. 3. For Equipment, the last sentence in the third sub - paragraph is revised to 19 20 read: 21 In the event that prior quotations are not obtained and the vendor is a firm independent 22 from the Contractor or Subcontractor, then after - the -fact quotations may be obtained by 23 the Engineer from the open market in the vicinity and the lowest such quotation may be 24 used in place of submitted invoice. 25 26 5- 04.AP5 ' 27 Section 5 -04, Hot Mix Asphalt 28 April 1, 2013 29 5 -04.2 Materials 30 The following material reference is deleted from this section: 31 ' 32 Blending Sand 9- 03.8(4) 33 34 The fourth paragraph is revised to read: 35 36 The grade of asphalt binder shall be as required by the Contract. Blending of asphalt 37 binder from different sources is not permitted. 38 39 5- 04.3(7)A1 General 40 This section is supplemented with the following: 41 42 The Contractor shall include the brand and type of anti - stripping additive in the mix 43 design submittal and provide certification from the asphalt binder manufacture that the 44 anti - stripping ,additive is compatible with the crude source and formulation of asphalt 45 binder proposed in mix design. 46 47 5- 04.3(7)A3 Commercial Evaluation ' 48 The second sentence in the second paragraph is deleted. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 4/1/2013 Page 5 2 5- 04.3(10)B3 Longitudinal Joint Density 3 The section including title is revised to read: 4 5 5- 04.3(10)B3 Vacant 6 7 5- 04.3(11)D General 8 The last sentence in the first paragraph is deleted. 9 , 10 5- 04.3(12)A Transverse Joints 11 In the second paragraph "planning" is revised to read "planing ". 12 , 13 5- 04.3(20) Anti - Stripping Additive 14 This section is revised to read: 15 16 Anti - stripping additive shall be added to the liquid asphalt by the asphalt supplier prior to 17 shipment to the asphalt mixing plant. For HMA accepted by statistical and nonstatistical 18 evaluation the anti - stripping additive shall be added in the amount designated in the 1 19 WSDOT mix design /anti -strip evaluation report provided by the Contracting Agency. For 20 HMA accepted by commercial evaluation the Project Engineer will determine the 21 amount of anti -strip to be added; paving shall not begin before the anti -strip 22 requirements have been provided to the Contractor. 23 24 5 -04.4 Measurement 25 The first sentence in the first paragraph is revised to read: 26 27 HMA Cl. _ PG _ HMA for _ Cl. _ PG _, and Commercial HMA will 28 be measured by the ton in accordance with Section 1 -09.2, with no deduction being ' 29 made for the weight of asphalt binder, mineral filler, or any other component of the 30 31 mixture. 32 The last paragraph is deleted. 33 34 5 -04.5 Payment 35 The bid item "Longitudinal Joint Density Price Adjustment ", by calculation and paragraph 36 following bid item are deleted. 37 38 7- 05.AP7 39 Section 7 -05, Manholes, Inlets, Catch Basins, and Drywells 40 April 2, 2012 41 7 -05.3 Construction Requirements 42 The third paragraph is supplemented with the following: 43 44 Leveling and adjustment devices that do not modify the structural integrity of the metal 45 frame, grate or cover, and do not void the originating foundry's compliance to these 46 specifications and warranty is allowed. Approved leveling devices are listed in the ' 47 Qualified Products List. Leveling and adjusting devices that interfere with the backfilling, 48 backfill density, grouting and asphalt density will not be allowed. The hardware for , 1� AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 4/1/2013 Page 6 1 leveling and adjusting devices shall be completely removed when specified by the 2 Project Engineer. 3 4 7- 08.AP7 5 Section 7 -08, General Pipe Installation Requirements 6 August 6, 2012 7 7- 08.3(2)D Pipe Laying — Steel or Aluminum 8 The following new sentence is inserted after the first sentence in the second paragraph: 9 10 The paint shall cover all the surface in contact with the concrete and extend one inch 11 beyond the point of contact. 12 13 8- 01.AP8 14 Section 8 -01, Erosion Control and Water Pollution Control 15 January 7, 2013 16 8 -01.2 Materials 17 The first paragraph is revised to read: 18 19 Materials shall meet the requirements of the following sections: 20 21 Corrugated Polyethylene Drain Pipe 9- 05.1(6) 22 Quarry Spalls 9 -13 23 Seed 9 -14.2 24 Fertilizer 9 -14.3 25 Mulch and Amendments 9 -14.4 26 Tackifiers 9- 14.4(7) 27 Erosion Control Devices 9 -14.5 28 High Visibility Fence 9 -14.5 29 Construction Geotextile 9 -33 30 31 8- 01.3(2)D Mulching 32 The following two new paragraphs are inserted after the fourth paragraph: 33 34 Short-Term Mulch shall be hydraulically applied at the rate of 2500 pounds per acre and 35 may be applied in one lift. 36 37 Moderate -Term Mulch and Long -Term Mulch shall be hydraulically applied at the rate of 38 3500 pounds per acre with no more than 2000 pounds applied in any single lift. 39 40 8- 01.3(2)E Soil Binders and Tacking Agents 41 This section including title is revised to read: 42 43 8- 01.3(2)E Tackifiers 44 Tackifiers applied using a hydroseeder shall have a mulch tracer added to visibly aid 45 uniform application. This tracer shall not be harmful to plant, aquatic, or animal life. A 46 minimum of 125 pounds per acre and a maximum of 250 pounds per acre of Short-Term 47 Mulch shall be used as a tracer. Tackifier shall be mixed and applied in accordance with 48 the manufacturer's recommendations. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 4/1/2013 Page 7 1 1 2 Soil Binding Using Polyacrylamide (PAM) — The PAM shall be applied on bare soil 3 completely dissolved and mixed in water or applied as a dry powder. Dissolved PAM 4 shall be applied at a rate of not more than 2/ pound per 1,000 gallons of water per acre. 5 A minimum of 200 pounds per acre of Short -Term Mulch shall be applied with the 6 dissolved PAM. Dry powder applications may be at a rate of 5 pounds per acre using a 7 hand -held fertilizer spreader or a tractor - mounted spreader. 8 9 PAM shall be applied only to areas that drain to completed sedimentation control BMPs 10 in accordance with the TESC Plan. PAM may be reapplied on actively worked areas 11 after a 48 -hour period. 12 13 PAM shall not be applied during rainfall or to saturated soils 14 15 8- 01.3(2)F Dates for Application of Final Seed, Fertilizer, and Mulch 16 In the first paragraph, "Engineer" is revised to read "Project Engineer ". 17 18 Note 1 of the table in the first paragraph is revised to read: 19 20 ' Where Contract timing is appropriate, seeding, fertilizing, and mulching shall be 21 accomplished during the fall period listed above 22 23 The third paragraph is deleted. 24 25 8- 01.3(3) Placing Erosion Control Blanket 26 This section including title is revised to read: 27 28 8- 01.3(3) Placing Biodegradable Erosion Control Blanket 29 Biodegradable Erosion Control Blankets are used as an erosion prevention device and 30 to enhance the establishment of vegetation. Erosion control blankets shall be installed 31 according to the manufacturer's recommendations. 32 33 Seeding and fertilizing shall be done prior to blanket installation. 