Loading...
HomeMy WebLinkAboutColumbia Asphalt & Gravel, Inc. - South 16th Avenue Grind and Overlay - Near Washington Ave to Nob Hill Blvd.ORIGINAL' GTY CiERI� City of Yakm�ma (Ozo � Engineering Divisian 1 South 16th Avenue Grind and Overlay Near Washington Ave to Nob Hill Blvd. MW Construction Contract Specifications & Bid Documents City Project Number 2270 129 North Second Street a+,-R rrE` Phone (509) 575 -6111 Yakima, WA 98901 "1 - Fax (509) 576 -6314 Septe -nber 2010 lJ1:1'11t r':11ENT OF C0.,11.111.,_'A7T A,,VD F_CO3N0.111C 1.f'VE!,ff1','i1€ ;; 17' 129 :Vomit Secwid Street f al'"n2aj ili( -Is ill toll 98901 Pholze: (309) 3 713 -6113 e Fax (309) 576 -6792 11ic1�ac, 1lorales, Director Wednesday, October 06, 2010 COLUMBIA ASPHALT & GRAVEL, INC. P.O. Box 9337 Yakima, WA 98909 Re: S. 16th Avenue Grind & Overlay City Project No. 2270 Dear Sirs: The City Manager of the City of Yakima, has authorized an award of the contract for the above referenced project to your company on the basis of your low bid submitted on October 4, 2010 in the amount of $ 467,570.00. This letter is official notification of the award of the contract to your company by the City of Yakima. Enclosed is a copy of the proposal and three copies of the contract and a performance bond form. Please sign and return all copies of the contract form to this office, along with the fully executed performance bond and certificate of insurance, within ten (10) calendar days. Your attention is directed to Section 1 -07.18 Public Liability and Property Damage Insurance (APWA GSP) of the Construction Contract Specifications for coverage limits, additional insurance requirements and special ACORD form wording. We have also included a Liability Certificate Checklist for you and your surety's convenience. When these items have been approved, the City will execute the contract form and bind a signed contract, certificate, and proposal into contract document books. The three completed books will be distributed to the City Clerk, City Engineer and Contractor. Please contact Bruce Floyd, Construction Supervisor, of our office within ten (10) days of this date to schedule a pre- construction conference, and to discuss various forms and documentation that must be completed and turned into him at the Pre - construction Conference. The Notice to Proceed will also be discussed at the Pre - construction Conference. Bruce's office phone is (509) 575 -6138. For your information, we are enclosing a copy of the bid summary for this project Sincerely, i P Brett Sheffield, PE Chief Engineer encl. cc: Bruce Floyd, Construction Engineer Doug Mayo, City Engineer Randy Tabert, Design Engineer Susie Cutter, Contract Specialist .'City Clerk Debbie Baldoz, Finance File BID SUMMARY South 16th Avenue Grind & Overlay Near Washington Avenue to Nob Hill Blvd. CITY PROJECT NO. 2270 ENGINEERS ESTIMATE COLUMBIA ASPHALT & GRAVEL, INC. Yakima, WA GRANITE NORTHWEST INC. Yakima, WA ITEM Bid Security 5% BID BOND 50/b BID BOND NO. ITEM QTY UNIT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT 1 SPCC PLAN 1 LS 500.00 500.00 500.00 500.00 500.00 500.00 2 MOBILIZATION 1 LS 35,000.00 35,000.00 12,505.50 12,505.50 44,000.00 44,000.00 3 TRAFFIC CONTROL SUPERVISOR 1 LS 16,000.00 16,000.00 10,500.00 10,500.00 9,986.50 9,986.50 4 FLAGGERS AND SPOTTERS 1,500 HR 36.00 54,000.00 35.00 52,500.00 20.00 30,000.00 5 OTHER TRAFFIC CONTROL LABOR 150 HR 36.00 5,400.00 35.00 5,250.00 20.001 3,000.00 6 CONSTRUCTION SIGNS, CLASS'A' 300 SF 10.00 3,000.00 13.00 3,900.00 25.00 7,500.00 7 SAW -CUT, PER INCH DEPTH 350 LF 1 1.50 525.001 2.74 959.00 4.00 1,400.00 8 REMOVAL OF STRUCTURES & OBSTRUCTIONS 1 LS 8,000.00 8,000.00 4,800.00 4,800.00 15,000.00 15,000.00 8 PLANING BITUMINOUS PAVEMENT 8,650 SY 3.50 30,975.00 1.40 12,390.00 2.00 17,700.00 9 HMA, CLASS'A' WITH PG64 -28 3,147 TON 85.00 267,495.00 69.00 217,143.00 60.00 188,820.00 10 HMA FOR PRELEVELING, CLASS'G' 900 TON 90.00 81,000.00 69.00 62,100.00 63.00 56,700.00 11 PAVEMENT REPAIR 20 SY 150.00 3,000.00 95.00 1,900.001 80.00 1,600.00 12 CRACK SEALING 1 FA 15,000.00 15,000.00 15,000.00 15,000.00 15,000.001 15,000.00 13 ADJUST MANHOLE 38 EA 1 350.00 13,300.00 585.00 22,230.00 500.001 19,000.00 14 ADJUST VALVE BOX 31 EA 500.00 15,500.00 345.00 10,695.00 400.00 12,400.00 15 ESC LEAD 5 DAY 200.00 1,000.00 75.00 375.00 100.00 500.00 16 ADJUST MONUMENT CASE 1 EA 400.00 400.00 345.00 345.00 500.00 500.00 17 CEMENT CONC. SIDEWALK RAMP TYPE 2 1 EA 1,000.00 1,000.00 1,000.00 1,000.00 1,500.00 1,500.00 18 CEMENT CONC. SIDEWALK RAMP TYPE 4A 6 EA 1,000.00 6,000.00 700.001 4,200.00 2,000.00 12,000.00 19 CURB RAMP DETECTABLE WARNING SURFACE RETROFIT 3 EA 500.00 1 1,500.00 700.00 2,100.00 500.00 1,500.00 20 TEMPORARY PAVEMENT MARKING 16,750 LF 1 0.25 4,187.50 0.13 2,177.501 0.35 5,862.50 21 REPAIR OR REPLACEMENT 1 FA 25,000.00 25,000.00 25,000.00 25,000.00 25,000.00 25,000.00 TOTAL 587,782.50 467,570.00 469,469.00 CITY ENGINEERS REPORT CITY OF YAKIMA COMPETITIVE BIDS WERE OPENED ON OCTOBER 4, 2010. ALL BIDS HAVE BEEN REVIEWED BY THIS OFFICE. South 16th Avenue Grind & Overlay I RECOMMEND THE CONTRACT BE AWARDED TO: Near Washington Avenue to Nob Hill Blvd. AWARD MADE BY CITY MANAGER COLUMBIA ASPHALT & GRAVEL, INC. PROJECT NO. 2270 c DATE: October 4, 2010 i (/ �1 �t� •,••• ••• ~�� FILE: S 16th Ave G &O Bid Sum.pub DATA CITY ENGINE U 4l````� DATE CITY MANAGE R SHEET of 1 DETIAR7"MOYT OF COiVffU. "VITYANDf?CONOril'1C D1 LE-LO'M%;AIT 129 :`S ortli. Second ,Sfr'cef Yakima, Wcrshirr.gton 95901 Phone: (509) 575 -6113 - Frr:r (509) 576 -6792 il.ficlm l rglol -ales, Di.rc 0ot- ADDENDUM NO. 1 TO THE BID DOCUMENTS & SPECIFICATIONS FOR THE CITY OF YAKIMA, WA for South 16th Avenue Grind and Overlay Near Washington Avenue to Nob Hill Blvd. CITY OF YAKIMA PROJECT NO. 2270 BID OPENING: Monday October 4th 2.00 p.m. City Hall Council Chambers TO THE ATTENTION OF ALL BIDDERS AND PLAN HOLDERS: The Construction Contract Specifications & Bid Documents shall be modified as follows: Item 1 Standard Specifications; Special Provisions Section 5 -04: Section 5 -04 Hot Mix Asphalt (page 66) 5- 04.3(13) Surface Smoothness This fifth paragraph from the end of this section in the Construction Contract Specifications and Bid Documents is revised to read as follows: When utility appurtenances such as manhole rings and covers and valve boxes are encountered or are to be located within the HMA pavement area, these items are either to be removed or not put in place until after the paving operation has been completed. The location of each utility appurtenance and all Monuments shall be referenced prior to the start of paving operations and a temporary covering shall be placed over the appurtenances to facilitate the continuous paving operation. The location of each water valve shall be marked on the surface of the new pavement within 24 hours of the placement of the pavement. After paving has been completed, the . Contractor shall furnish, install and adjust new castings and covers on all new and existing public utility structures and monuments, as shown in the plans within 10 days of pavement construction. Item 2 Standard Specifications; Special Provisions Section 7 -05: tSection 7 -05 Manholes, Inlets, Catch Basins and Drywells (page 68) 7- 05.3(1) Adjusting Manholes and Catch Basins to Grade Addendum 1 Page 1 of 3 9/22/2010 This section is supplemented with the following All manhole rings and lids to be adjusted shall be replaced with locking manhole rings and lids that will be supplied by the City at no cost to the Contractor. The ' locking manhole rings and lids shall be picked up from the Wastewater Collections Shop located on 3rd Avenue and Pine Street at the Contractors' expense. The locking lids are marked as "Storm" for those of the stormwater ' system, and "Sewer" for the sanitary sewer system. The Contractor shall be responsible for placing the .correct lid on each sewer type. ' Item 3. Plans Plan Sheet: Remove the plan sheet 3 of 5 and replace it with the attached plan sheet 3 of 5. This ADDENDUM is to be considered as much a part of the contract provisions as if it were included in the body of the Plans and Specifications. All Bidders shall acknowledge receipt of the ADDENDUM on the proposal form prior to bid opening. APPROVED Brett Shi field, PE Chief Engineer END OF ADDENDUM NO. 1 �* Date Addendum I Page 2 of 3 9/2212010 UJ vi W > 0 < N Ll� 0 GRIND AREA HMA OVERLAY AREA CONSTRUCTION NOTES OADJUST MANHOLE TO GRADE OADJUST WATER VALVE BOX TO GRADE OADJUST SEWER CLEANOUT TO GRADE CONSTRUCT TYPE 2 SIDEWALK RAMP OCONSTRUCT TYPE 4A SIDEWALK RAMP INSTALL DETECTABLE WARNING PATTERN AT EX. RAMP OADJUST MONUMENT CASE TO GRADE (D CL > I. CD ADDENDUM #1 C .2 0) 0 w Lo O c: w T t3 C ULJ ui cu 'o co C,3 w CJ < a- ul ----------------- W V) cu z L) E R DEPARTMENT OF COMMUNITYAND ECONOMIC DEVELOPMENT 129 North Secotid Street Yakima, Wi-ishirigtoit 98901 Phone: (509) 575-6113 * Fax (509) 576-6792 Michael Nloralev, Director ADDENDUM NO. 2 TO THE BID DOCUMENTS & SPECIFICATIONS FOR THE CITY OF YAKIMA, WA for South 16th Avenue Grind and Overlay Near Washington Avenue to Nob Hill Blvd. CITY OF YAKIMA PROJECT NO. 2270 BID OPENING: Monday, October 4th. 2:00 P.m., City Hall Council Chambers TO THE ATTENTION OF ALL BIDDERS AND PLAN HOLDERS: The Construction Contract Specifications & Bid Documents shall be modified as follows: 1.) Replace the proposal sheets with the attached proposal sheets. The quantities for Items 9 and 10 have been corrected. This ADDENDUM is to be considered as much a part of the contract provisions as if it were included in the body of the Plans and Specifications. All Bidders shall acknowledge receipt of the ADDENDUM on the proposal form prior to bid opening. APPROVED: Brett SheffieM, PE Chief Engineer 9-26k-tkj - Date ** END OF ADDENDUM NO. 2 ** IAddendum 2 Pagel of 9/29/2010 City Of Yakima South 16th Ave. Grind & Overlay Washington Avenue Vicinity To Nob Hill Blvd. City Project No. 2270 g E R Sly C� - 1 u" kv 39407 CJ ��� n`EGISTEREV l�w 1 ' CONTENTS CITY OF YAKIMA ' South 16th Ave. Grind & Overlay Washington Ave. Vic. To Nob Hill Blvd. ' City Project No. 2270 ' SECTION PAGE INVITATIONTO BID ................................................. ............................... 5 ' STANDARD SPECIFICATIONS Standard Specifications .................................................... ............................... 7 Amendments to the 2006 Standard Specifications ................. ............................... 7 ' CONTRACT PROVISIONS General Special Provisions ............................................... ............................... 27 Project Description .................................................... ............................... 28 1 -02 Bid Procedures and Conditions ............................. ............................... 29 ' 1 -03 Award and Execution of Contract ........................... ............................... 34 1 -04 Scope of Work ................................................... ............................... 36 ' 1 -05 Control of Work .................................................. ............................... 1 -06 Control of Materials ............................................. ............................... 37 41 1 -07 Legal Relations and Responsibilities to the Public ..... ............................... 43 1 -08 Prosecution and Progress ................................... ............................... 54 1 -09 Measurement and Payment ................................. ............................... 57 ' 1 -10 Temporary Traffic Control ................................... ............................... 58 2 -02 Removal of Structures and Obstructions ................. ............................... 59 2 -03 Roadway Excavation and Embankment ... :............................................ 60 ' 2 -07 Watering .......................................................... ............................... 5 -04 Hot Mix Asphalt ................................................. ............................... 