34 35 Select erosion control blanket material for an area based on the intended function: slope 36 or ditch stabilization, and site specific factors including soil, slope gradient, rainfall, and 37 flow exposure. Erosion Control Blankets shall not be used on slopes or in ditches that 38 exceed the manufacturer's recommendations. 39 40 8- 01.3(4) Placing Compost Blanket 41 The first paragraph is revised to read: 42 43 Compost blanket shall be placed to a depth of 3 inches over bare soil. Compost blanket 44 shall be placed prior to seeding or other planting. An organic tackifier shall be placed 45 over the entire composted area when dry or windy conditions are present or expected 46 before the final application of mulch or erosion control blanket. The tackifier shall be 47 applied immediately after the application of compost to prevent compost from leaving 48 the composted area. 49 50 8- 01.3(5) Placing Plastic Covering 51 The second and third paragraphs are revised to read: AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 4/1/2013 Page 8 1 2 Clear plastic, covering shall be used to promote seed germination when seeding is 3 performed outside of the Dates for Application of Final Seed in Section 8- 01.3(2)F. Black 4 plastic coverin''g shall be used for stockpiles or other areas where vegetative growth is 5 unwanted. 6 7 The plastic cover shall be installed and maintained in a way that prevents water from 8 cutting under the plastic and prevents the plastic cover from blowing open in the wind. 9 10 8- 01.3(6) Check Dams 11 This section is revised to read: 12 13 Check dams shall be installed as soon as construction will allow, or when designated by 14 the Engineer. The Contractor may substitute a different check dam, in lieu of what is 15 specified in the contract, with approval of the Engineer. The check dam is a temporary 16 or permanent structure, built across a minor channel. Water shall not flow through the 17 check dam structure. Check dams shall be constructed in a manner that creates a 18 ponding area upstream of the dam to allow pollutants to settle, with water from 19 increased flows channeled over a spillway in the check dam. The check dam shall be 20 constructed to prevent erosion in the area below the spillway. Check dams shall be 21 placed perpendicular to the flow of water and installed in accordance with the Standard 22 Plans. The outer edges shall extend up the sides of the conveyance to prevent water 23 from going around the check dam. Check dams shall be of sufficient height to maximize 24 detention, without causing water to leave the ditch. Check dams shall meet the 25 requirements in Section 9- 14.5(4). 26 27 8- 01.3(6)A Geotextile- Encased Check Dam 28 This sections content including title is deleted. 29 30 8- 01.3(6)B Quarry Spall Check Dam 31 This sections content including title is deleted. 32 33 8- 01.3(6)C Sandbag Check Dam 34 This sections content including title is deleted. 35 36 8- 01.3(6)D Wattle Check Dam 37 This sections content including title is deleted. 38 39 8- 01.3(6)E Coir Log 40 This sections title is revised to read: 41 42 8- 01.3(6)A Coir Log 43 44 8- 01.3(7) Stabilized Construction Entrance 45 The first paragraph is revised to read: 46 47 Temporary stabilized construction entrance shall be constructed in accordance with the 48 Standard Plans, prior to beginning any clearing, grubbing, embankment or excavation. 49 All quarry spall material used for stabilized construction entrance shall be free of 50 extraneous materials that may cause or contribute to track out. 51 AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 411/2013 Page 9 1 8- 01.3(9)B Gravel Filter, Wood Chip, or Compost Berm 2 The first paragraph is revised to read: 3 4 Filter berms shall retain sediment and direct flows. The gravel filter berm shall be a 5 minimum of 1 foot in height and shall be maintained at this height for the entire time they 6 are in use. Rock material used for filter berms shall meet the grading requirements in ' 7 Section 9- 03.9(2), but shall not include any recycled materials as outlined in Section 9- 8 9 03.21. , 10 8- 01.3(9)C Straw Bale Barrier 11 This section including title is revised to read: 12 , 13 8- 01.3(9)C Vacant 14 15 8- 01.3(11) Vacant ' 16 This section including title is revised to read: 17 18 8- 01.3(11) Outlet Protection ' 19 Outlet protection shall prevent scour at the outlets of ponds, pipes, ditches or other 20 conveyances. All quarry spall material used for outlet protection shall be free of 21 extraneous material and meet the gradation requirements in Section 9 -13.6. 22 ' 23 8- 01.3(13) Temporary Curb 24 This section is revised to read: 25 , 26 Temporary curbs shall divert or redirect water around erodible soils. 27 Temporary curbs shall be installed along pavement edges to prevent runoff from flowing '28 29 onto erodible slopes. Water shall be directed to areas where erosion can be controlled. 30 31 The temporary curbs shall be a minimum of 4 inches in height. Ponding shall not be in roadways. ' 32 33 8 -01.4 Measurement 34 The third paragraph is revised to read: ' 35 36 Check dams will be measured per linear foot one time only along the completed check 37 dam. No additional measurement will be made for check dams that are required to be 38 rehabilitated or replaced due to wear. 39 40 The ninth paragraph is deleted. 41 , 42 The twelfth paragraph (after the preceding amendment is applied) is revised to read: 43 Seeding, fertilizing, liming, mulching, mowing, and tackifier will be measured by the acre ,44 45 by ground slope measurement or through the use of design data 46 This section is supplemented with the following: '47 48 49 50 Outlet Protection will be measured per each initial installation at an outlet location. , AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 411/2013 Page 10 ' AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 411/2013 Page 11 1 8 -01.5 Payment 2 The bid item "Straw Bale ", per each is deleted. 3 4 The bid item "_Erosion Control Blanket ", per square yard is deleted. ' 5 6 The bid item "Soil Binder or Tacking Agent ", per acre is deleted. 7 8 This section is supplemented with the following: 9 10 "Outlet Protection ", per each. 11 The unit Contract price per each for "Outlet Protection" shall be full payment for all costs ' 12 incurred to complete the Work. 13 ' 14 15 "Tackifier ", per acre. The unit Contract price per acre for "Tackifier" shall be full payment for all costs incurred 16 to complete the Work. 17 ' 18 "Biodegradable Erosion Control Blanket ", per square yard. 19 The unit Contract price per square yard for "Biodegradable Erosion Control Blanket" 20 shall be full pay for all costs to complete the specified Work. 21 22 8- 22.AP8 23 Section 8 -22, Pavement Marking ' 24 January 7, 2013 25 8- 22.3(3)D Line Applications 26 The last paragraph is supplemented with the following: ' 27 28 Grooved line pavement marking shall not be constructed on bridge decks or on bridge 29 approach slabs. ' 30 31 8- 22.3(6) Removal of Pavement Markings 32 The following two new sentences are inserted after the first sentence: 33 34 Grinding to remove painted markings is not allowed. Grinding to remove plastic marking 35 is allowed to a depth just above the pavement surface, then water blasting or shot ' 36 blasting shall be required to remove the remaining markings. 