61 62 7 -05 Manholes, Inlets, Catch Basins, and Drywells .......... ............................... 68 7 -09 Water Mains ..................................................... ............................... 68 ' 8 -01 Erosion Control and Water Pollution ........................ ............................... 8 -13 Monument Cases ............................................... ............................... 69 69 8 -30 Repair or Replacement (New Section) .................... ............................... 70 9 -03 Aggregates ........................................................ ............................... 70 ' 9 -05 Drainage Structures, Culverts, and Conduits ............ ............................... STANDARDPLANS .................................................... ............................... 71 72 ContractForm ................................................................ ............................... 79 ' Performance Bond Form .................................................. ............................... Informational Certificate of Insurance .................................. ............................... 81 83 Informational Additional Insured Endorsement ...................... ............................... 85 Minimum Wage Affidavit Form ........................................... ............................... 87 ' PREVAILING WAGE RATES PrevailingWage Rates ..................................................... ............................... 89 ' PROPOSAL ProposalForm ............................................................... ............................... 91 Item Proposal Bid Sheet .................................................... ............................... 93 ' Bid Bond Form ............................................................... ............................... Non - Collusion Declaration ................................................ ............................... 97 99 Non - Discrimination Provision ............................................ ............................... 101 Women and Minority Business Enterprise Policy ................... ............................... 103 ' Council Resolution .......................................................... ............................... AffirmativeAction Plan ..................................................... ............................... 105 107 Bidders Certification ........................................................ ............................... 109 1 3 Materially and Responsiveness ........................................ ............................... ProposalSignature Sheet .............................................. ............................... BiddersCheck List ........................................................ ............................... PLANS & DETAILS Project Details Standard Details Traffic Control Plan Construction Plans 4 111 113 115 INVITATION TO BID NOTICE IS HEREBY GIVEN that sealed bids will be received by the City Clerk of the City of Yakima, 129 North 2nd Street, Yakima, Washington, 98901 until 2:00 pm on October 4, 2010 and will then and there be opened and publicly read for the construction of CITY OF YAKIMA South 16th Avenue Grind & Overlay Washington Ave. vicinity to Nob Hill Blvd. City Project No. 2270 This work shall consist of but is not limited to; resurfacing 0.92 miles of S. 16th Avenue. Resurfacing shall be composed of planing 8,850 square yards bituminous pavement; placing 900 tons of HMA for preleveling, class 3/8 inch with PG 64 -28; placing 3,147 tons of HMA Class ' /Z" with PG 64 -28, adjusting utility & monument castings, constructing ADA sidewalk ramps and other related improvements all in accordance with the Plans and Specifications as prepared by the Chief Engineer of the City of Yakima. All bid proposals shall be accompanied by a bid proposal deposit in cash, certified check, cashier's check or surety bond in an amount equal to five percent (5 %) of the amount of such bid proposal. Should the successful bidder fail to enter into such contract and furnish satisfactory performance bond within the time stated in the specifications, the bid proposal deposit shall be forfeited to the City of Yakima. Plans and specifications may be obtained at the Office of the City Engineer located at 129 North 2nd Street upon payment of the amount of $35.00 for each set, non refundable. Informational copies of maps, plans, and specifications are on file for inspection in the Office of the City Engineer of Yakima in Yakima, Washington, and at Plan Centers in Yakima and Kennewick, Washington. The City of Yakima in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d to 2000 -4 and Title 49, Code of Federal Regulations, Department of Transportation, subtitle A, Office of the Secretary, Part 21, nondiscrimination in federally assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color or national origin in consideration for an award. The City reserves the right to reject any or all bids and proposals. DATED this 17th day of September, 2010 PUBLISH: September 17, 2010 ' September 20, 2010 5 Deborah J. Kloster CITY CLERK STANDARD SPECIFICATIONS Standard Specifications I Amendments to the 2010 Standard Specifications STANDARD SPECIFICATIONS The 2010 Standard Specifications for Road, Bridge, and Municipal Construction published by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association, by this reference, are made a part of these Contract Documents. Except as may be amended, modified, or supplemented hereinafter, each section of the Standard Specifications shall be considered as much a part of these Contract Documents as if they were actually set forth herein. INTRODUCTION The following Amendments and Special Provisions shall be used in conjunction with the 2010 Standard Specifications for Road, Bridge, and Municipal Construction. AMENDMENTS TO THE STANDARD SPECIFICATIONS The following Amendments to the Standard Specifications are made a part of this ' contract and supersede any conflicting provisions of the Standard Specifications. For informational purposes, the date following each Amendment title indicates the implementation date of the Amendment or the latest date of revision. ' Each Amendment contains all current revisions to the applicable section of the Standard Specifications and may include references which do not apply to this particular project. ' SECTION 1 -01, DEFINITIONS AND TERMS August 2, 2010 1- 01.2(1) Associations and Miscellaneous The abbreviation and definition "AREA American Railway Engineering Association" is replaced with the following: rAREMA American Railway Engineering and Maintenance Association SECTION 1 -07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC August 2, 2010 ' 1 -07.2 Sales Tax The third sentence in the first paragraph is revised to read: ' The Contractor should contact Vendor Payments (a division of Accounting & Financial Services) of the Department of Transportation in Olympia, Washington for answers to questions in this area. ' The first sentence in the third paragraph is revised to read: The Contracting Agency will pay the retained percentage only if the Contractor has ' obtained from the State Department of Revenue a certificate showing that all Contract - related taxes have been paid (RCW 60.28.051). ' 1- 07.9(1) General The second sentence in the fourth paragraph is revised to read: When the project involves highway Work, heavy Work and building Work, the Contract Provisions may list a Federal wage and fringe benefit rate for the highway Work, a separate Federal wage and fringe benefit rate for both the heavy Work and the building Work. 1- 07.13(4) Repair of Damage The last sentence in the first paragraph is revised to read: For damage qualifying for relief under Sections 1- 07.13(1), 1- 07.13(2), 1- 07.13(3), or 8 -17.5, payment will be made in accordance with Section 1 -09.4 using the estimated Bid item "Reimbursement for Third Party Damage ". 1 -07.15 Temporary Water Pollution /Erosion Control The fourth paragraph is deleted. 1- 07.15(1) Spill Prevention, Control and Countermeasures Plan The third sentence in the first paragraph is revised to read: No on -site construction activities may commence until the Contracting Agency accepts a SPCC Plan for the project. In item number 10., the first paragraph below the pay item "SPCC Plan," lump sum is revised to read: When the written SPCC Plan is accepted by the Contracting Agency, the Contractor shall receive 50- percent of the lump sum Contract price for the plan. 1- 07.16(2) Vegetation Protection and Restoration The second paragraph is revised to read: Damage which may require replacement of vegetation includes torn bark stripping, broken branches, exposed root systems, cut root systems, poisoned root systems, compaction of surface soil and roots, puncture wounds, drastic reduction of surface roots or leaf canopy, changes in grade greater than 6- inches, or any other changes to the location that may jeopardize the survival or health of the vegetation to be preserved. The third paragraph is revised to read: When large roots of trees designated to be saved are exposed by the Contractor's operation, they shall be wrapped with heavy, moist material such as burlap or canvas for protection and to prevent excessive drying. The material shall be kept moist and securely fastened until the roots are covered to finish grade. All material and fastening material shall be removed from the roots before covering. All roots 1- inch or larger in diameter, which are damaged, shall be pruned with a sharp saw or pruning shear. Damaged, torn, or ripped bark shall be removed as ordered by the Engineer at no additional cost to the Contracting Agency. The fourth paragraph is revised to read: Any pruning activity required to complete the Work as specified shall be performed by a Certified Arborist as designated by the Engineer. 1.1 SECTION 1 -08, PROSECUTION AND PROGRESS April 5, 2010 1 -08.1 Subcontracting The second and third sentences in the eighth paragraph are revised to read: This Certification shall be submitted to the Project Engineer on WSDOT form 421- 023, "Quarterly Report of Amounts Paid as MBE/WBE Participants ", quarterly for the State fiscal quarters: January 1 through March 31, April 1 through June 30, July 1 through September 30, October 1 through December 31, and for any remaining portion of a quarter through Physical Completion of the Contract. The report is due 20 calendar days following the fiscal quarter end or 20- calendar days after Physical Completion of the Contract. The last sentence in the ninth paragraph is revised to read: When required, this "Quarterly Report of Amounts Credited as DBE Participation" is in lieu of WSDOT form 421 -023, "Quarterly Report of Amounts Paid as MBE/WBE Participants ". 1 -08.5 Time for Completion The last two sentences in the first paragraph are revised to read: When any of these holidays fall on a Sunday, the following Monday shall be counted a nonworking day. When the holiday falls on a Saturday, the preceding Friday shall be counted a nonworking day. The days between December 25 and January 1 will be classified as nonworking days. SECTION 1 -09, MEASUREMENT AND PAYMENT August 2, 2010 1 -09.9 Payments The first paragraph is revised to read: The basis of payment will be the actual quantities of Work performed according to the Contract and as specified for payment. The Contractor shall submit a breakdown of the cost of lump sum Items to enable the Project Engineer to determine the Work performed on a monthly basis. Lump sum item breakdowns shall be submitted prior to the first progress payment that includes payment for the Bid Item in question. A breakdown is not required for lump sum items that include a basis for incremental payments as part of the respective Specification. Absent a lump sum breakdown the Project Engineer will make a determination based on information available. The Project Engineer's determination of the cost of work shall be final. In the third paragraph, the second sentence is deleted. 