37 38 8 -22.4 Measurement 39 The items "Painted Wide Line" and "Plastic Wide Line" are deleted from the fourth 40 paragraph. 41 42 The sixth paragraph is revised to read: ' 43 44 Diagonal lines used to delineate parking stalls that are constructed of painted or plastic 45 4 -inch lines will be measured as "Paint Line" or "Plastic Line" by the linear foot of line ' 46 installed. Crosswalk line will be measured by the square foot of marking installed. 47 48 The following two new paragraphs are inserted after the sixth paragraph: 49 AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 411/2013 Page 11 1 3 4 6 7 9 10 11 12 13 14 15 16 17 18 19 20 .I Crosshatch markings used to delineate median and gore areas will be measured by the completed linear foot as "Painted Crosshatch Marking" or "Plastic Crosshatch Marking ". ' The measurement for "Painted Crosshatch Marking" and for "Plastic Crosshatch Marking" will be based on the total length of each 8 -inch or 12 -inch wide line installed. ' 8 -22.5 Payment The bid items "Painted Wide Line ", per linear foot and "Plastic Wide Line ", per linear foot are deleted from this section. This section is supplemented with the following two new bid items: "Painted Crosshatch Marking ", per linear foot. "Plastic Crosshatch Marking ", per linear foot. The following new paragraph is inserted after the last bid item in this section: The unit Contract price for the aforementioned Bid items shall be full payment for all costs to perform the Work as described in Section 8 -22. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 4/1/2013 Page 12 ■. -_ ME 0 Sol E z BONNIE I VICINITY MAP NOT TO SCALE EXISTING FEATURES CONDUITS --- - - - - -- FENCE x x GAS LINE -G -C SANITARY SEWER ss ss DOMESTIC WATER w = w STORM DRAIN D o UNDERGROUND TELEPHONE T T UNDERGROUND POWER -up -LIP OVERHEAD POWER OHPOHP IRRIGATION -IRR - TREE WIRR UTILITY POLE ffuP MANHOLE OMH DRYWELL (Dow CATCH BASIN ® CB FIRE HYDRANT 17 FH WATER VALVE m wV WATER METER Is wM WATER SLOWOFF ®BO SPLICE BOX ❑ se STREET LIGHT o-- SIGN cy _ _tir Ala 111 !��� t1mi 11111/11 BE °IMESON sullul nlluul, nnmuu unpum nuu� iiiiYi�ll� �lIIIW m�l� I. __ NEW FEATURES NEW HOT MIX ASPHALT 0 -6-MmaRM NEW CURB AND GUTTER NEW CEMENT CONCRETE . . . SIDEWALK OR DRIVEWAY NEW SEWER MAIN .---- - - - - -. NEW MANHOLE • EXISTING PIPE TO BE REMOVED an J11 CITY OF YAKIMA TIETON DRIVE SANITARY SEWER REPLACEMENT S. 40th AVE. to S. 38th AVE. CITY PROJECT No. WW2358 HLA PROJECT No. 13044 APRIL 2013 DATUM ELEVATION _ / CITY OF YAKIMA BENCHMARK NORTHWEST CORNER OF CONCRETE q IRRIGATION BOX AT THE SOUTHEAST CORNER OF THE INTERSECTION OF 44TH AVE AND TIETON DR (BOX INSIDE FENCE LEVA ON: 1173.97 DATUM - CITY OF YAKIMA) SHEET INDEX SHEET 1 COVER SHEET 2 GENERALNOTES SHEETS 3 - 4 PLAN AND PROFILE SHEETS SHEETS 5 - 6 DETAILS 8oi North 39thAvenue $L T. g JOB'NUMBER: DATE. SHEET 13044 04 -18 -13 CITY OF YAKIMA Yaldma,WA989o2 �; �oFRA g FILE NAMES. 1 " 509.966.000 DRAWING. Sheets.dwg TIETON DRIVE SANITARY SEWER Huibrepe, Uuman Associates, Inc. Fax 5o9.965.3800 A j�72 o A� REPLACEMENT OF E'�ISTERF' ,y Civil Engineering> Land SurveyingoPlanning wwhlaCivfltom ONAL ECG 7� DESIGNED BY' BAA 6 REVISION DATE ENTERED BY- JRS COVER 1 F� 1� S HLA Huibreese, Louman Associates, Inc. Civil Engineering f• Land Survey ngoPlanning 801. North 39th Avenue Yaldma, WA 98902 509.966.7000 Fax 509.965.3800 www.hlacivil.com GENERAL PROJECT NOTES 1 ALL MATERIALS, WORKMANSHIP, AND CONSTRUCTION OF SITE IMPROVEMENTS SHALL MEET OR EXCEED THE OWNER'S SITE WORK STANDARDS AND THE STANDARDS AND SPECIFICATIONS SET FORTH IN THE CITY OF YAKIMA PUBLIC WORKS REGULATIONS AND APPLICABLE STATE AND FEDERAL REGULATION WHERE THERE IS CONFLICT BETWEEN THESE PLANS AND THE SPECIFICATIONS, OR ANY APPLICABLE STANDARDS, THE HIGHER QUALITY STANDARD SHALL APPLY. ALL WORK WITHIN PUBLIC RIGHT OF WAY OR EASEMENTS SHALL BE INSPECTED AND APPROVED BY THE CITY OF YAKIMA. 2. A PRECONSTRUCTION MEETING WITH THE LOCAL JURISDICTION /PUBLIC WORKS DEPARTMENT, THE ENGINEER, THE CONTRACTOR, AND INTERESTED UTILITY COMPANIES SHALL BE HELD A MINIMUM OF ONE WEEK PRIOR TO BEGINNING CONSTRUCTION. INSPECTOR SHALL BE GIVEN 48 —HOURS MINIMUM NOTICE PRIOR TO THE START OF WORK. 3. THE CONTRACTOR SHALL HAVE ONE (1) SIGNED COPY OF THE APPROVED PLANS, ONE (1) COPY OF THE APPROPRIATE STANDARDS AND SPECIFICATIONS, AND A COPY OF ANY PERMITS AND EXTENSION AGREEMENTS NEEDED FOR THE JOB, ON —SITE AT ALL TIMES. 4 THE CONTRACTOR SHALL BE RESPONSIBLE FOR ALL ASPECTS OF SAFETY INCLUDING, BUT NOT LIMITED TO, EXCAVATION, TRENCHING, SHORING, TRAFFIC CONTROL, AND SECURITY 5. IF WORKERS ENTER ANY TRENCH OR OTHER EXCAVATION FOUR FEET OR MORE IN DEPTH THAT DOES NOT MEET THE OPEN PIT REQUIREMENTS OF WSDOT /APWA SECTION 2- 09.3(3)B, IT SHALL BE SHORED AND CRIBBED THE CONTRACTOR SHALL BE SOLELY RESPONSIBLE FOR WORKER SAFETY AND THE ENGINEER ASSUMES NO RESPONSIBILITY ALL TRENCH SAFETY SYSTEMS SHALL MEET THE REQUIREMENTS OF THE WASHINGTON INDUSTRIAL SAFETY AND HEALTH ACT, CHAPTER 49.17 RCW. 6. - IF, DURING THE CONSTRUCTION .PROCESS, CONDITIONS .ARE ENCOUNTERED BY THE CONTRACTOR, HIS SUBCONTRACTORS, OR OTHER AFFECTED PARTIES, WHICH COULD INDICATE A SITUATION THAT IS NOT IDENTIFIED IN THE PLANS OR SPECIFICATIONS, THE CONTRACTOR SHALL CONTACT THE ENGINEER IMMEDIATELY 7 ALL REFERENCES TO ANY PUBLISHED STANDARDS SHALL REFER TO THE LATEST REVISION OF SAID STANDARD, UNLESS SPECIFICALLY STATED OTHERWISE. 8. THE CONTRACTOR SHALL SUBMIT A TRAFFIC CONTROL PLAN, IN ACCORDANCE WITH MUTCD TO THE CITY OF YAKIMA AND ENGINEER FOR APPROVAL PRIOR TO ANY CONSTRUCTION ACTIVITIES WITHIN, OR AFFECTING, THE RIGHT OF WAY THE CONTRACTOR SHALL BE RESPONSIBLE FOR PROVIDING ANY AND ALL TRAFFIC CONTROL DEVICES AS MAY BE REQUIRED BY THE CONSTRUCTION ACTIVITIES. 9 THE CONTRACTOR SHALL BE RESPONSIBLE FOR PROVIDING ADEQUATE SAFEGUARDS, SAFETY DEVICES, PROTECTIVE EQUIPMENT, FLAGGERS, AND ANY OTHER NEEDED ACTIONS TO PROTECT THE LIFE, HEALTH, AND SAFETY OF THE PUBLIC, AND TO PROTECT PROPERTY IN CONNECTION WITH THE PERFORMANCE OF WORK COVERED BY THIS CONTRACT ALL SECTIONS OF THE WSDOT /APWA STANDARD SPECIFICATIONS SECTION 1 -10, TEMPORARY TRAFFIC CONTROL, SHALL APPLY IF WORK WITHIN THE RIGHT OF WAY WILL INTERRUPT NORMAL TRAFFIC OPERATION. 10. THE CONTRACTOR IS RESPONSIBLE FOR PROVIDING ALL LABOR AND MATERIALS NECESSARY FOR THE COMPLETION OF THE INTENDED IMPROVEMENTS SHOWN ON THESE DRAWINGS OR DESIGNATED TO BE PROVIDED, INSTALLED, CONSTRUCTED, REMOVED, AND RELOCATED UNLESS SPECIFICALLY NOTED OTHERWISE. 11 THE CONTRACTOR SHALL BE RESPONSIBLE FOR KEEPING ROADWAYS FREE AND CLEAR OF ALL CONSTRUCTION DEBRIS AND DIRT TRACKED FROM THE SITE. 12. THE CONTRACTOR SHALL BE RESPONSIBLE FOR RECORDING AS —BUILT INFORMATION ON A SET OF RECORD DRAWINGS KEPT AT THE CONSTRUCTION SITE, AND AVAILABLE TO THE CITY AT ALL TIMES. THE CONTRACTOR SHALL DELIVER THESE DRAWINGS TO THE ENGINEER AT THE COMPLETION OF THE WORK. 13. DIMENSIONS FOR LAYOUT AND CONSTRUCTION ARE NOT TO BE SCALED FROM ANY DRAWING. IF PERTINENT DIMENSIONS ARE NOT SHOWN, CONTACT THE ENGINEER FOR CLARIFICATION, AND ANNOTATE THE DIMENSION ON THE AS —BUILT RECORD DRAWINGS. 14 ALL CONSTRUCTION SHALL CONFORM TO THE LATEST EDITION OF THE STANDARD SPECIFICATIONS FOR ROAD, BRIDGE, AND MUNICIPAL CONSTRUCTION AS PUBLISHED BY THE WASHINGTON STATE DEPARTMENT OF TRANSPORTATION ( WSDOT) AND THE AMERICAN PUBLIC WORKS ASSOCIATION (APWA) AND THE SPECIAL PROVISIONS OF THE CITY OF YAKIMA. 15. THE CONTRACTOR SHALL SUBMIT A PHASING PLAN FOR ALL WORK IN PUBLIC ROADS AND RIGHTS OF WAY TO THE CITY OF YAKIMA AND ENGINEER BEFORE BEGINNING ANY WORK WITHIN THESE AREAS. CONTRACTOR SHALL BEGIN WORK ONLY AFTER THE CITY OF YAKIMA APPROVES THE PHASING PLAN, AND A PRECONSTRUCTION MEETING IS HELD BETWEEN THE CITY, THE ENGINEER, AND THE CONTRACTOR. 16. ALL OPERATIONS CONDUCTED ON THE PREMISES, INCLUDING THE WARMING UP, REPAIR, ARRIVAL, DEPARTURE, OR RUNNING OF TRUCKS, EARTHMOVING EQUIPMENT, CONSTRUCTION EQUIPMENT, AND ANY OTHER ASSOCIATED EQUIPMENT SHALL GENERALLY BE LIMITED TO THE PERIOD BETWEEN 7 00 P.M. AND 6:00 A.M. EVERY DAY UNLESS OTHERWISE APPROVED BY THE CITY 17. IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO COORDINATE ALL UTILITY RELOCATIONS CONSISTENT WITH THE CONTRACTOR'S SCHEDULE FOR THIS PROJECT, WHETHER SHOWN OR NOT SHOWN AS IT RELATES TO THE CONSTRUCTION ACTIVITIES CONTEMPLATED IN THESE PLANS. 18. EXISTING UTILITY LOCATIONS WERE TAKEN FROM CITY UTILITY MAP RECORDS AND FIELD LOCATES, BUT MAY NOT REFLECT ACTUAL LOCATIONS. ANY DAMAGE TO PUBLIC UTILITIES OR ADJACENT PROPERTIES AS A RESULT OF THE CONSTRUCTION ACTIVITIES SHALL BE THE RESPONS181LITY OF THE CONTRACTOR. REPAIRS SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR AND SHALL BE MADE IN A TIMELY MANNER TO THE SATISFACTION OF THE DAMAGED PARTY 19. THE CONTRACTOR SHALL PROTECT ALL WATER, IRRIGATION, AND WASTEWATER MAINS IN ADDITION TO ALL WATER SERVICES AND SIDE SEWERS IN PLACE. NO UTILITY MAIN RELOCATIONS WILL BE ALLOWED WITHOUT AUTHORIZATION BY THE ENGINEER. ANY UTILITY MAINS DAMAGED DUE TO CONTRACTOR'S OPERATIONS SHALL BE REPLACED AT HIS EXPENSE. ANY WATER SERVICES OR SIDE SEWERS DAMAGED DUE TO CONTRACTOR'S NEGLIGENCE SHALL BE REPLACED FROM THE MAIN TO THE METER /PROPERTY LINE BY THE CITY AT THE CONTRACTOR'S- EXPENSE. DURING TRENCH— EXCAVATION ADJACENT TO AND BEHIND A WATERLINE FITTING, THE CONTRACTOR SHALL PROTECT THRUST BLOCKING WHERE ENCOUNTERED AND MAINTAIN UNDISTURBED EARTH BEHIND THRUST BLOCKING. AT WATER MAIN CROSSINGS, THE CONTRACTOR SHALL PROVIDE AND INSTALL COMPACTED GRANULAR BACKFILL OR CDF WITHIN WATER MAIN PIPE ZONE. IF CDF IS USED, WRAP WATER MAIN WITH LAYER OF PLASTIC. 20. WHERE NEW SANITARY SEWER PIPELINE PASSES ABOVE EXISTING WATER MAINS, OR WATER SERVICES 3" AND LARGER, A FULL STICK OF PIPE SHALL BE CENTERED AT THE CROSSING. 21 THE CONTRACTOR MUST CALL THE LOCAL UTILITY LOCATION REQUEST CENTER NOT LESS THAN 72 HOURS NOR MORE THAN 10 BUSINESS DAYS BEFORE ANY EXCAVATION, TO REQUEST FIELD LOCATIONS OF UTILITIES. THE TELEPHONE NUMBER FOR THE ONE CALL CENTER FOR THIS PROJECT IS 1 -800- 424 -5555. PRIOR TO CONSTRUCTION, THE CONTRACTOR SHALL VERIFY PERTINENT LOCATIONS AND ELEVATIONS BY POTHOLING OR OTHER METHODS PROPOSED BY THE CONTRACTOR AND APPROVED BY THE ENGINEER, ESPECIALLY AT THE CONNECTION POINTS AND AT POTENTIAL UTILITY CONFLICTS. IT SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR TO NOTIFY THE ENGINEER IMMEDIATELY WHERE EXISTING UTILITIES ARE FOUND TO CONFLICT WITH PROJECT IMPROVEMENTS. NO ADDITIONAL COMPENSATION WILL BE ALLOWED FOR POTHOLING OR VERIFICATION OF EXISTING UTILITY LOCATIONS. 22. THE CONTRACTOR SHALL REMOVE ALL DEBRIS FROM THE SITE. NO BURNING WILL BE ALLOWED THE CONTRACTOR SHALL BE REQUIRED TO SECURE AND OPERATE HIS OWN WASTE DISPOSAL SITE AT HIS OWN EXPENSE FOR THE DISPOSAL OF ALL UNSUITABLE MATERIAL, ASPHALT, CONCRETE, DEBRIS, WASTE MATERIAL, AND ANY OTHER OBJECTIONABLE MATERIAL WHICH IS DIRECTED TO WASTE. THE CONTRACTOR SHALL COMPLY WITH THE STATE OF WASHINGTON REGULATIONS REGARDING DISPOSAL OF WASTE MATERIAL AS OUTLINED IN WAC 173 -304, SUBCHAPTER 461 23. THE CONTRACTOR SHALL MAINTAIN ACCESS TO AND FROM RESIDENCES AND BUSINESSES AT ALL TIMES. JOB NUMBER: I DATE. CITY OF YAKIMA 13044 04 -18 -13 FILE DRAWNG:ES Sheets.dwg TIETON DRIVE SANITARY SEWER REPLACEMENT DESIGNED BY BAA REVISION I DATE I ENTERED BY JRS GENERAL NOTES SHEET 2 OF 6 7 1I 1-1 1 N MCCHIN LLC U I TDVC PROPERTIES LLC I I C181322-43440 Z I 181322 43052 E W 1 k > 3907 TIETON DR I co z 3901 TIETON DR "t Q 1 I $ � O N v I W 1 STA. 10 +55, STA. 10 +55 TO STA. 17+15, LT m � I 0 10 20 40 I UPON INSTALLATION OF NEW 8" SANITARY SEWER TO UPON INSTALLA110N OF NEW 8" Q 00 � 1 > EAST, INCLUDING TIE -IN AT 17 +17 68, GROUT CONNECTION SANITARY SEWER, REMOVE AND 1 uj � SEWER FLOW DATA /' / //o MH� / /{ / /// , / // /,, TO EXISTING MANHOLE THROUGH EXISTING 8" SEWER DISPOSE OF EXISTING 8" SEWER. I W // ' Z � STA. 10 +53.00, EXISTING SSMH FLOW /t, / / RIM:1171.83,'/ - I < PENETRATION AND MATCH INVERT SEE FLOW DATA FOR ,� /j /' /'/ LL1 MEASURED ' I AT EAST INVERT , I.EN•1163,20,�,/ LL1 / / , /v /�z /, // , , PUMPING REQUIREMENTS TO MAINTAIN OPERATION OF I 9:OOAM - 10:OOPM AVG. FLOW = 100 GPM 1.EE;116680,' / = / / < ; NORTH AND WEST ACTIVE SEWER CONNECTIONS. I 11 OOPM - 8: OOAM AVG. FLOW = 60 GPM /, // IENE. 1163.15 /, i �' ms /' / SS -MH (n ' / 'I E.SW:,1169.30 / // ' / / I 'D " 9''' RIM. 1166.50 /.1 E:SE�M 53.10 �', /0/ , I /' /,'i i /' \ I 1 H i.EN: 115600(10 ") NOTE. 0. /�/ ' D ,/ . D , D D j /' / \ \ /-MH 1 / E S 1755.900(10 ") ' FLOW DATA PROVIDED IS FOR INFORMATIONAL / - , i , / ,, � ss RIM: 116853 PURPOSES ONLY FLOW WAS MEASURED OVER A '' /' /' / %% yy LE. W,NW,NE.1159.17 ESW:1158.90(8 ") ' /// o /; ") I', - - - -„ - EE 1159.03 - - - - - - pr - - - E.W:1155.80(10 3 j'/ a, 4 -DAY PERIOD ACTUAL FLOW DATA MAY DIFFER ;'i jN /' '' /;' % / / ,4;' . FROM TH PR VI E VALU S. i ,'',, / ='c , , .0 / - , �5S,�4H' %"; , ,. , / , . .., L@ C:.S[DE ti87C ....... .... .... ... ........ .... , ....... .. ..... ....... O E O D D E p. . , , , , / / , .RIM' 177 ......................... �' ..' - "UP /3�� `.. ^. /.i_:. /... w�j.'' /_i i�N /. /,. ,% '/ i , / , I.E.N: t1 .50, / ,' ,' UP, UP. /UP'UP g1P UP, UP —/w =--ri -a— w , - /,W. . W / " / —, /w•T / "jw /j iw',ii 'w/ i ,; w /', w 'w�, /, ,'w,,' /Vi, ',, j.W.', /. w /.� w/ / /�.w. /�,., /// l.E: 116sso' /''w,4 /w, ,', //, , /,' / 1O +DG '/,8: BUNK' r" .. , , - ttw_ _. - a _ t/ .. .� ml n ay ' ,'/ , /MAINi /. ., -/ / Ei:'3ii: ^�ZS - _ Ee.@b�vr..,�xue• - ti -4�,A. - - 'w# I- 'l / /, ,/ ,3 o i. �' // /�, / / // / #?.,`-�:�Fd4ir -� 5$,-7 . +' Y. .. i3:as"Rffit �� 9:EkPE9t ,ud 4a'SS33 ; "+'zk�z' "35iwS3 (%) '. i-,- /', - - - = - /_. // / / / /iNEW' 8 "OPVC/SANLTARY SE _/ = ;, I / / //, '% / "/, I / ' /iT(ETON'DRiYE/ / '/ - / / "/ ' %, ,' '' '/� MONUU7ENT �/ / / /, // / / / ',C7 �,/ / j ,/ /, :NH/ / /. .Z /, // , / ,i , / / LDURIc / �, e j/ ./ ,/ /, /' % / / /'/ /' ' /oi 'i;IPR / /'ii, NOTES. /' 1 ALL W RK SHA COMP Y // , /w. / w —w /' ;/w w /WJ ', /W /W :/' W � /W��' %W i 'W ::wi i w,' � w Q> =w' 0 LL BE LETED 8 6 OOAM / '/ i // /, ; i. ,% / , o- �H'I // /'; / / %,' / , / /%, / _ / ' / , / ' /' /," /' / / % i '// / / RIM 11 057 S /' // / / / / / W EACH MORNING INCLUDING BACKFILL COLD MIX / / / ASPHA T RFA IN AN T M ORARY A o� % -/' '.o IE.N:1 ez'oo i/% ' %/ '/ / , / /' , , / -ASPH Li /, 3.'