1- 09.11(1)A Disputes Review Board Membership This section is supplemented with the following new paragraph: The Contracting Agency and Contractor shall indemnify and hold harmless the Board Members from and against all claims, damages, losses and expenses, including but not limited to attorney's fees arising out of and resulting from the actions and recommendations of the Board. SECTION 1 -10, TEMPORARY TRAFFIC CONTROL April 5, 2010 In Division 1 -10, all references to "truck mounted" are revised to read "transportable ". 1- 10.2(3) Conformance to Established Standards In the fifth paragraph, the reference "(TMA's)" is deleted. 1- 10.3(2)C Lane Closure Setup /Takedown In the second paragraph, the reference to "TMA /arrow board" is revised to read "transportable attenuator /arrow board ". 1- 10.3(3)A Construction Signs In the fourth paragraph "height" is replaced with "top of the ballast ". 1- 10.3(3)J Truck Mounted Attenuator The title for this section is revised to read: 1- 10.3(3)J Transportable Attenuator In the second and fourth paragraphs, the references to "TMA" are revised to read "Transportable Attenuator ". In the first paragraph, the first sentence is revised to read: Where shown on an approved traffic control plan or where ordered by the Engineer, the Contractor shall provide, operate, and maintain transportable impact attenuators as required in Section 9- 35.12. In the third paragraph, the reference to "truck's" is revised to read "host vehicle's ". 1- 10.4(2) Item Bids with Lump Sum for Incidentals All references to "Truck Mounted Impact Attenuator(s)" are revised to read "Transportable Attenuator(s)". In the eighth paragraph, the first sentence is revised to read: "Transportable Attenuator" will be measured per each one time only for each host vehicle with mounted or attached impact attenuator used on the project. In the last sentence of the ninth paragraph, the reference to "TMA" is replaced with "transportable attenuator". 1- 10.5(2) Item Bids with Lump Sum for Incidentals All references to "truck mounted impact attenuator(s)" are revised to read "transportable attenuator(s)". 10 is SECTION 2 -01, CLEARING, GRUBBING, AND ROADSIDE CLEANUP April 5, 2010 2- 01.3(2) Grubbing In the first paragraph Item 2. e. is revised to read: e. Upon which embankments will be placed except stumps may be close -cut or trimmed as allowed in Section 2- 01.3(1) item 3. SECTION 2 -02, REMOVAL OF STRUCTURES AND OBSTRUCTIONS January 4, 2010 2 -02.3 Construction Requirements The fourth paragraph is revised to read: The Contractor may dispose of waste material in Contracting Agency owned sites if the Special Provisions or the Engineer permits it. Otherwise, the Contractor shall arrange to dispose of waste at no expense to the Contracting Agency and the disposal shall meet the requirements of Section 2- 03.3(7)C. SECTION 5 -04, HOT MIX ASPHALT April 5, 2010 5- 04.3(8)A1 General The second sentence in the second paragraph is revised to read: Statistical evaluation will be used for a class of HMA with the same PG grade of asphalt binder, when the Proposal quantities exceed 4,000 -tons. The third paragraph is revised to read: Nonstatistical evaluation will be used for the acceptance of HMA when the Proposal quantities for a class of HMA, with the same PG grade of asphalt binder, are 4,000 - tons or less. 5- 04.3(8)A4 Definition of Sampling Lot and Sublot The first sentence in the first paragraph is revised to read: ' A lot is represented by randomly selected samples of the same mix design that will be tested for acceptance with a maximum of 15 sublots per lot; the final lot for a mix design may be increased to 25 sublots ' 5- 04.3(10)B1 General The first sentence in the second paragraph is revised to read: ' A lot is represented by randomly selected samples of the same mix design that will be tested for acceptance with a maximum of 15 sublots per lot; the final lot for a mix design may be increased to 25 sublots. 11 SECTION 8 -01, EROSION CONTROL AND WATER POLLUTION CONTROL August 2, 2010 8 -01.2 Materials In the first paragraph, the following is inserted after the first sentence: Corrugated Polyethylene Drain Pipe 9- 05.1(6) 8- 01.3(1) General In the sixth paragraph, the first sentence is revised to read: When natural elements rut or erode the slope, the Contractor shall restore and repair the damage with the eroded material where possible, and remove and dispose of any remaining material found in ditches and culverts. In the seventh paragraph the first two sentences are deleted. The table in the seventh paragraph is revised to read: Western Washington (West of the Cascade Mountain crest) May 1 through September 30 17 Acres October 1 through April 30 5 Acres Eastern Washington (East of the Cascade Mountain crest.) April 1 through October 31 17 Acres November 1 through March 31 5 Acres The eighth paragraph is revised to read: The Engineer may increase or decrease the limits based on project conditions. The ninth paragraph is revised to read: Erodible earth is defined as any surface where soils, grindings, or other materials may be capable of being displaced and transported by rain, wind, or surface water runoff. The 10th paragraph is revised to read: Erodible earth not being worked, whether at final grade or not, shall be covered within the specified time period, (see the tables below) using an approved soil covering practice. Western Washington (West of the Cascade Mountain crest) October 1 through April 30 2 -days maximum May 1 to September 30 7 -days maximum Eastern Washington (East of the Cascade Mountain crest.) October 1 through June 30 5 -days maximum July 1 through September 30 10 -days maximum 12 8- 01.3(1)A Submittals This section is revised to read: When a Temporary Erosion and Sediment Control (TESC) Plan is included in the Plans, the Contractor shall either adopt or modify the existing TESC Plan. If modified, the Contractor's TESC Plan shall meet all requirements of Chapter 6 -2 of the current edition of the WSDOT Highway Runoff Manual. The Contractor shall provide a schedule for TESC Plan implementation and incorporate it into the Contractor's progress schedule. The Contractor shall obtain the Engineer's approval of the TESC Plan and schedule prior to the beginning of Work. The TESC Plan shall cover all areas that maybe affected inside and outside the limits of the project (including all Contracting Agency - provided sources, disposal sites, and haul roads, and all nearby land, streams, and other bodies of water). The Contractor shall allow at least 5- working days for the Engineer to review any original or revised TESC Plan. Failure to approve all or part of any such Plan shall not make the Contracting Agency liable to the Contractor for any Work delays. 8- 01.3(1)6 Erosion and Sediment Control (ESC) Lead In the last paragraph, "Form Number 220 -030 EF" is revised to read " WSDOT Form Number 220 -030 EF ". 8- 01.3(1)C Water Management In number 2., the reference to "Standard Specification" is revised to read "Section" Number 3., is revised to read: 3. Offsite Water Prior to disruption of the normal watercourse, the Contractor shall intercept the offsite stormwater and pipe it either through or around the project site. This water shall not be combined with onsite stormwater. It shall be discharged at its pre- construction outfall point in such a manner that there is no increase in erosion below the site. The method for performing this Work shall be submitted by the Contractor for the Engineer's approval. 8- 01.3(1)D Dispersion /Infiltration This section is revised to read: Water shall be conveyed only to dispersion or infiltration areas designated in the TESC Plan or to sites approved by the Engineer. Water shall be conveyed to designated dispersion areas at a rate such that, when runoff leaves the area, and enters waters of the State, turbidity standards are achieved. Water shall be conveyed to designated infiltration areas at a rate that does not produce surface runoff. 8- 01.3(2)6 Seeding and Fertilizing The fourth paragraph is revised to read: The seed applied using a hydroseeder shall have a tracer added to visibly aid uniform application. This tracer shall not be harmful to plant, aquatic or animal life. If HECP Type 3 Mulch is used as a tracer, the application rate shall not exceed 250 - pounds per acre. 13 In the fifth paragraph, "hydro seeder" is revised to read "hydroseeder ". 8- 01.3(2)D Mulching In the second paragraph, the second sentence is revised to read: Wood strand mulch shall be applied by hand or by straw blower on seeded areas. In the third paragraph, "1" is revised to read "a single" and "hydro seeder" is revised to read "hydroseeder ". The fourth paragraph is revised to read: Temporary seed applied outside the application windows established in 8- 01.3(2)F shall be covered with a mulch containing either HECP Type 2 Mulch or HECP Type 1 Mulch, as designated by the Engineer. 8- 01.3(2)E Tacking Agent and Soil Binders The following new paragraph is inserted at the beginning of this Section: Tacking agent or soil binders applied using a hydroseeder shall have a mulch tracer added to visibly aid uniform application. This tracer shall not be harmful to plant, aquatic or animal life. If HECP Type 3 Mulch is used as a tracer, the application rate shall not exceed 250 - pounds per acre. The second sentence in the first paragraph below "Soil Binding Using Polyacrylamide (PAM)" is revised to read: A minimum of 200 - pounds per acre of HECP Type 3 Mulch shall be applied with the dissolved PAM. In the second paragraph below "Soil Binding Using Polyacrylamide (PAM) ", "within" is revised to read "after ". The paragraph "Soil Binding Using Bonded Fiber Matrix (BFM)" including title is revised to read: Soil Binding Using HECP Type 2 Mulch The HECP Type 2 Mulch shall be hydraulically applied in accordance with the manufacturer's installation instructions. The HECP Type 2 Mulch may require a 24 to 48 hour curing period to achieve maximum performance and shall not be applied when precipitation is predicted within 24 to 48 hours, or on saturated soils, as determined by the Engineer. The last paragraph including titled is revised to read: Soil Binding Using HECP Type 1 Mulch The HECP Type 1 Mulch shall be hydraulically applied in accordance with the manufacturer's installation instructions and recommendations. 8- 01.3(2)F Dates for Application of Final Seed, Fertilizer, and Mulch The first paragraph is revised to read: 14 Unless otherwise approved by the Engineer, the final application of seeding, fertilizing, and mulching of slopes shall be performed during the following periods: Western Washington' (West of the Cascade Mountain crest) March 1 through May 15 September 1 through October 1 Eastern Washington (East of the Cascade Mountain crest) October 1 through November 15 only ' Where Contract timing is appropriate, seeding, fertilizing, and mulching shall be accomplished during the fall period listed above. Written permission to seed after October 1 will only be given when Physical Completion of the project is imminent and the environmental conditions are conducive to satisfactory growth. 8- 01.3(2)G Protection and Care of Seeded Areas The first paragraph is revised to read: The Contractor shall be responsible to ensure a healthy stand of grass. The Contractor shall restore eroded areas, clean up and properly dispose of eroded materials, and reapply the seed, fertilizer, and mulch, at no additional cost to the Contracting Agency. In the second paragraph, number 1. is revised to read: 1. At the Contractor's expense, seed, fertilizer and mulch shall be reapplied in areas that have been damaged through any cause prior to final inspection, and reapplied to areas that have failed to receive a uniform application at the specified rate. 8- 01.3(2)H Inspection The first sentence is revised to read: Inspection of seeded areas will be made upon completion of seeding, temporary seeding, fertilizing, and mulching. The third sentence is revised to read: Areas that have not received a uniform application of seed, fertilizer, or mulch at the specified rate, as determined by the Engineer, shall be reseeded, refertilized, or remulched at the Contractor's expense prior to payment. 8- 01.3(2)1 Mowing In the first paragraph, the last sentence is revised to read: Trimming around traffic facilities, Structures, planting areas, or other features extending above ground shall be accomplished preceding or simultaneously with each mowing. 8- 01.3(3) Placing Erosion Control Blanket In the first sentence, "Standard" is deleted. The second sentence is revised to read: 15 Temporary erosion control blankets, having an open area of 60- percent or greater, may be installed prior to seeding. 8- 01.3(4) Placing Compost Blanket In the first paragraph, "before" is revised to read "prior to ". The last sentence is revised to read: Compost shall be Coarse Compost. 8- 01.3(5) Placing Plastic Covering The first sentence is revised to read: Plastic shall be placed with at least a 12 -inch overlap of all seams. 8- 01.3(6)A Geotextile- Encased Check Dam The first paragraph is deleted. 8- 01.3(6)B Rock Check Dam This section including title is revised to read: 8- 01.3(6)B Quarry Spall Check Dam The rock used to construct rock check dams shall meet the requirements for quarry spalls. 8- 01.3(6)D Wattle Check Dam This section is revised to read: Wattle check dams shall be installed in accordance with the Plans. 8- 01.3(6)E Coir Log This section is revised to read: Coir logs shall be installed in accordance with the Plans. 8- 01.3(9)A Silt Fence In the second paragraph, the second sentence is revised to read: The strength of the wire or plastic mesh shall be equivalent to or greater than what is required in Section 9- 33.2(1), Table 6 for unsupported geotextile (i.e., 180 lbs. grab tensile strength in the machine direction). 8- 01.3(9)B Gravel Filter, Wood Chip or Compost Berm In the second paragraph, the last sentence is deleted. The third paragraph is revised to read: The Compost Berm shall be constructed in accordance with the detail in the Plans. Compost shall be Coarse Compost. 8- 01.3(9)C Straw Bale Barrier This section is revised to read: 16 ' Straw Bale Barriers shall be installed in accordance with the Plans. 8- 01.3(9)D Inlet Protection ' This section is revised to read: Inlet protection shall be installed below or above, or as a prefabricated cover at ' each inlet grate, as shown in the Plans. Inlet protection devices shall be installed prior to beginning clearing, grubbing, or earthwork activities. ' Geotextile fabric in all prefabricated inlet protection devices shall meet or exceed the requirements of Section 9 -33.2, Table 1 for Moderate Survivability, and the minimum filtration properties of Table 2. ' When the depth of accumulated sediment and debris reaches approximately '/2 the height of an internal device or 1/3 the height of the external device (or less when so specified by the manufacturers) or as designated by the Engineer, the deposits shall ' be removed and stabilized on site in accordance with Section 8- 01.3(16). 8- 01.3(10) Wattles ' In the first paragraph, the third sentence is revised to read: Excavated material shall be spread evenly along the uphill slope and be compacted ' using hand tamping or other method approved by the Engineer. This section is supplemented with the following new paragraph: ' The Contractor shall exercise care when installing wattles to ensure that the method of installation minimizes disturbance of waterways and prevents sediment or pollutant discharge into waterbodies. 8- 01.3(12) Compost Sock In the first paragraph, "sock" is revised to read "socks" and "streambed" is revised to ' read "waterbodies ". In the second paragraph "bank" is revised to read "slope ". ' In the third paragraph "and" is revised to read "or ". ' This section is supplemented with the following new paragraph: Compost for Compost Socks shall be Coarse Compost. ' 8- 01.3(14) Temporary Pipe Slope Drain The first paragraph is revised to read: ' Temporary pipe slope drain shall be Corrugated Polyethylene Drain Pipe and shall be constructed in accordance with the Plans ' The last paragraph is revised to read: Placement of outflow of the pipe shall not pond water on road surface. 1 1 17 8- 01.3(15) Maintenance In the fourth paragraph, the last sentence is revised to read: Clean sediments may be stabilized on site using approved BMPs as approved by the Engineer. 8- 01.3(16) Removal In the second paragraph, the last sentence is revised to read: This may include, but is not limited to, ripping the soil, incorporating soil amendments, and seeding with the specified seed. 8 -01.4 Measurement The eighth paragraph is revised to read: Silt fence, gravel filter, compost berms, and wood chip berms will be measured by the linear foot along the ground line of completed barrier. 8 -01.5 Payment The following bid items are relocated after the bid item "Check Dam ": "Inlet Protection ", per each. "Gravel Filter Berm ", per linear foot. The following new paragraph is inserted before the bid item "Stabilized Construction Entrance ": The unit Contract price per linear foot for "Check Dam" and "Gravel Filter Berm" and per each for "Inlet Protection" shall be full pay for all equipment, labor and materials to perform the Work as specified, including installation, removal and disposal at an approved disposal site. The paragraph after the bid item 'Temporary Curb" is revised to read: The unit Contract price per linear foot for temporary curb shall include all costs to install, maintain, remove, and dispose of the temporary curb. The following bid item is inserted after the bid item "Mulching with Pam ": "Mulching with HECP Type 3 Mulch ", per acre. The bid item "Mulching with BFM" is revised to read: "Mulching with HECP Type 2 Mulch" The bid item "Mulching with MBFM /FRM" is revised to read: "Mulching with HECP Type 1 Mulch" 18 SECTION 8 -02, ROADSIDE RESTORATION January 4, 2010 8- 02.3(2) Roadside Work Plan In the first paragraph, the second sentence is revised to read: The roadside work plan shall define the Work necessary to provide all Contract requirements, including: wetland excavation, soil preparation, habitat, Structure placement, planting area preparation, seeding area preparation, bark mulch and compost placement, seeding, planting, plant replacement, irrigation; and weed control in narrative form. The first sentence under "Progress Schedule" is revised to read: A progress schedule shall be submitted in accordance with Section 1 -08.3. The Progress Schedule shall include the planned time periods for Work necessary to provide all Contract requirements in accordance with Sections 8 -01, 8 -02, and 8 -03. The first sentence under "Weed and Pest Control Plan" is revised to read: The Weed and Pest Control Plan shall be submitted and approved prior to starting any Work defined in Sections 8 -01, and 8 -02. In the third paragraph under "Weed and Pest Control Plan" the first and second sentences are revised to read: The plan shall be prepared and signed by a licensed Commercial Pest Control Operator or Consultant when chemical pesticides are proposed. The plan shall include methods of weed control; dates of weed control operations; and the name, application rate, and Material Safety Data Sheets of all proposed herbicides. The last paragraph under "Plant Establishment Plan" is deleted. 8- 02.3(2)A Chemical Pesticides This section is deleted. 8- 02.3(2)B Weed and Pest Control This section is deleted. 8- 02.3(3) Planting Area Weed Control This section including title is revised to read: 8- 02.3(3) Weed and Pest Control The Contractor shall control weed and pest species within the project area using integrated pest management principles consisting of mechanical, biological and chemical controls that are outlined in the Weed and Pest Control Plan or as designated by the Engineer. Those weeds specified as noxious by the Washington State Department of Agriculture, the local Weed District, or the County Noxious Weed Control Board and other species identified by the Contracting Agency shall be controlled on the project in accordance with the weed and pest control plan. 19 The Contractor shall control weeds not otherwise covered in accordance with Section 8- 02.3(3)A, Planting Area Weed Control in all areas within the project limits, including erosion control seeding area and vegetation preservation areas, as designated by the Engineer. This section is supplemented with the following new sub - sections: 8- 02.3(3)A Planting Area Weed Control All planting areas shall be prepared so that they are weed and debris free at the time of planting and until completion of the project. The planting areas shall include the entire ground surface, regardless of cover, all planting beds, areas around plants, and those areas shown in the Plans. All applications of post- emergent herbicides shall be made while green and growing tissue is present. Should unwanted vegetation reach the seed stage, in violation of these Specifications, the Contractor shall physically remove and bag the seed heads. All physically removed vegetation and seed heads shall be disposed of off site at no cost to the Contracting Agency. Weed barrier mats shall be installed as shown in the Plans. Mats shall be 3 -feet square and shall be secured by a minimum of 5- staples per mat. Mats and staples shall be installed according to the manufacturer's recommendations. 8- 02.3(3)B Chemical Pesticides Application of chemical pesticides shall be in accordance with the label recommendations, the Washington State Department of Ecology, local sensitive area ordinances, and Washington State Department of Agriculture laws and regulations. Only those herbicides listed in the table Herbicides Approved for Use on WSDO T Rights of Way at http: / /www.wsdot.wa.gov/ Maintenance /Roadside /herbicide_use.htm may be used. The applicator shall be licensed by the State of Washington as a Commercial Applicator or Commercial Operator with additional endorsements as required by the Special Provisions or the proposed weed control plan. The Contractor shall furnish the Engineer evidence that all operators are licensed with appropriate endorsements, and that the pesticide used is registered for use by the Washington State Department of Agriculture. All chemicals shall be delivered to the job site in the original containers. The licensed applicator or operator shall complete a Commercial Pesticide Application Record (DOT Form 540 -509) each day the pesticide is applied, and furnish a copy to the Engineer by the following business day. The Contractor shall ensure confinement of the chemicals within the areas designated. The use of spray chemical pesticides shall require the use of anti -drift and activating agents, and a spray pattern indicator unless otherwise allowed by the Engineer. The Contractor shall assume all responsibility for rendering any area unsatisfactory for planting by reason of chemical application. Damage to adjacent areas, either on or off the Highway Right of Way, shall be repaired to the satisfaction of the Engineer or the property owner, and the cost of such repair shall be borne by the Contractor. 20 ' 8- 02.3(5) Planting Area Preparation In the first paragraph, the second sentence is revised to read: ' Material displaced by the Contractor's operations that interferes with drainage shall be removed from the channel and disposed of as approved by the Engineer. ' 8- 02.3(7) Layout of Planting The second paragraph is deleted. ' 8- 02.3(8) Planting In the second paragraph, the first and second sentences are revised to read: Under no circumstances will planting be permitted during unsuitable soil or weather ' conditions as determined by the Engineer. Unsuitable conditions may include frozen soil, freezing weather, saturated soil, standing water, high winds, heavy rains, and high water levels. The fourth paragraph is revised to read: ' Plants shall not be placed below the finished grade. The fifth paragraph is revised to read: ' Planting hole sizes for plant material shall be in accordance with the details shown in the Plans. Any glazed surface of the planting hole shall be roughened prior to ' planting. The following new paragraph is inserted after the fifth paragraph: ' All cuttings shall be planted immediately if buds begin to swell. 