//'; / /, ' '/ // n 3 / o / ' -' '�% i ,'i i /'' / / L SU C G D E P P VEMENT ,�D LE 5161.90,I / /' / '/ ' /' /''/ f // /, / ' / /','' /' , / / /5� / Z ', % Imm /,' ' ' /,'i, MARKINGS, TO ALLOW UNRESTRICTED USE OF / ' / . IE'NW. 1 /, /'/ ,' • / // / / %, /'• Oryp - -OHP — OHP, - -OHP '''- / / / / / / / / /%, "/ / /:' /•'/ /-'''' �— OHP.�OHP - -OHP _ / �OHP _/ _ _ OHIP _/- OHP, / OHP -OHP - HP!ONP-- OHP -�O - - - _ /' /! 0 ROADWAYS. i', - /, ,1,/ /, -D'/ /,,I51 /' - 2. CITY OF YAKIMA WASTEWATER DIVISION WILL / / .' ; , / /,I;', �, ,.'./ - - - - - - - - - - - - - - - - - - - - - - - - < �'; / ; MH. NO. 1, STA. 11 +60.00, VACTOR EXISTING 8" SANITARY SEWER MAIN PRIOR ,,:/ / / /',' /i /, / .i ; • / ' STA. 10 +53 TO STA. 10 +80, STA. 12 +40 TO STA. 15 +20, PROVIDE ASPHALT ® NSTALL NEW TYPE 3 / // TO REMOVAL BY CONTRACTOR. CONTRACTOR SHALL / /, PROVIDE SELECT BACKFILL, CONCRETE CAP OVER PIPE SHALL BE CONCRETE SURFACING, SHALLOW MANHOLE 48 IN. 1 /' / COORDINATE VACTOR OPERATIONS WITH MARC // : /,/ %/ •/• '// /' DETAIL 2, SHEET 5. INSTALLED COMPLETELY IN ONE NIGHT DETAIL 5, SHEET 5. // -'f�' / DIAMETER. o CAWLEY, 509 576 -6303, AND GIVE MINIMUM 48 ' '�' " ' '/' ' I ( DETAIL 7, SHEET 5. WESTBOUND PASSING LANE SHALL Z HOURS NOTICE. ° I I REMAIN CLOSED FOR THREE FULL DAYS d 04 Z 1 FOLLOWING CONCRETE CAP � - � INSTALLATION, INCLUDING BARRICADES, z " Z I ° I YAKIMA FEDERAL SAVING & LOAN SIGNAGE, AND OTHER TRAFFIC CONTROL - AS REQUIRED BY THE CITY AND MUTCD i co 181327 -12437 DETAIL 1, SHEET 5. 1 I 3910 TIETON DR ' - - -- ' , -- 1- 1 L _ J _ t . _ r - I r -I _ t J - - ,_1', T 1 - ... .. ., I„ _ . r„ -. ; : , r r.. _... .. .. _ r _ - - _..._ ...._.I :_I . i1 -r- - - -- - - -- ,i- - - - -+ _. -- - - -h� r. - -- - ' -li - - -- - - - - -- - -- - -- I - -- - - -' - - 1 _ ! ' 1_. -r =+ ' ._. . _ r r - L- I _ . -'. _ _ _. ... L ' L f- T - - I I 1 - - -'' - r 1 - - t - - - - i -' - - - - : i - - i ' - - } ' - : -i i - l I I I i I I 1? I I I { I I ' 1 I I 1 ,' __ - - 1 I - - _ . ! 1_ 1-I - .1 I- I' NEW IMH ^_ ! 0: 1r - t. 4 - _ r - - _ I_ ' _ I' - 1 f' _ . , +! - I` 00- _ - _ - _ _ , T -'. '- - - - r - _ Y - - - i �R M -.116 50 - - -- -' -- ' - -'- -'- - - ' -- -' !- -'- - __ _ _ _. - ' ' - ._'_._ _..- -- .. _ - -' -- - -: L' _. - . `.. I -1 -- I r - - - ', - ; I:E._ OUT'_ .1' 1.65.08.: ), -E -'- - - - : ' ! 1_._: -,. i - - - - - -rt - - - I- _ _ - ' _ - -_. ._ .. , - ._. _ . .- , - i t .. 1 I S A 10 +53.00 _L: _ t - Li _ _ . r--'f i _ - -. i� _ . _ _ 1: - - _ 'RI =1171.D9 _'_:_ L I F ! ' .1. i' _ 'I'i I� i .l- L I' - - -1 _ :I . _ _ I- T r,, _ 1-1 , L' , ,T r - " r . , ' ' _ " L I L.._ r r i i - t . I ") _ _ _ 1 ; _.L I `I' EXISTING- . -� ROUND; P OFILE r '� -I a - , - , r ' 1- 11 - I _ _ _ .1 -'- , _ - - - - „ r , _- - IN 1165.60 - - - (8 W AT' EX15T1 G S'A'NI;TA 1 Y _ + ' 1 ' - i •I'~- - - - , I I._, - :ru - I:'011T =1165' 0(gi•)�E' - '' - - - - - - -- SEWER -,LI - -- - E ALIGNME - - -i -:a T - - -I - - ! � 1' +' , -;' -1' I° - - - -- - + I i I. _ _ J - - I _ r! _ _ 1 r _ r _ _ _ _ - Q _ F.- 1' _ -i _ _ _ !' _ _ _ _ 1 r -- _ ,T _ 7 r r - i/ - _ T _ 1 - - - L .,- .... , __ _ . - - _- _ - _ Ir 'I- _ 1 ' -- riy _ .Y. ,- + ` ' t- , _ { _ - _ L. -' INSTA L -CONCR E 'CAP 0 ER PIPE: ' ETAIL':1,i HEET 5:. „ — — _ _ — — PI 107 LF 0.003 'F7 -'NE 8,r VC P' . P :S;..IP_ E-i - FT - _ - -' - - -- - - -- „ - - ' — — - -- .•0.003 /FT'rr - I i - - - - - - - --- - - - - il; ' _ _ _ _ _ _ _ l r' L _ _ 1 I 1 _ _ , -. .1 . r' 1 _ _ i i ' _ _ r _ __ _ '+ _ I 1 I- _ _ -? _ _ L. r _ _ a . �. _ _ _ _ �r _ ... _ _ - _ 1 !. { _ . _ _ 1- - 1. �. :J ,� ' 1 I , f I - - --1 - _ - :"'-` - -_ - - - __ - ._ _ _ • _ . L r ire' - , .. :: , r r `, ri i __ . it; i'i .. r - 1, __ - -- ___ , -_ - _ - - !Y -:_.- - _ IV r r' : }r I 1: . . rl r !_,- r „, r , , I. , _l _J- �r - 8' PIP 'EXISTING ATER �J L 'L' -1_J� - - _ ' - - _ • _ - 1 1 _. - _ - - :1 . .J.� '1 . L -. I - y - .1 . - - ♦- 1 _ :L'i --J _ a - F:T - , ! _ - - _ L. ' 1 r _- 7, - :i L - �1- - - I - ,r - -- - - - - -- IE 1162:21: ( APPX - T10N• ) _ - -- 1.' - - iy - I - - '- - _ - - . , - r . T „ -' - -- - -'-'`- r , -- r C.- r-'- i I i I - I .' r � , .. , , � . , , , , , � .. , , � , � , , r , r , .: rrr , , , , � - - - - - -- �' -' -- - - - - , - - - - - - -: -r - - - - - - - - 11' - -� 1 c i i - - - - - - - 8” � PIPE' ' �E ISTING: SENT i ! - - - - ' r' ' - - - J-1- - .r. r „ rrr, .,. t _ I. ,,., ,,. .,r „ . : +i r „ 1-. r,r -r - -' ` - .,r - .a- ' ,.rrr - - - - - - -r --;- - ! I - - - - -- -I- - i -: -- -- - - - - i I- LE.- 115819 - - - - - - - - - - -ri -i _ -- - - - _ ._._.._ t . ,.._ J_. - r ._. __ . ._ . r - - -- . , - T r, , ' - r -- - - _ - - - --- _I : r, _ r . , — �; ' T _'AP. - _ X._LOCA T10N 1- -- - - - - - ' '- - - - - - T' l - _ _ _ _ I' - '-1� _ - _ L Tt� -I' _ - J i _ _ _ ! _ _ _ ___ _ - - - _ i __ _T _ !- 1 - __ _ __ T -. _ - - _.i` _ -. _ _ - r - - r , J' - _ „ { _ r" - _ J _ - - - - - _ _ _-. . _ _ _ _ _ - ___ _ - = _ - .L. - - _ _ _ _ - - __ 1 0" PIPE EXI- T1NG�SEWE I: -1 55. -7 E. 1 -_ - :. _ A- _ - - - - - -1- - -- ,. I., _.._. _._. ,.,. r,.r rr r'rr.:. ..r. ,,.r,r„ rr, , r,rr .,, ,. .. ..: ,r. - - ---- - - - - ii'- - - - I1E-r' i-i-'' i -i -,i- I - - -- - ..r,.. .; _ , ._. , ' " it ir, .. _ _ r __ .___. -_ __.__ -.._- r _._. T , r „ r r , , , r , r � ': L , .. r , r i L_._. -._I_. _._._ ;_I_....._.-. _ _- I_._- _. -.J_ _ __ _ '1! 1 _ _ - _ _ _ - - __ _- _ __ _ __ _- _ -_ i L - 1 I . +_ - _ _ 1' f' i-, T _ -- T' _- .:i _ _- -_ L . _ __ �L: _ _ _ _ - _ _ _ ' r '- - _ _ -.1 _ 1- _-'-' ' t r''-i- --'T ,t' _ `L r - :t L J- _ i; _ _ i '!� ice-' T' ri .i` 10+00 11 +00 12 +00 13 +00 14 +00 HLA 8oi North 39th Avenue Yaldma,WA989oz tE1. T -,& JOB 30448ER: 004TE8 -13 CITY O F YAKIMA SHEET FILE NAMES. �1��OFxAI�� 3 DRAWING: Sheets.dwg TIETON DRIVE SANITARY SEWER Huibrepe, Louman Associates, Inc. 509.966.7000 - � REPLACEMENT OF Fax 509.965.3800 www.hlacivd.com' 39872 0 FClSTER ONALE� j� 6 Civil Engineering. Land Surveying-Planning BY BRS PLAN AND PROFILE, STA. 10 +00 to STA. 14 +00 REVISION DATE ENT REDDBY 1 I I 1 II LII F I LI � pj s 1� n I N TDVC PROPERTIES LLC I TRUJILLO I TRUJILLO I QUIST I I C 181322-43023 ) 1 ( —181322-43034-) 1 �S E 3901 TIETON DR 3805 TIETON DR 1 3803 TIETON DR 3801 TIETON DR PETERSEN W I 181322 43453 STA. 15+49 AND STA. 15 +34, LT., ,I I AVE S POTHOLE AND VERIFY SIDE SEWER ELEVATION AT BACK OF 418 S 371th S/W AND POSITIVE DRAINAGE TO NEW SEWER MAIN PRIOR TO I I 0 10 20 40 SIDE SEWER INSTALLATION. INSTALL NEW 4" PVC SIDE SEWER STA. 10 +55 TO STA. 17+15, LT 1 I TO BACK OF SIDEWALK /DRIVEWAY DETAIL S5, SHEET 6. N SEWER FLOW DATA r7 UPON INSTALLATION OF NEW 8" CONNECT TO EXISTING WITH TRANSITION COUPLING. REMOVE F- STA. 17 +15.00, EXISTING SSMH FLOW SANITARY SEWER, REMOVE AND I CONCRETE AT NEAREST JOINT AND INSTALL NEW CONCRETE MEASURED AT SOUTH INVERT DISPOSE OF EXISTING 8" SEWER. AFTER SIDE SEWER INSTALLATION. DETAILS 3 AND 4, SHEET 5. LI z 9 OOAM - 10:OOPM AVG. FLOW = 200 GPM = I - STA. 17+15, LT 1 PROTECT I 11 OOPM - 8:OOAM AVG. FLOW = 100 GPM � I UPON INSTALLATION OF NEW 8" SANITARY D -MH CATCH BASIN. I I SEWER, CUT EXISTING SEWER PIPE AND FILL WITH I RIM:1166.19 I NOTE. IE N,S 1157.59(12 ") I z 3 3 CONCRETE TO PROVIDE A LEAK PROOF BLOCK D -MH I °nom - FLOW DATA PROVIDED IS FOR INFORMATIONAL RIM:I169.40 FOR ABANDONED WEST INVERT CONNECTION TO LE.W 1162.00 PURPOSES ONLY FLOW WAS MEASURED OVER A a � 3 � EXISTING MANHOLE. I. E. S: 1161.90 _I _ 4 -DAY PERIOD- ACTUAL FLOW DATA MAY DIFFER - - - - - - - - - - - - — L L D O FROM THE ED VALUES. O;- ..._ ............... .. .. ._... ...... ,. ... w: ". :C:. °.:;... ...................... -- ' ... . .' tY'./ . . ..