8- 02.3(9) Pruning, Staking, Guying, and Wrapping ' In the first paragraph, the last sentence is revised to read: All other pruning shall be performed only after the plants have been in the ground at ' least one year and when plants are dormant. 8- 02.3(13) Plant Establishment In the third paragraph, the first sentence is revised to read: During the first -year plant establishment period, the Contractor shall perform all ' Work necessary to ensure the resumption and continued growth of the transplanted material. ' In the fourth paragraph, "propose" is revised to read "submit ". 8- 02.3(15) Live Fascines In the first paragraph, the fourth sentence is revised to read: ' Dead branches may be placed within the live fascine and on the side exposed to the air. In the second paragraph, the third sentence is deleted. 1 21 In the second paragraph, the seventh sentence is revised to read: The live stakes shall be driven through the live fascine vertically into the slope. 8- 02.3(16)A Lawn Installation In the third paragraph, the last two items "West of the summit of the Cascade Range - March 1 to October 1." and "East of the summit of the Cascade Range - April 15 to October 1." are revised to read: Western Washington (West of the Cascade Mountain crest) March through May 15 September 1 through October 1 The fifth paragraph is revised to read: Eastern Washington (East of the Cascade Mountain crest) October 1 through November 15 Topsoil for seeded or sodded lawns shall be placed at the depth and locations as shown in the Plans. The topsoil shall be cultivated to the specified depth, raked to a smooth even grade without low areas that trap water and compacted, all as approved by the Engineer. In the sixth paragraph, the last sentence is revised to read: Following placement, the sod shall be rolled with a smooth roller to establish contact with the soil. 8 -02.4 Measurement The seventh paragraph is revised to read: Fine compost, medium compost and coarse compost will be measured by the cubic yard in the haul conveyance at the point of delivery. 8 -02.5 Payment The following new paragraph is inserted above the paragraph beginning with "Payment shall be increased to 90- percent...... ": Plant establishment milestones are achieved when plants meet conditions described in Section 8- 02.3(13). The following is inserted after the bid item "Fine Compost ": "Medium Compost ", per cubic yard. The paragraph for the bid item "Weed Control" is revised to read: "Weed and Pest Control ", will be paid in accordance with Section 1 -09.6. The following new paragraph is inserted after the bid item "Soil Amendment ": The unit Contract price per cubic yard for "Soil Amendment' shall be full pay for furnishing and incorporating the soil amendment into the existing soil. 22 ' The following new paragraph is inserted after the bid item "Bark or Wood Chip Mulch ": The unit Contract price per cubic yard for "Bark or Wood Chip Mulch" shall be full tpay for furnishing and spreading the mulch onto the existing soil. ' SECTION 8 -14, CEMENT CONCRETE SIDEWALKS April 5, 2010 ' 8- 14.3(5) Curb Ramp Detectable Warning Surface Retrofit This section including heading is revised to read: ' 8- 14.3(5) Detectable Warning Surface Detectable warning surfaces shall consist of truncated domes as shown in the Plans. Where a detectable warning surface is to be applied, the Contractor shall attach the detectable warning surface to the pavement surface according to the ' manufacturer's recommendations. The detectable warning surface shall be located as shown in the Plans. The Contractor shall use one of the detectable warning surface products listed in the Qualified Products List or submit another product for approval by the Project Engineer. If the Plans require, the detectable warning surface shall be capable of being bonded to a cement concrete surface or to an asphalt concrete surface. Vertical edges of the detectable warning surface shall be flush with the adjoining surface to the extent possible (otherwise not be more than 1/4 -inch above the surface of the pavement) after installation. 8 -14.4 Measurement The second sentence in the first paragraph is revised to read: Cement concrete curb ramp type will be measured per each for the complete curb ramp type installed and includes the installation of the detectable warning surface. The second paragraph is revised to read: Detectable warning surface will be measured by the square foot of detectable warning surface material installed as shown in the Plans. 8 -14.5 Payment The pay item "Cement Conc. Curb Ramp Type " is supplemented with the following new paragraph: The unit Contract price per each for "Cement Concrete Curb Ramp Type ", shall be full pay for installing the curb ramp as specified including the "Detectable Warning Surface ". The pay item "Curb Ramp Detectable Warning Surface Retrofit" is revised to read "Detectable Warning Surface ". 23 SECTION 9 -01, PORTLAND CEMENT April 5, 2010 9- 01.2(1) Portland Cement In the first paragraph, all the text after "shall not exceed 8- percent by weight" is deleted and the paragraph ends. In the second paragraph, "per" is revised to read "in accordance with ". SECTION 9 -02, BITUMINOUS MATERIALS August 2, 2010 9- 02.1(9) Coal Tar Pitch Emulsion, Cationic Asphalt Emulsion Blend Sealer This section including title is revised to read: 9- 02.1(9) Vacant SECTION 9 -03, AGGREGATES August 2, 2010 In this Division, all references to "AASHTO TP 61" are revised to read "AASHTO T 335 ". 9- 03.11(2) Streambed Cobbles The first paragraph is revised to read: Streambed cobbles shall be clean, naturally occurring water rounded gravel material. Streambed cobbles shall have a well graded distribution of cobble sizes and conform to one or more of the following gradings as shown in the Plans: Percent Passing Approximate Size Note' 4" Cobbles 6" Cobbles 8" Cobbles 10" Cobbles 12" Cobbles 12" 100 10" 100 70 -90 8" 100 70 -90 6" 100 70 -90 5" 70 -90 30 -60. 4" 100 30 -60. 3" 70 -90 30 -60. 2" 30 -60. 1'/2' 20 -50 3/4" 10 max. 10 max. 10 max. 10 max. 10 max. 24 IIn the second paragraph, "determine" is revised to read "determined ". ' SECTION 9 -23, CONCRETE CURING MATERIALS AND ADMIXTURES August 2, 2010 ' 9 -23.1 Sheet Materials for Curing Concrete In the first paragraph, "AASHTO M 171" is revised to read "ASTM C 171 ". ' 9 -23.2 Liquid Membrane Forming Concrete Curing Compounds The first paragraph is revised to read: Liquid membrane - forming compounds for curing concrete shall conform to the ' requirements of ASTM C 309 Type 1 or 2, Class A or B, except that the water retention when tested in accordance with WSDOT Test Method 814 shall be 2.50 grams for all applications. SECTION 9 -22, MONUMENT CASES ' January 4, 2010 9 -22.1 Monument Cases, Covers, and Risers ' In the first sentence, "Class 3013" is revised to read "Class 3513". I 1 25 CONTRACT PROVISIONS Special Provisions Contract Form Performance Bond Form Informational Certificate of Insurance Informational Additional Insured Endorsement Minimum Wage Affidavit Form ' SPECIAL PROVISIONS The following Special Provisions are made a part of this contract and supersede any conflicting provisions of the 2010 Standard Specifications for Road, Bridge and Municipal Construction, and the foregoing Amendments to the Standard Specifications. ' Several types of Special Provisions are included in this contract; General, Region, Bridges and Structures, and Project Specific. Special Provisions types are differentiated as follows: (date) General Special Provision Notes a revision to a General Special Provision ' and also notes a Project Specific Special Provision. (Regions' date) Region Special Provision ' (BSP date) Bridges and Structures Special Provision General Special Provisions are similar to Standard Specifications in that they typically apply to many projects, usually in more than one Region. Usually, the only difference ' from one project to another is the inclusion of variable project data, inserted as a "fill -in ". Region Special Provisions are commonly applicable within the designated Region. ' Region designations are as follows: Regions' ' ER Eastern Region NCR North Central Region NWR Northwest Region ' OR Olympic Region SCR South Central Region SWR Southwest Region WSF Washington State Ferries Division Bridges and Structures Special Provisions are similar to Standard Specifications in ' that they typically apply to many projects, usually in more than one Region. Usually, the only difference from one project to another is the inclusion of variable project data, inserted as a "fill -in ". ' Project Specific Special Provisions normally appear only in the contract for which they were developed. 1 1 27 DIVISION 1 GENERAL REQUIREMENTS DESCRIPTION OF WORK (March 13, 1995) This contract provides for the improvement of * ** South 16`h Avenue by planning bituminous pavement, preleveling with HMA Cl. 3/8" PG 64 -28, paving with HMA Cl. Y2" PG 64 -28, adjusting water valves, manholes and monument cases, installing ADA ramps, and other work, all in accordance with the attached Contract Plans, these Contract Provisions, and the Standard Specifications. 1 -01.3 Definitions (September 12, 2008 APWA GSP) This Section is supplemented with the following: All references in the Standard Specifications to the terms "State ", "Department of Transportation ", "Washington State Transportation Commission ", "Commission ", "Secretary of Transportation ", "Secretary ", "Headquarters ", and "State Treasurer" shall be revised to read "Contracting Agency ". All references to "State Materials Laboratory" shall be revised to read "Contracting Agency designated location ". The venue of all causes of action arising from the advertisement, award, execution, and performance of the contract shall be in the Superior Court of the County where the Contracting Agency's headquarters are located. Additive A supplemental unit of work or group of bid items, identified separately in the proposal, which may, at the discretion of the Contracting Agency, be awarded in addition to the base bid. Alternate One of two or more units of work or groups of bid items, identified separately in the proposal, from which the Contracting Agency may make a choice between different methods or material of construction for performing the same work. Contract Documents See definition for "Contract ". Contract Time The period of time established by the terms and conditions of the contract within which the work must be physically completed. 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. 28 Notice to Proceed ' The written notice from the Contracting Agency or Engineer to the Contractor authorizing and directing the Contractor to proceed with the work and establishing the date on which the contract time begins. Traffic Both vehicular and non - vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and equestrian traffic. BID PROCEDURES AND CONDITIONS 1 -02.1 Prequalification of Bidders ' Delete this Section and replace it with the following: 1 -02.1 Qualifications of Bidder ' (March 25, 2009 APWA GSP) Bidders must meet the minimum qualifications of RCW 39.04.350(1), as amended: ' "Before award of a public works contract, a bidder must meet the following responsibility criteria to be considered a responsible bidder and qualified to be awarded a public works project. The bidder must: 1 29 Contract Execution Date ' The date the Contracting Agency officially binds the agency to the contract. Notice to Proceed Date ' The date stated in the Notice to Proceed on which the contract time begins. Substantial Completion Date The day the Engineer determines the Contracting Agency has full and unrestricted use and benefit of the facilities, both from the operational and safety standpoint, and only minor incidental work, replacement of temporary substitute facilities, or correction or repair remains for the physical completion of the total ' contract. Physical Completion Date The day all of the work is physically completed on the project. All documentation ' required by the contract and required by law does not necessarily need to be furnished by the Contractor by this date. ' Completion Date The day all the work specified in the contract is completed and all the obligations of the Contractor under the contract are fulfilled by the Contractor. All documentation required by the contract and required by law must be furnished by the Contractor before establishment of this date. Final Acceptance Date ' The date on which the Contracting Agency accepts the work as complete. Notice of Award The written notice from the Contracting Agency to the successful bidder ' signifying the Contracting Agency's acceptance of the bid. Notice to Proceed ' The written notice from the Contracting Agency or Engineer to the Contractor authorizing and directing the Contractor to proceed with the work and establishing the date on which the contract time begins. Traffic Both vehicular and non - vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and equestrian traffic. BID PROCEDURES AND CONDITIONS 1 -02.1 Prequalification of Bidders ' Delete this Section and replace it with the following: 1 -02.1 Qualifications of Bidder ' (March 25, 2009 APWA GSP) Bidders must meet the minimum qualifications of RCW 39.04.350(1), as amended: ' "Before award of a public works contract, a bidder must meet the following responsibility criteria to be considered a responsible bidder and qualified to be awarded a public works project. The bidder must: 1 29 (a) At the time of bid submittal, have a certificate of registration in compliance with chapter 18.27 RCW; (b) Have a current state unified business identifier number; (c) If applicable, have industrial insurance coverage for the bidder's employees working in Washington as required in Title 51 RCW; an employment security department number as required in Title 50 RCW; and a state excise tax registration number as required in Title 82 RCW; and (d) Not be disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3)." 1 -02.2 Plans and Specifications (October 1, 2005 APWA GSP) Delete this section and replace it with the following: Information as to where Bid Documents can be obtained or reviewed will be found in the Call for Bids (Advertisement for Bids) for the work. After award of the contract, plans and specifications will be issued to the Contractor at no cost as detailed below: To Prime Contractor Reduced plans (11" x 17 ") and Contract Provisions Large plans (e.g., 22" x 34 ") and Contract Provisions No. of Sets Basis of Distribution 10 Furnished automatically upon award. N/1 only upon request. Additional plans and Contract Provisions may be purchased by the Contractor by payment of the cost stated in the Invitation to Bid. 1 -02.4 Examination of Plans, Specifications and Site of Work 1- 02.4(1) General This section is supplemented with the following: No pre -bid approval on any proposed substitute equipment shall be granted prior to the bid opening unless specified otherwise in these Specifications. 1 -02.5 Proposal Forms (October 1, 2005 APWA GSP) Delete this section and replace it with the following: At the request of a bidder, the Contracting Agency will provide a proposal form for any project on which the bidder is eligible to bid. The proposal form will identify the project and its location and describe the work. It will also list estimated quantities, units of measurement, the items of work, and the materials to be furnished at the unit bid prices. The bidder shall complete spaces on the proposal form that call for, but are not limited to, unit prices; extensions; 30 C summations; the total bid amount; signatures; date; and, where applicable, retail sales taxes and acknowledgment of addenda; the bidder's name, address, telephone number, and signature; the bidder's D /M/WBE commitment, if applicable; a State of Washington Contractor's Registration Number; and a Business License Number, if applicable. Bids shall be completed by typing or shall be printed in ink by hand, preferably in black ink. The required certifications are included as part of the proposal form. The Contracting Agency reserves the right to arrange the proposal forms with alternates and additives, if such be to the advantage of the Contracting Agency. The bidder shall bid on all alternates and additives set forth in the proposal forms unless otherwise specified. Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by the signer of the bid. The bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner. A bid by a corporation shall be executed in the corporate name, by the president or a vice president (or other corporate officer accompanied by evidence of authority to sign). A bid by a partnership shall be executed in the partnership name, and signed by a partner. A copy of the partnership agreement shall be submitted with the Bid Form if any D /M/WBE requirements are to be satisfied through such an agreement. A bid by a joint venture shall be executed in the joint venture name and signed by a member of the joint venture. A copy of the joint venture agreement shall be submitted with the Bid Form if any D/W /MBE requirements are to be satisfied through such an agreement. 1 -02.6 Preparation of Proposal (August 2, 2004) The fifth and sixth paragraphs of Section 1 -02.6 are deleted. (October 10, 2008 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. 1 -02.7 Bid Deposit (October 1, 2005 APWA GSP) Supplement this section with the following: Bid bonds shall contain the following: 1. Contracting Agency- assigned number for the project; 2. Name of the project; 3. The Contracting Agency named as obligee; 4. The amount of the bid bond stated either as a dollar figure or as a percentage which represents five percent of the maximum bid amount that could be awarded; 31 5. Signature of the bidder's officer empowered to sign official statements. The signature of the person authorized to submit the bid should agree with the signature on the bond, and the title of the person must accompany the said signature; 6. The signature of the surety's officer empowered to sign the bond and the power of attorney. If so stated in the Contract Provisions, bidder must use the bond form included in the Contract Provisions. 1 -02.9 Delivery of Proposal (October 1, 2005 APWA GSP) Revise the first paragraph to read: Each proposal shall be submitted in a sealed envelope with the Project Name and Project Number as stated in the Advertisement for Bids clearly marked on the outside of the envelope, or as otherwise stated in the Bid Documents, to ensure proper handling and delivery. Public Opening Of Proposal Section 1 -02.12 is supplemented with the following: Date Of Opening Bids Sealed bids are to be received at the following locations prior to the time specified: At the City Clerk's Office, City of Yakima, 129 N. Second Street, Yakima, WA 98901 until 2:00 P.M. of the bid opening date. The bid opening date for this project is as listed in the Invitation to Bid. Bids received will be publicly opened and read after 2:00 P.M. on this date. 1 -02.13 Irregular Proposals (March 25, 2009 APWA GSP) Revise item 1 to read: 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; 32 The Bidder fails to submit or properly complete a Disadvantaged, Minority or Women's Business Enterprise Certification, if applicable, as required in Section 1 -02.6; The Bid Proposal does not constitute a definite and unqualified offer to meet the material terms of the Bid invitation; or More than one proposal is submitted for the same project from a Bidder under the same or different names. 1 -02.14 Disqualification of Bidders (March 25, 2009 APWA GSP, Option B) Delete this Section and replace it with the following: A Bidder will be deemed not responsible if: 1. The Bidder does not meet the mandatory bidder responsibility criteria in RCW 39.04.350(1), as amended; or 2. Evidence of collusion exists with any other Bidder or potential Bidder. Participants in collusion will be restricted from submitting further bids; or 3. The Bidder, in the opinion of the Contracting Agency, is not qualified for the work or to the full extent of the bid, or to the extent that the bid exceeds the authorized prequalification amount as may have been determined by a prequalification of the Bidder; or 4. An unsatisfactory performance record exists based on past or current Contracting Agency work or for work done for others, as judged from the standpoint of conduct of the work; workmanship; or progress; affirmative action; equal employment opportunity practices; termination for cause; or Disadvantaged Business Enterprise, Minority Business Enterprise, or Women's Business Enterprise utilization; or 5. There is uncompleted work (Contracting Agency or otherwise), which in the opinion of the Contracting Agency might hinder or prevent the prompt completion of the work bid upon; or 6. The Bidder failed to settle bills for labor or materials on past or current contracts, unless there are extenuating circumstances acceptable to the Contracting Agency; or 7. The Bidder has failed to complete a written public contract or has been convicted of a crime arising from a previous public contract, unless there are extenuating circumstances acceptable to the Contracting Agency; or 8. The Bidder is unable, financially or otherwise, to perform the work, in the opinion of the Contracting Agency; or 9. There are any other reasons deemed proper by the Contracting Agency. As evidence that the Bidder meets the bidder responsibility criteria above, the apparent two lowest Bidders must submit to the Contracting Agency within 24 hours of the bid submittal deadline, documentation (sufficient in the sole judgment of the Contracting Agency) demonstrating compliance with all applicable responsibility criteria, including all documentation specifically listed in the supplemental 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. 33 The basis for evaluation of Bidder compliance with these supplemental criteria shall be any documents or facts obtained by Contracting Agency (whether from the Bidder or third parties) which any reasonable owner would rely on for determining such compliance, including but not limited to: (i) financial, historical, or operational data from the Bidder; (ii) information obtained directly by the Contracting Agency from owners 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 24 hours of receipt of the Contracting Agency's determination by presenting its appeal to the Contracting Agency. The Contracting Agency will consider the appeal before issuing its final determination. If the final determination affirms that the Bidder is not responsible, the Contracting 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 final determination. 1 -02.15 Pre Award Information (October 1, 2005 APWA GSP) Revise this section to read: Before awarding any contract, the Contracting Agency may require one or more of these items or actions of the apparent lowest responsible bidder: 1. A complete statement of the origin, composition, and manufacture of any or all materials to be used, 2. Samples of these materials for quality and fitness tests, 3. A progress schedule (in a form the Contracting Agency requires) showing the order of and time required for the various phases of the work, 4. A breakdown of costs assigned to any bid item, 5. Attendance at a conference with the Engineer or representatives of the Engineer, 6. Obtain, and furnish a copy of, a business license to do business in the city or county where the work is located. 