� ...i ry AP OHP '. / /.w / - w W w w , w / / / /: /...` W'...o / W -// // ,, 4T/' /� -i D -MH/ j�. / RI M'176576 / / / '/ 1iµ i /.' i / 'RIM.1167.08,' %/ /� ' �/ , / /// , /, ,', / / , , r /iIE S'116286 / . �g. // / / '/ '!,'�i / D 'D 'D, ,'D, ,O,', D .0=' .D O D "� /�, s,.m., � X1.1169.27//, 'I� .....5__'.� �,.. =.a¢ � »�. - �r".�,..'.°.. '�.7 -_ v 4'l.exi ", K°3,.,.,4•"u 4)`s��k�. i14z� ?s -% �q /,o/ U) �z s �¢•'& -a5 E.'> - -.PL - * �,»te �='e,aru►v_ ' , . �' '^.^�o,,...s s Qa.., ' i I.E'S E 1163 37/ / / . '/, NEW'8 dPVC SANITARY SEWER'9PIPE" ', //' / >; ''% / ' %/ /// / /o lE.W 1163.47, `V / ' /� °'� / / /'.' /, ' // / .a ,%i / NEW,$ %OP,VC',SANhTARY SEWER,P,IPE, / NUM T %!/ ' /, ' N89 %13'47 "E ,/ , n a . orEC .DURING,% �,3, // " /TIETON DRIVE ,'- ASPHACT i /! , / 1. ^oi. �'/ NOTES. /, 's r' '/ / / ", '/ ,o' ,�'- ' /// /�, �" /i� - /; , /, /, ,; /, :/ , ,/ /, w'�- 9 w:v.= �.w,3' 'w,' '; w,' ww 'w, w'ww jw' :Y; -/ 1 ALL WORK SHALL BE COMPLETED BY 6'OOAM ' / W/' %''W'i�w- w''w / RR, " �' / i , / / /, ' /r'/ i / / / RR' ,, IRR, , , ,,rRR' , IRR,' =.IRR' . IRR, ,/1 , / , /: / ! ,R D EACH MORNING, INCLUDING BACKFILL, COLD MIX w / n ' "Hp/ /OHP R66' DHP ASPHALT SURFACING, AND TEMPORARY PAVEMENT Z CR OH .OHP OHP HP OHP OHP OHP OHP OHP OH OHP OHP OHP OHP OHP P ,', , OHP OHP OAP OHP OHP- RIM 1164 62 ' J D / .:E, :116 54 , MARKINGS, TO ALLOW UNRESTRICTED USE OF E N:115912 PROTECT _ _ - _ _ _ _ _ _ _ _ _ _ /,- - 2 - - - oF- 1E.N@:.n�.74 ROADWAYS. D -MH CATCH BASIN. I STA. 16+90,95, MH N0. 2, E.SE: 4'94" STA. 17 +17 68, MH NO. 3, U RIM: 1165.19 ' / INSTALL NEW DOGHOUSE MANHOLE F- N5.1155.19 - - - - _ _ INSTALL NEW TYPE 1 = LLI'� "J oIE 2. CITY OF YAKIMA WASTEWATER DIVISION WILL Q - - - - MANHOLE 48 IN. DIAMETER. / /' I >- ;;, o/ 48 IN. DIAMETER WITH ECCENTRIC STA. 12 +40 TO STA. 15 +20, / /' ", Q j 1 CONE OVER EXISTING 10" SEWER VACTOR EXISTING 8" SANITARY SEWER MAIN PRIOR I PROVIDE ASPHALT DETAIL 8, SHEET 5. %' CONCRETE CAP OVER PIPE SHALL BE INSTALLED / t PIPE, CASTING OVER DOWNSTREAM TO REMOVAL BY CONTRACTOR- CONTRACTOR SHALL I CONCRETE SURFACING, I I % COMPLETELY . ! IN ONE NIGHT DETAIL 1, SHEET 5. -�'' o R COORDINATE VACTOR OPERATIONS WITH MARC I DETAIL 5, SHEET 5. 1 STA. 17 +00 TO STA. 17 +18, Ii,' / ' -', ch ! ,/ Q REND. CHANNEL NEW 8" SEWER WESTBOUND PASSING LANE SHALL REMAIN CLOSED FOR , - CAWLEY, 509 576 -6303, AND GIVE MINIMUM 48 PROVIDE SELECT BACKFILL, , :o !%/ / / / , U 0 CONNECTION PRIOR TO CUTTING OUT t1A ,1 U o THREE FULL DAYS FOLLOWING CONCRETE CAP , HOURS NOTICE. DETAIL 2, SHEET 5. j ' ! W - N Z EXISTING 10" SEWER PIPE. INSTALLATION, INCLUDING BARRICADES, SIGNAGE, AND a Z /" OTHER TRAFFIC CONTROL AS REQUIRED BY THE CITY AND DETAIL 510, SHEET 6. o J 2 � W MUTCD 1 2 Co 04 - I I I - -1 I SHAG 6 1 I =1 of �° „ 181327 010 181327 12009 181327-120 8 181327-12007 _) 3808 TIETON DR 3806 TIETON DR I 3804 TIETON DR I 3802 TIETON DR I I a I I I U) M i _ _ 1 1 , _ _ i r+ �1 _ - - _ - _ - _I _ - _ *1 -" , -i-'-• _ I _ - - - _- - _._ _ - - _ _ -- __ - _ _ _ r', I f :_I_._t _ .y._- _ 1- 1- - _. .r _ r -h - _ -I _ i I _ I. 1 f - .+ y- ;-i ! _- - '_' '- - 4.�,i _ '1 ' 1 - T -I i lT , 1- r -- t - 1 I I 1 - I .y - J I ' . 1 1 ' „ : 4 I .L:! 1 - .1 . -. T , - - ;-I _� -, �f __ j. - . r'' 1 _ i . :r f- - I .I_ 1 h , i . 1 i - P t : -{ t i : ! - i I I - 1 . - _ I h - - I ,r' r i- I I 1. LI,: . '- 1. , 1 I, 1 _ i- .1 . , I- - : 1 _ _ r' I- i I - i 1 T - - }_ ' I , _I . J .-J. r , _ -I I , -1- - _ NE INO: '_ t'li - i :J r, - F-' - - T - -, - I . f . } r - __ _ H _ -- I .' I . 1 i `i - + _ _ '}" _ - -L. __ - - - - .. -I '.{. -. _ ` -S7 ,MH - _ _ • _16' +9019 : -i . l : _ i _' {' i { . I_ t _ _ - - .1-i ; - :I. t. _ - - - - - r - r -7 L - - 1� _ ' t -r :1,''I - I. _ - _1 -. _- - - - �L - r ` - - ' +' `RIM `.1 - - -_ - I'I f r -I I_ -I .� 1 ` _ L. _ : I _ ` 1 - _ 1168:59 -`_ - 1- -j- __ I- ._i '- -'- _ 1 -'_1 —, , . _ _ _ _ .I _ ! _ 1T _ - - - _- ___ _ :t. _ _ �i r t, - _ LEi - IN= 1963:4 8" 'W, - .�.it, T.L. `I- _ _ _ i.l: _ _ _ _ _ r- -- -I i', .. .' _: .'� 1 r I � -' �, r' ._I- I r f - - I - r,.,� " !1 !'I 1 - - 'EXISTING 1. ( r'_ - , t - - --L ,7 i'I r 3 r r- L t, ._. _-, ,r I .' 1 , I j 1 `L GROUND ROF_ILE. - Lt" r' 1 . EW' MH:IN r- -- r - - r - -- -- `. ._, - ._ ._- - :' ' -, n AT EXIS ING SANIF RY _ - -- - IM' =1168: - 7" "' T `_`. -_ - _- r .' ' -: - t ; - - - ; - - - o - c� 1 _ - -- SEWER`-LNE.ALIGN - -- - ENT .- - - - ' r r' - t'r - - 1170 : , . _._: T , . , . r _' E: IN =116 .32.8 W - _ - - 1 - - 1 L, , - I L_ r' Tr -': _ _.. f L - r`-f a { _ I - - I - E OUT -1 - 63.27 F - - ' _ INSTALL- CONCRET CAP' -OVE - PIPE. -;DE AIL' T,. SH ET' S.- ' I -i , 1 _ , - ra ,. r: I , - - - - - - _ - _ - -, ! - 116.9 ;_r-'r - T. i _ __ 1,! _ „-�: _ - �_ 11 i1 :ll-' - _ I-r 1 ,I 1 I' _ .- - I�1 __ _ _ . , ..r } . ..I '- w.'x,. is -: ::ice a, w... ',> - i } J1 SEWER 1 ' r . 1-- _! - - t ' -{ L. } - - - _ _ _ 1.: �.- T _ *i ' 1 . i r,- - - -t ' r I - __ _ -1 - }7 -}- - - — — _r 7 — +- - i _ - _ _. ' _ ____ , .- 1' 1. ,7' _ _ _ .1. `I' _ 1' ,y. :, _ __ t i� _ _ _ _ _ _ _ _ __ _ _- _ -_ -r ,r 1160 _ _. 1 j . NEW 8 "' i T. PVCtS.S: ' JPE- 27' LF S '- 0:00 1 _.FT FT. -T 11 :. , : , ._. _- .., -_. _L _. -- , _.._.._._.__._._ _ ..., _ L. _ �., .. _ _ _._._. .__. -_ ._ _ r _. ...t.. _ _.� _. �.. ._ _ _ _- . -.� ._! _ _ .___._ ._. _._ _ I ._ _ -- _ ._.. _. r_ _ _ - _ _ _ L - LI 4. L _ _ `�- _ _ '- _ ._f ! h _ _ _ __ - _ L _ _ _ _ _ _ _ _ - __ _ _ __L - _ _ _ _ - r - 1 _T _ r r :-�-'T - d-I ' r :_I 1 i 1 - 1 is - - :1 1 i "I ' 8 ":PIP - EXISTING. RAIN' ' -- - "i i 1 1 • - - 14' VC PIPE -EXI TING IRRIGATION ON - - ' -t I `L_. - - i -- - ,r - ., T, _: , r . _ r LE. 11 2.9_ .. ! !_ `-- ..._,- !.I r - r. ! t - - rLE: 1760.61 ! ! - - - „ - - - - - -- a.: - - -r .i_ - - - - _'.i - - - - I - -'-I _._.._ -.. ..1 .1 _- •.__.- .- -.__._ _- .- - -. -._ „ ,� _. - ,T,,,� „ ._ - . .. . _._ ♦- 1 „r -. ,� _ AP. P. X. LOCATION f _: - .: -._.!_ t . ::..:.' :.! ,.,, .. . L,- - i r„ „ r -APP L C TIO - - r - ---- - - -- -- - i-r!r-' -- -i1; ,--t a -! - - - - ._ __ _ _._ -,r - - - ,,, i „ t .._L.,,,�„ ,-! y „ „ _ - _ _ _ _____ _ _ _- _ ___ _ _ _____ _ -_ ___- _ - _ -_ _ _ _ _ _ - — - ,li �, ,,.-1- t, ,,r r �, �, ,, �7, - i�T, - __ ___ - , _ __ _ :I' _ __ _ _ - - _ r-' -- _ - - iT" - _ �_' I -- - r. _ Y - _ _ -- .�- 1 _ 7 1 _ — - - - if 72 _ - LF r PIPE _EXISTI t1$ .6t�'- G'DID - i-: - _ i-i '.-r ' -- 1 'i' _ - - - - _ 1 '- - _ - - - - - _ LI -- - _ ,' ',, : F-- -- i - - _ 1 - L... - _ - i I - _ -- - -r _ - .J - -T! -- _ T _ - - .1'. - - - T; - _ _ } 1 -' - - - f . _ -- ! _ - __ -..a _:� L :i'- - , .. , - T _ -- - - - P X:- LOCATIO __ _ r _ - i. _ _ - - - ' r'' - - - - _} -- _ _ - - _ r i' - ,,,, r' , r _ , r r _ r, rt „ !- . —. —.__ .. - -_ , „ { _ _ _ , ._ -_ , , „r, __- r. -_. 1 , -.- _f;_ _- -_. _ ,T - -_ ._.__ __ r r _. _._._._._- __ I L._ _ .. . 1 _ - { , __ _ _ _ - _ ___ ___ _ __ _ ___ - __ _ L. _ - ii_.. _ _ _ - _ _ ___ _ _ _ _ __ - _ _ _ _ _ _ __ ;+ _ i, ___ _ -' 1 i ,i - - -t _ __ — Z _ _ -� '- - _ _. -_ _._ -...- .__._I_. _. -__ _. _._ _-._. —_. _ _ _ .- , 1- 1, f it ,ri _— _ _ _ _ I1!_ ___ _ __ .'T. �. _.____-__L_+_ — _ --iT i F.. I- — 1 . 1 L _ _ 1 } _ ' 1 1 I ! 1 !r' 1 L 1 _ I� f, . T _ ;_i_'i _ _ _ r _ _ - it _ _ + — .1 '-1-1 - _ - __ .r l L ' -'� r _ -- - 'J. - - � -' - _L_ t L` - L' - - _ _ _ - _ L - . 1 _ - 'L - _ _ 1 - lit _ ' ",' _ _ _ } _ _ _ _ _ T _ _ _ 1. - _ JI. -�. _ _ _ -I : _ _L. . _ ' T' T. Ili _ - r' - ' - ,1' 1 1. ILLL 14 +00 15 +00 16 +00 17 +00 18 +00 HLA 8o1 North 39th Avenue Yaldma,WA98902 PEL T. gq �1�'wOFRASH �' JOB 3N044 NUMBER: 044- 1'8 -13 CITY O F YA K I M A SHEET 4 FILE NAMES. a DRAWING: Sheets.dwg TIETON DRIVE SANITARY SEWER 549.966.7000 ' REPLACEMENT OF Huibrepe, Louman Associates, Inc. Fax 509.965.380 A; www.blacivfl.com ONAL ECG �/ / �3 6 Civil Engineering* Land SurveyinpPlanning DESIGNED BY BAA PLAN AND PROFILE, STA. 14 +00 to E.O.P. REVISION DATE ENTERED BY JRS 1 LJI SEE TRENCH SURFACING REPAIR DETAIL FOR SURFACING REQUIREMENTS , CAST IRON FRAME & COVER. n OLYMPIC FOUNDRY, OR APPROVED EQUAL, CAST WORD 'SEWER• IN CEMENT CONCRETE TO 2/3 SEE TRENCH SURFACING ASPHALT DEPTH BELOW TOP OF PIPE REPAIR DETAIL FOR NATIVE EXCAVATION LIMITS STREET CROSSING ° MATERIAL 1 3/16" n COVER MANUFACTURER'S 4' ADJUSTMENT LESS 6 °, UNLESS DIRECTED SURFACE OTHERWISE BY ENGINEER SURFACING z ENCHES SHALL BE off' SHALL BE USED FOR BACKFlLLED N11H IMPORTED 1 3/8' STANDARD SECTION REINFORCED SLAB REQUIREMENTS 'IL. BACKFlLL SELECT BACKFlLL (CSBC). N� UNLESS FULL DEPTH ° < OTHERWISE ALTERNATE BACKSLOPE AT A 24" DIA aoo� '• ; �� DIRECTED CONTRACTOR'S OPTION o BY THE .. m w EXCAVATO 4JMITS EXISTING BASE z� ENGINEER. 12' UP TO 12' DETECTABLE MARKING TAPE a? ao<c LIMITS w< 24' I.D. OVER ALL NON-ME 15 7/16" A °f"aa d2" PIPE PER SECTION 9 -15.18 48' DIA 1 {" STEPS, COMPACTION ALL TRENCH BACKFlLL COPOLYMER POLYPROPYLENE y DETAIL LAE�T' CEMENT CONCRETE TO 2/3 BELOW TOP PIPE ZONE BEDDING AND • OF PIPE BACKFlLL SHALL MEET THE INCLUDING BEDDING MATERIAL d"4, SHALL A COMPACTED IN Q 'U� ACCORDANCE VATH THE PLASTIC COATED 1/2' GRADE 60 STEEL REINFORCEMENT MORTAR < FI REQUIREMENTS OF SECTION 9- 03.9(3) CRUSHED SURFACING HANDI TAMP ONLYXDI ECTLY TOP COURSE, OR AS OTHERWISE DIRECTED BY ENGINEER OVER PIPE FOR 6 INCHES. MECHANICAL COMPACTION IS - 4' REQUIRED UNLESS WATER TOP CRUSHED COUR$RFACING ' COMPACTION SETTLING IS ALLOWED BY THE SPECIFICATIONS. .. 6" COMPACTED TO 95% UNDISTURBED EARTH ALL BEDDING MATERIAL SHALL COMPACTED IN • • ... B. MAXIMUM DENSITY A THE ACCORDANCE NOTES. UNDISTURBED EARTH PIPE ZONE BEDDING AND .• SECTION A -A .. _ :___ - - _ _ _- _ _ : ,.. 6. :: ":.... SPECIFICATIONS. S. BACKFlLL SHALL MEET THE 1. FOR 4' AND 6' SIOE SEWERS, INSTALL REQUIREMENTS OF SECTION NOTE- .'.::..: 6' 12' %- IMPORTED PIPE BEDDING A MINIMUM 9- 03.9(3) CRUSHED SURFACING OF 3' THICK ON ALL SIDES OF PIPE. TOP COURSE, OR AS OTHERWISE DIRECTED BY ENGINEER MANHOLE STEPS SHALL BE COPOLYMER POLYPROPYLENE PLASTIC COATED 1/2' 7Yp GRADE 60 REINF STL. GRADE REINF STL. CONCRETE CAP SHALL DEVELOP 2,500 PST STRENGTH IN 72 HOURS. PAVING c, GRADE STEEL REINFORCEMENT, MODEL 0.23 SQ. IN/FT EACH WAY 0.15 S0. IN/FT EACH WAY . I ACTIVITIES SHALL NOT BEGIN PRIOR TO 72-HOUR PERIOD. 2. CONTRACTOR SHALL COMPLY WITH ALL APPLICABLE AND P INDUSTRIES AS MANUFACTURED BY M.A. . INDUSTRIES INC., OR APPROVED EQUAL CAST IN PRECAST BASE W HEALTH LATH NS. SAFETY AND HEALTH�REGULATIONS. PLACE BASE INTEGRAL RISER CDONCRETE CAP DETAIL TYPICAL TRENCH DETAIL MADNHOLE SAFETY MANHOLE (TYPE 3) 1 �n 6 � SHDASLLLOW NOT TO SCALE SS- 20.OWC NOT �STEDP • M DIRECTED BY DING UPON MAY VARY DEPENDING UPON SEE PLANS 24' CENTER PENIN GRADE OF SIDEWALK AND FLUSH AT RAMPS DRIVEWAY BEYOND CURB. COLD JOINT S = -0.02 FT/FT A STEPS OVER CAST IRON FRAME & r— BARRIER CURB • - "'•'" AND GUTTER DOWNSTREAM COVER AS PIPE MANUFACTURED BY ADJUSTMENT _: 1/2 R OLYMPIC FOUNDRY. x • SECTION SHALL B B CAST WORD 'SEWER' < m BE GROUTED EARTR z r FL�O •� - - IN COVER. '6 1,/Z' ... m Z - CRUSHED SURFACING - TOP COURSE r 4" THICK SIDEWALK SECTION 4' MIN 6" MA I . S 6 PRE -CAST ECCENTRIC _ 2 -/4 BARS IN DRIVEWAYS MATCH BACK OF SIDEWALK GRADE UNLESS DIRECTED PLAN VIEW CONE SECTION z h DEPRESSED - DRIVEWAY OTHERWISE BY ENGINEER. SIDEWALK A 48' DIA. —{ 5 1/2'1 -- SURFACING BEYOND COLD JOINT _ _ _ �— STEPS, SEE 1/2- I 1' R. _ — _ T7 S m -0.02 T ANDRGUTTERCURB '�,:.: DETAIL 48" DIA. GRADE 60 REINF I/ 2" R :.:,...., .,:%. Y.. .':: "-,::: ,..,.':, •..;,. PRE -CAST STL. 0.15 SQ IN SECTION 1' BATTERgip, • 1' R. COMPACTED ,� ^ ,�:• /'iy�y. EARTH EACH WAY MORTAR Z = 5 OPE FILLET PRE -CAST SLL 0.10' MIN. DROP sal AT 96L1�ftA1 I BASE SECTION . 6e1 /f:. •6 2' COMPACTED DEPTH H SURFACING IN ALL CHANNELS ACROSS ALL �r�:L'\ FLOW •. ,. TOP COURSE MANHOLES NOTES: e' <• > 6" THICK CONCRETE APPROACHES AT DRIVEWAYS 1. PRECAST ADJUSTMENT SECTIONS SHALL BE LEVELED GRADE 60 REINF 6" WITH GROUT ONLY. SECTIONS SHALL BE FINISH GROUTED STL 0.23 50 IN 18' CAST IN PRECAST BASE W 12" INSIDE AND OUT AND SHALL BE INSPECTED BY THE pLACE BASE INTEGRAL RISER /FT EACH WAY RESIDENT ENGINEER PRIOR TO BACKFlLL. NO WOOD TY'P SHIMS SHALL BE ALLOWED. CRUSHED SURFACING FULL HEIGHT - BARRIER NQ DRIVEYS ARE CONCRETE APPROACHES PER SECTION 8 -06. SECTION A -A TOP COURSE, CAST IN PRECAST BASE W COMPACT TO 9576 PLACE BASE INTEGRAL RISER 2. DRIVEWAWAY CONCRETE SHALL DEVELOP 2500 PSI STRENGTH IN 3 DAYS. 2. PIPES 70 BE GROUTED IN PLACE. GROUT SHALL BE MAXIMUM DENSITY NON - GYPSUM TYPE GROUT AS APPROVED BY THE SECTION B -B n CONCRETE TRAFFIC CURB & GUTTER n SIDEWALK SECTIONS ENGINEER. MANHOLE DETAIL (TYPE 1) /� J NOT TO SCALE S- 32.dwg Y NOT TO SCALE 5- 29.OWG NOT TO SCALE - EXISTING PAVEMENT EXISTING PAVEMENT ASPHALT CONCRETE PATCH SURFACING DEPTH SURFACING OEP1H VARIES GRAVEL REPAIR VARIES PAYMENT LIMITS PAYMENT OMITS F V -6" EXCAVATION 1' -6' 1- ' -6" CAVA ON 1'- 1 -0' PAYMENT NE (MIN) PAYMENT UN (MIN) SYMMETRICAL m CLASS 3000 CEMENT CONCRETE FULL DEPTH 1 1/2" CL. 3/8" HMA OF PAVEMENT SECTION ASPHALT LESS 1 1/2' "• CONCRETE Ffi{I PAVEMENT ABOUT OF PIP 6" HMA CL 1/2" PC 64 -28, 3' CRUSHED SURFACING 4" BOTTOM LIFT, TOP COURSE TOP OF 6" 2' TOP LIFT SUBGRADE 6- CRUSHED SURFACING ALTERNATE BACKSLOPE ALTERNATE BACKSLOPE AT CONTRACTORS OPTION AT CONTRACTORS OPTION PLACE AND COMPACT GRADE RINGS CRUSHED SURFACING OR LEVELING BASE COURSE TOP COURSE BRICKS AS REQUIRED ASPHALT CONCRETE SURFACING GRAVEL SURFACING EXISTING GROUND NO CONTRACTOR SHALL BE RESPONSIBLE FOR ALL TRENCH SURFACE RESTORATION BEYOND THE PAYMENT LIMITS SHOWN, INCLUDING WIDER TRENCH N07E5: SECTIONS RESULTING FROM LAYING BACK TRENCH SIDES AT THE CONTRACTORS OPTION, NO 1. MANHOLES SHALL BE ADJUSTED TO FINISHED GRADE 12' (MIN.) SILT MATERIAL FREE FROM MEASUREMENT OR PAYMENT WILL BE MADE FOR ROCKS. STORE IN STOCKPILE WHEN SURFACE REPAIR BEYOND THE PAYMENT LIMITS. AFTER PLACEMENT OF ASPHALT CONCRETE PAVEMENT. ' REMOVED DURING TRENCHING OPERATIONS. 