7. A copy of State of Washington Contractor's Registration, or 8. Any other information or action taken that is deemed necessary to ensure that the bidder is the lowest responsible bidder. AWARD AND EXECUTION OF CONTRACT 1 -03.1 Consideration of Bids (January 23, 2006 APWA GSP) Revise the first paragraph to read: After opening and reading proposals, the Contracting Agency will check them for correctness of extensions of the prices per unit and the total price. If a discrepancy 34 exists between the price per unit and the extended amount of any bid item, the price per unit will control. If a minimum bid amount has been established for any item and the bidder's unit or lump sum price is less than the minimum specified amount. the Contracting Agency will unilaterally revise the unit or lump sum price, to the minimum specified amount and recalculate the extension. The total of extensions, corrected where necessary, including sales taxes where applicable and such additives and /or alternates as selected by the Contracting Agency, will be used by the Contracting ' Agency for award purposes and to fix the Awarded Contract Price amount and the amount of the contract bond. ' 1 -03.3 Execution of Contract (October 1, 2005 APWA GSP) ' Revise this section to read: Copies of the Contract Provisions, including the unsigned Form of Contract, will be ' available for signature by the successful bidder on the first business day following award. The number of copies to be executed by the Contractor will be determined by the Contracting Agency. tWithin Fourteen (14) calendar days after the award date, the successful bidder shall return the signed Contracting Agency - prepared contract, an insurance certification as ' required by Section 1- 07.18, and a satisfactory bond as required by law and Section 1 -03.4. Before execution of the contract by the Contracting Agency, the successful bidder shall provide any pre -award information the Contracting Agency may require ' under Section 1- 02.15. Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency nor shall any work begin within the project limits or within ' Contracting Agency- furnished sites. The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the Contracting Agency. ' If the bidder experiences circumstances beyond their control that prevents return of the contract documents within the calendar days after the award date stated above, ' the Contracting Agency may grant up to a maximum of Six 6 additional calendar days for return of the documents, provided the Contracting Agency deems the circumstances warrant it. t1 -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, 1 35 3. Be conditioned upon the faithful performance of the contract by the Contractor within the prescribed time; 4. Guarantee that the surety shall indemnify, defend, and protect the Contracting Agency against any claim of direct or indirect loss resulting from the failure: a. Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors of the Contractor) to faithfully perform the contract, or b. Of the Contractor (or the subcontractors or lower tier subcontractors of the Contractor) to pay all laborers, mechanics, subcontractors, lower tier subcontractors, material person, or any other person who provides supplies or provisions for carrying out the work; 5. Be accompanied by a power of attorney for the Surety's officer empowered to sign the bond; and 6. Be signed by an officer of the Contractor empowered to sign official statements (sole proprietor or partner). If the Contractor is a corporation the bond must be signed by the president or vice - president unless accompanied by written proof of the authority of the individual signing the bond to bind the corporation (i.e. corporate resolution, power of attorney or a letter to such effect by the president or vice - president). Add the following: The Contractor shall guarantee the material provided and workmanship performed under the Contract for a period of one year from and after the final acceptance thereof by the Contracting Agency. In addition to the requirements from the Contract Bond according to SECTION 1- 03.4 of the Standard Specifications, the Bond shall further indemnify and hold the Contracting Agency, its employees, agents and elected or appointed officials harmless from defects appearing or developing in the material or workmanship provided or performed under the Contract within a period of one year after final acceptance by the Contracting Agency. The Contract Bond shall be in the form of the Contract Bond document bound in these Specifications. 1 -03.7 Judicial Review Delete the last sentence in its entirety and replace it with the following: Such review, if any, shall be timely filed in the Superior Court of Yakima County, Washington. SCOPE OF THE WORK 1 -04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda (October 1, 2005 APWA GSP) Revise the second paragraph to read: Any inconsistency in the parts of the contract shall be resolved by following this order of precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 0 ' 1. Addenda, 2. Proposal Form, 3. Special Provisions, including APWA General Special Provisions, if they are ' included, 4. Contract Plans, 5. Amendments to the Standard Specifications, ' 6. WSDOT /APWA Standard Specifications for Road, Bridge and Municipal Construction, ' 6. Contracting Agency's Standard Plans (if any), and 7. WSDOT /APWA Standard Plans for Road, Bridge, and Municipal Construction. t 1 -04.11 Final Cleanup This section is supplemented with the following: ' The Contractor shall do partial cleanup when he determines it is necessary or when, in the opinion of the Engineer, partial cleanup shall be done for public safety. The cleanup work shall be done immediately upon notification from the Engineer and other work shall not proceed until the partial cleanup is completed. 1 CONTROL OF WORK ' 1 -05.1 Authority of the Engineer ' Add the following: Unless otherwise expressly provided in the Contract Drawings, Specifications, and ' Addenda, the means and methods of construction shall be such as the Contractor may choose; subject, however, to the Engineer's right to reject means and methods proposed by the Contractor which (1) will constitute or create a hazard to ' the work, or to persons or property; or (2) will not produce finished work in accordance with the terms of the Contract. The Engineer's approval of the Contractor's means and methods of construction or his failure to exercise his right ' to reject such means or methods shall not relieve the Contractor of the obligation to accomplish the result intended by the Contract; nor shall the exercise of such right to reject create a cause for action for damages. ' 1 -05.4 Conformity With And Deviations From Plans And Stakes This section is supplemented with the following: ' The Contractor shall be responsible for all project surveying. 1 -05.5 Survey Monuments (New Section) 1 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 1 37 by a licensed surveyor at the Contractor's expense. All Washington State Laws regarding survey monuments are applicable and the contractor shall familiarize themselves with WAC statutes. 1 -05.7 Removal of Defective and Unauthorized Work (October 1, 2005 APWA GSP) Supplement this section with the following: If the Contractor fails to remedy defective or unauthorized work within the time specified in a written notice from the Engineer, or fails to perform any part of the work required by the Contract Documents, the Engineer may correct and remedy such work as may be identified in the written notice, with Contracting Agency forces or by such other means as the Contracting Agency may deem necessary. If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have work the Contractor refuses to perform completed by using Contracting Agency or other forces. An emergency situation is any situation when, in the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk of loss or damage to the public. Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from monies due, or to become due, the Contractor. Such direct and indirect costs shall include in particular, but without limitation, compensation for additional professional services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized work. No adjustment in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the Contracting Agency's rights provided by this Section. The rights exercised under the provisions of this section shall not diminish the Contracting Agency's right to pursue any other avenue for additional remedy or damages with respect to the Contractor's failure to perform the work as required. 1- 05.10(1) General Guaranty and Warranty (NEW SECTION) The following new section shall be added to the Standard Specifications: If, within one year after the date of Final Acceptance of the Work by the Contracting Agency, defective and unauthorized work is discovered, the Contractor shall promptly, upon written request by the Contracting Agency, return and in accordance with the Engineer's instructions, either correct such work or, if such work has been rejected by the Engineer, remove it from the Project Site and replace it with non - defective and authorized work, all without cost to the Contracting Agency. If the Contractor does not promptly comply with the written request to correct defective and unauthorized work, or if an emergency exists, the Contracting Agency reserves the right to have defective and unauthorized work 38 ' corrected or rejected, removed, and replaced pursuant to the provisions of SECTION 1 -05.7 of these Specifications. ' The Contractor agrees the above one -year limitation shall not exclude nor diminish the Contracting Agency's rights under any law to obtain damages and recover costs resulting from defective and unauthorized work discovered after one year ' but prior to the expiration of the legal time period set forth in RCW 9.16.040 limiting actions upon a contract in writing or liability, expressed or implied, arising out of a written agreement. 1 -05.11 Final Inspection Delete this section and replace it with the following: ' 1 -05.11 Final Inspections and Operational Testing (October 1, 2005 APWA GSP) 1 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 1 39 measures as are necessary to remedy the listed deficiencies. Corrective work shall be pursued vigorously, diligently, and without interruption until physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied the listed deficiencies have been corrected. If action to correct the listed deficiencies is not initiated within 7 days after receipt of the written notice listing the deficiencies, the Engineer may, upon written notice to the Contractor, take whatever steps are necessary to correct those deficiencies pursuant to Section 1 -05.7. The Contractor will not be allowed an extension of contract time because of a delay in the performance of the work attributable to the exercise of the Engineer's right hereunder. Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting Agency, in writing, of the date upon which the work was considered physically complete. That date shall constitute the Physical Completion Date of the contract, but shall not imply acceptance of the work or that all the obligations of the Contractor under the contract have been fulfilled. 1- 05.11(3) Operational Testing It is the intent of the Contracting Agency to have at the Physical Completion Date a complete and operable system. Therefore when the work involves the installation of machinery or other mechanical equipment; street lighting, electrical distribution or 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. 