2. NO MEASUREMENT OR PAYMENT WELL BE MADE FOR 2. GRADE RINGS AND /OR LEVELING BRICKS SHALL BE REPLACE TO MINIMUM THICKNESS SHOWN. TRENCH SURFACING REPAIR IN UNSURFACED AREAS. GROUTED IN PLACE AND BE WATER TIGHT. IF EXISTING GROUND SURFACE ADJACENT ALTERNATE BACKSLOPE 3. CONTRACTOR SHALL VERIFY DEPTH OF EXISTING TO TRENCH DOES NOT INCLUDE SILT AT CONTRACTORS OPTION ASPHALT PAVEMENT AND PROVIDE TO ENGINEER 3. IN UNPAVED AREAS, PROVIDE 12' THICK, 4' DIA. OVERBURDEN, THEN BACKFlLL TO PRIOR TO SURFACE RESTORATION. HMA SURFACING CEMENT CONCRETE RING AROUND TOP OF MANHOLE. SURFACE WITH NATIVE MATERIAL DEPTHS MAY VARY FROM THOSE SHOWN IN THE SET MANHOLE FRAME FLUSH W/ FINISHED GRADE AND EXCAVATED FROM TRENCH. UNSURFACED AREAS DETAILS SLOPE CONCRETE OUTWARD AT 1 /4' /FT. TRENCH SURFACING REPAIR MANHOLE ADJUSTMENT DETAIL 5 NOT TO SCA E S- S1.DWG NOT TO SCALE SS- 12.DWG H L A 801 North 89th Avenue Yaldma, WA 98902 PEL T, Bq � of RASbi � � JOB 13044 NUMBER: 04 -18 -13 CITY O F YA K I M A SHEET �F• FILE NAMES. , DRAWING: Sheets.dwg TIETON DRIVE SANITARY SEWER 5 509.966.7000 Huibregtse, Louman Associates, Inc. Fax 509.965.380 REPLACEMENT OF www.hiacivil.com E'CISI;R T TONAL E�`' •{I� /� 6 Civil Engineering 4 Land Surveying •Planning D BY BRS DETAILS REVISION DATE ENTERED 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 op Y� City Of Yakima City f Yakima - Standard Detail Engineering Division y 129 North Second Street SIDE SEWER CONNECTION S5 •�;; • � Yakima, Washington NOT TO SCALE Revision 05 -2012 8 "X8 "X76" SOLID CONCRETE MIN 8" CLEAR BETWEEN BLOCK CENTER w/ RISER ' x EXISTING PIPE AND ALL JOINTS TO BE T &G WITH WALL (4 EACH) �n PROPOSED STONE d.. • a O -RING OR FORSHEDA GASKET x � EXISTING SANITARY' -� <• a SEWER PIPE ' Mf 12" THICK CRUSHED d e d COURSE SURFACING BASE ° SEE SPECS FOR "�'^ §, ..y;Q �=^ FOUNDATION IMPROVEMENT— - -- ° SLOPE SHELF 1 " /FT MAX. - WHEN NEEDED BASE ISOMETRIC VIEW a RUBBER COATED STEPS PER DOGHOUSE PRECAST MANUFACTURER •, ,�' BASE MEETING ASTM C478 d DOGHOUSE OPENING SHALL f 15" CENTER TO CENTER drr-y BE P REFORMED BY RISER SECTION(SEE STEP'ry MANUFACTURER OR SAW ORIENTATION BELOW) a -''� SERVICE LATERALS INTO CUT TO FIT PIPE. HOLE DIAMETER TO BE 4" MIN TO _> d• MANHOLE TO BE CORE A MAX OF 8" LARGER THAN DRILLED AND BOOTED O.D. OF EXISTING PIPE. • ° HOLE TO BE SMOOTH ° CIRCULAR CUT. �~ • ° '' SEE PLANS FOR PROPOSED a Q v IVERT(S) LOCATION & �4�•"t''_ °` C. g ELEVATION .i;,ly��,,�,��,,.� - � oJ. e SET DOGHOUSE BASE ON CONCRETE BLOCKS RISER ISOMETRIC VIEW FORMED INVERT TO ALLOW CUT AND REMOVE TOP HALF FLOW TO EXISTING PIPE OF PIPE AFTER INVERT AND INVERT AND BASE ARE SHELF HAVE BEEN FORMED CONTINUOUS POUR FILL DOGHOUSE OPENING STEPS OVER ALLOW CONCRETE TO FLOW ' d AROUND EXISTING PIPE WITH INVERT SECTION VIEW DOWNSTREAM A MIN. 1' -0' BEYOND BASE � 3,000 PSI CONCRETE PIPE (TYP ) OF STRUCTURE STEPS OVER STEPS OVER L • y'�,� DOWNSTREAM DOWNSTREAM ° 4 vti PIPE (TYP.) PIPE (TYP.) CONTRACTOR TO APPLY WATER PROOFING SEALANT AT JOINT (TYP) o ° ° i - 8" MIN. CAST -IN -PLACE 3,000 PSI CONCRETE BASE STEEL R „ REINFORCING 12 O.C. W EACH WAY FOUNDATION SECTION VIEW STEP ORIENTATION O. opx� City Of Yakima Engineering Division 129 North Second Street •`�,�.•� Yakima, Washington City of Yakima - Standard Detail PRECAST "DOGHOUSE" MANHOLE NOT TO SCALE Revision 02 -2012 S101 Soi North 39th Avenue P$L T. g9 JOB 3044 04— 04 —DATE. HEET HLA 8 -13 CITY OF YA K I M A Yalama, WA 989o2 1�� OF VASH /! G 509.966.9000 DRAWNG.ES Sheets.dwg TIETON DRIVE SANITARY SEWER V Huibregtse, Louman Associates, Inc. Fax 5o9.965.3800 ,� ' REPLACEMENT OF NAL BAG rill DESIGNED BY BAA 6' Civil Engineering +Land Surveyinp- Planning www.hlacivil.com ENTERED BY SRS DETAILS REVISION DATE NOTES 1 SIDE SEWER CONNECTIONS NEW SANITARY SEWER MAINS SHALL BE MADE WITH TEES OR WYES AS DIRECTED. ALL CONNECTIONS TO SANITARY THE STUBS AND EXISTING SEWER MAINS SHALL BE MADE WITH "RIGID SEWER MAIN TYPE" COUPLERS. ANY DEVIATIONS FROM THIS SHALL BE APPROVED SIDE SEWER BY THE CITY ENGINEER PRIOR TO USE. 2. WHERE DEPTH IS INSUFFICIENT TO ALLOW CONNECTION AS SHOWN, CONNECT SERVICE AS DIRECTED BY ENGINEER. 3. ALL SIDE SEWER MATERIALS SHALL BE PVC SEWER PIPE TEE -WYE (STD) CONFORMING TO THE REQUIREMENTS OF SECTION 7 -18.2 OF THE STANDARD SPECIFICATIONS. A 4. TERMINATE SIDE SEWER AT RIW LINE UNLESS OTHERWISE 5. DIRECTED BY THE ENGINEER OR OTHERWISE ON PLANS. MINIMUM SLOPES AREAS FOLLOWS: 4 "DIA. PIPE = 0.02 ftlft 6" DIA. PIPE = 0.01 ft/ft 6. BACKFILL WITHIN THE RIGHT OF WAY SHALL BE CRUSHED rWYE SURFACING TOP COURSE FULL DEPTH AS DIRECTED BY THE ENGINEER. _ D) 7 BACKFLOW PREVENTER REQUIRED ON ALL CONNECTIONS 8 NO SERVICE CONNECTIONS TO PIPES 12" OR LARGER WITHOUT PRIOR APPROVAL OF THE CITY ENGINEER. zI PLAN VIEW ~ 18" #4 REBAR BURIED 6" -12" MIN SLOPE - SEE NOTE �nl BELOW FINISH GRADE TIED f IN MARKER TAPE Ly \ IFS I OBSTRUCTION' o0 TEE -WYE \ IN THIS AREA / K 22 1/2" OR 45" BENDS 22112 DETECTABLE MARKER TAPE AS REQUIRED MIN SLOPE - SEE NOTE ._ PER STD. SPECS Z PLACE 12" ABOVE ENTIRE O 2 LENGTH OF SIDE SEWER in Mw SLOPE - SEE NOTE,_ CONNECTION AT OBSTRUCTION PLUG OR CAP 45" AS REQUIRED TY SECTION A -A TEE -WYE op Y� City Of Yakima City f Yakima - Standard Detail Engineering Division y 129 North Second Street SIDE SEWER CONNECTION S5 •�;; • � Yakima, Washington NOT TO SCALE Revision 05 -2012 8 "X8 "X76" SOLID CONCRETE MIN 8" CLEAR BETWEEN BLOCK CENTER w/ RISER ' x EXISTING PIPE AND ALL JOINTS TO BE T &G WITH WALL (4 EACH) �n PROPOSED STONE d.. • a O -RING OR FORSHEDA GASKET x � EXISTING SANITARY' -� <• a SEWER PIPE ' Mf 12" THICK CRUSHED d e d COURSE SURFACING BASE ° SEE SPECS FOR "�'^ §, ..y;Q �=^ FOUNDATION IMPROVEMENT— - -- ° SLOPE SHELF 1 " /FT MAX. - WHEN NEEDED BASE ISOMETRIC VIEW a RUBBER COATED STEPS PER DOGHOUSE PRECAST MANUFACTURER •, ,�' BASE MEETING ASTM C478 d DOGHOUSE OPENING SHALL f 15" CENTER TO CENTER drr-y BE P REFORMED BY RISER SECTION(SEE STEP'ry MANUFACTURER OR SAW ORIENTATION BELOW) a -''� SERVICE LATERALS INTO CUT TO FIT PIPE. HOLE DIAMETER TO BE 4" MIN TO _> d• MANHOLE TO BE CORE A MAX OF 8" LARGER THAN DRILLED AND BOOTED O.D. OF EXISTING PIPE. • ° HOLE TO BE SMOOTH ° CIRCULAR CUT. �~ • ° '' SEE PLANS FOR PROPOSED a Q v IVERT(S) LOCATION & �4�•"t''_ °` C. g ELEVATION .i;,ly��,,�,��,,.� - � oJ. e SET DOGHOUSE BASE ON CONCRETE BLOCKS RISER ISOMETRIC VIEW FORMED INVERT TO ALLOW CUT AND REMOVE TOP HALF FLOW TO EXISTING PIPE OF PIPE AFTER INVERT AND INVERT AND BASE ARE SHELF HAVE BEEN FORMED CONTINUOUS POUR FILL DOGHOUSE OPENING STEPS OVER ALLOW CONCRETE TO FLOW ' d AROUND EXISTING PIPE WITH INVERT SECTION VIEW DOWNSTREAM A MIN. 1' -0' BEYOND BASE � 3,000 PSI CONCRETE PIPE (TYP ) OF STRUCTURE STEPS OVER STEPS OVER L • y'�,� DOWNSTREAM DOWNSTREAM ° 4 vti PIPE (TYP.) PIPE (TYP.) CONTRACTOR TO APPLY WATER PROOFING SEALANT AT JOINT (TYP) o ° ° i - 8" MIN. CAST -IN -PLACE 3,000 PSI CONCRETE BASE STEEL R „ REINFORCING 12 O.C. W EACH WAY FOUNDATION SECTION VIEW STEP ORIENTATION O. opx� City Of Yakima Engineering Division 129 North Second Street •`�,�.•� Yakima, Washington City of Yakima - Standard Detail PRECAST "DOGHOUSE" MANHOLE NOT TO SCALE Revision 02 -2012 S101 Soi North 39th Avenue P$L T. g9 JOB 3044 04— 04 —DATE. HEET HLA 8 -13 CITY OF YA K I M A Yalama, WA 989o2 1�� OF VASH /! G 509.966.9000 DRAWNG.ES Sheets.dwg TIETON DRIVE SANITARY SEWER V Huibregtse, Louman Associates, Inc. Fax 5o9.965.3800 ,� ' REPLACEMENT OF NAL BAG rill DESIGNED BY BAA 6' Civil Engineering +Land Surveyinp- Planning www.hlacivil.com ENTERED BY SRS DETAILS REVISION DATE