40 ' 1 -05.15 Method of Serving Notices (March 25, 2009 APWA GSP) ' Revise the second paragraph to read: ' All correspondence from the Contractor shall be directed to the Project Engineer. All correspondence from the Contractor constituting any notification, notice of protest, notice of dispute, or other correspondence constituting notification required to be furnished under the Contract, must be in paper format, hand delivered or sent via ' mail delivery service to the Project Engineer's office. Electronic copies such as e- mails or electronically delivered copies of correspondence will not constitute such notice and will not comply with the requirements of the Contract. ' Add the following new section: ' 1 -05.16 Water and Power (October 1, 2005 APWA GSP) ' The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the contract includes power and water as a pay item. ' CONTROL OF MATERIAL ' 1 -06.2 Acceptance of Materials 1- 06.2(1) Samples and Tests for Acceptance tThis section is supplemented with the following: The Contractor shall be responsible for scheduling and paying for all material testing required for this project. All testing services shall be performed by an independent, ' certified testing firm and /or laboratory meeting the approval of the Engineer. The Contractor shall submit information relating to the qualifications of the proposed testing firm to the Engineer for review and approval prior to the preconstruction conference. The testing frequencies listed below may be modified to assure compliance with specifications. In each case, the Engineer may require additional tests be performed at the Contractor's expense, if test results do not meet the ' required densities and results. Moisture density curves for each type of material encountered and copies of all test ' results shall be submitted to the Engineer as construction progresses for Trench Backfilling, Embankment Compaction, Subgrade Preparation, and Ballast and Crushed Surfacing. ' The sampling frequency is as follows: ' Trench Backfilling Compaction tests shall be taken at a frequency and at depths sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for each 100 linear feet of main pipeline trench ' and one (1) test for each street crossing. At alternating 100 -foot locations ' 41 along the main trench line, tests shall be taken at 1 -foot, 2 -foot and 3 -foot depths below finish grade. Compaction shall conform to Section 7- 08.3(3) or 7- 10.3(11) as applicable to the pipeline being constructed. At a minimum, compaction within the roadway area shall be to at least 95% of maximum density as determined by ASTM D 1557 (Modified Proctor). Embankment Construction Compaction tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for every 5000 square feet of surface area for each lift of roadway embankment. Roadway embankment compaction shall be as specified in Section 2- 03.3(14). Subgrade Preparation Compaction tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for every 5,000 square feet of surface area for each lift of roadway subgrade. Subgrade compaction shall be as specified in Section 2- 06.3(2). Ballast and Crushed Surfacing Compaction tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for every 5,000 square feet of surface area for each lift of ballast or crushed surfacing. Compaction of ballast and crushed surfacing shall be as specified in Section 4- 04.3(5). Asphalt Concrete Pavement Copies of the maximum Rice density test for each class of asphalt concrete pavement and copies of all test results shall be provided to the Engineer as construction progresses. Density tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for every 5000 square feet of surface area for each lift of asphalt concrete pavement. Compaction of asphalt concrete pavement shall be as specified in Section 5- 04.3(10) B of these Special Provisions. Cement Concrete Curb, Gutter and Sidewalk One test shall be taken for every 500 cubic yards of concrete placed for curb, gutter or sidewalk. The concrete shall be tested for temperature, air content, slump and compressive strength. 42 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. 1 -07.2 State Sales Tax Delete this section, including its sub - sections, in its entirety and replace it with the following: 1 -07.2 State Sales Tax (October 1, 2005 APWA GSP) 1- 07.2(1) General The Washington State Department of Revenue has issued special rules on the State sales tax. Sections 1- 07.2(1) through 1- 07.2(4) 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(3) describes this exception. 43 The Contracting Agency will pay the retained percentage 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 60.28.050). 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(2) 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(3) 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. 1- 07.2(4) 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). This section is supplemented with the following: 44 (March 13, 1995) The work on this contract is to be performed upon lands whose ownership obligates the Contractor to pay Sales tax. The provisions of Section 1- 07.2(1) apply. Environmental Regulations 1- 07.5(1) General This section is supplemented with the following: The Contractor shall be liable for the payment of all fines and penalties resulting from failure to comply with the federal, state and local pollution control regulations. 1- 07.5(4) Air Quality This section is supplemented with the following: The local air pollution authority is the Yakima Regional Clean Air Authority, (509) 574 -1410. Permits And Licenses Section 1 -07.6 is supplemented with the following: No hydraulic permits are required for this project unless the Contractor's operations use, divert, obstruct, or change the natural flow or bed of any river or stream, or utilize any of the waters of the State or materials from gravel or sand bars, or from stream beds. The Contractor shall have or obtain a valid City of Yakima Business License for the duration of this project. Contractor's Responsibility for Work 1- 07.13(3) Relief of Responsibility for Damage by Public Traffic Replace with the following: When it is necessary for public traffic to utilize the street and associated facilities during construction, the Contractor shall be responsible for damages to permanent work. The Contractor shall provide all necessary protection and temporary facilities to accommodate both vehicular and pedestrian traffic during construction. 1 -07.15 Temporary Water Pollution /Erosion Control Replace the second paragraph with the following: The Contractor shall perform all temporary water pollution /erosion control measures shown in the Plans, specified in the Special Provisions or WSDOT Storm Drainage manual, proposed by the Contractor and approved by the Engineer, or ordered by the Engineer as work proceeds. Payment for all work 45 necessary to comply with Section 1 -07.15 shall be included in other various bid items, and no separate payment shall be made. Spill Prevention, Control and Countermeasures Plan Section 1- 07.15(1) is supplemented with the following: (August 3, 2009) The Contractor shall address the following items in the SPCC Plan in addition to the requirements of Section 1- 07.15(1): Mixing, Transfers, & Storage 1. All oil, fuel or chemical storage tanks or containers shall be diked and located on impervious surfaces so as to prevent spill from escaping. 2. All liquid products shall be stored and mixed on impervious surfaces in a secure water tight environment and provide containment to handle the maximum volume of liquid products on site at any given time. 3. Proper security shall be maintained to prevent vandalism. 4. Drip pans or other protective devices shall be required for all transfer operations. Spills Paint and solvent spills shall be treated as oil spills and shall be prevented from reaching storm drains or other discharges. No cleaning solvents or chemicals used for tool or equipment cleaning may be discharged to the ground or water. Maintenance of Equipment Fuel hoses, oil drums, oil or fuel transfer valves and fittings, etc, shall be checked regularly for drips or leaks and shall be maintained and stored properly to prevent spills into State waters. Disposal Spilled waste, chemicals or petroleum products shall be transported off site for disposal at a facility approved by the Department of Ecology. The materials shall not be discharged to any sanitary sewer without approval of the local sewer authority. Reporting and Cleanup The Contractor's designated person for managing and implementing the SPCC Plan shall report hazardous material spills as follows: Spills into State water (including ponds, ditches, seasonally dry streams, and wetlands) — Immediately call all of the following: National Response Center 1- 800 - 424 -8802 WA State Div. of Emergency Management (24 hr) 1- 800 - 258 -5990 Ecology Central Regional Office 509 - 575 -2490 Spill to Soil (Including encounters of pre- existing contamination): 46 I r Ecology Central Regional Office 509 - 575 -2490 Report immediately if threatening to health or environment (i.e., explosive, flammable, toxic vapors, shallow groundwater, nearby creek), otherwise within 90 days Underground Storage Tank (confirmed release of material) Ecology Central Regional Office 509 - 575 -2490 Report within 24 hours 1 -07.16 Protection and Restoration of Property 1- 07.16(1) Private /Public Property This section is supplemented with the following: Stockpiling in City of Yakima right -of -way or on existing or new improvements shall not occur unless approved by the Engineer. All temporary stockpile sites shall be restored to their original condition or better. The Contractor shall contact all property owners and tenants in the vicinity of this project, via newsletter /mailing, a minimum of one (1) week prior to start of construction. The newsletter /mailing shall advise the owners and tenants of the construction schedule and indicate the Contractor's name, contact person, and telephone numbers. Utilities And Similar Facilities Section 1 -07.17 is supplemented with the following: Locations and dimensions shown in the Plans for existing facilities are in accordance with available information obtained without uncovering, measuring, or other verification. Public and private utilities, or their contractors, will furnish all work necessary to adjust, relocate, replace, or construct their facilities unless otherwise provided for in the Plans or these Special Provisions. Such adjustment, relocation, replacement, or construction will be done during the prosecution of the work for this project. The following addresses and telephone numbers of utility companies known or suspected of having facilities within the project limits are supplied for the Contractor's convenience: Qwest 8 W 2nd Ave, Room 304 Yakima, Washington 98902 509 - 575 -7183 Charter Cable 1005 N 16th Avenue Yakima, Washington 98902 509 - 575 -1697 City of Yakima Water Division 2301 Fruitvale Blvd. Yakima, Washington 98902 509 - 575 -6154 City of Yakima Wastewater Division 2220 E. Viola, Yakima, Washington 98901 509 - 575 -6077 Cascade Natural Gas Corporation 401 N 1st Street, Yakima, Washington 98901 509 -457 -5905 Pacific Power PO Box 1729 Yakima, Washington 98907 509 - 575 -3146 The Contractor shall notify the Upper Yakima Valley Utilities Coordinating Council -Area 5, telephone number 1- 800 - 553 -4344, at least 72 hours prior to start of excavation so that underground utilities may be marked. 47 It shall be the contractor's responsibility to investigate the presence and location of all utilities prior to bid opening and assess their impacts on his construction activities. Utilities, new or old, may be renewed, relocated, or adjusted for the proposed construction. The Contractor shall, prior to beginning any work, meet with all utility organizations (public and private) in the field to familiarize himself with plans and schedules of the installations on new, relocated, or adjusted utilities. Both public and private utility organizations may be doing utility installations within the area. The proposed construction work must be coordinated with these utility installations. The Contractor shall coordinate his work with other contractors who may be working in the project area and cooperate with them. 1 -07.18 Public Liability and Property Damage Insurance Delete this section in its entirety, and replace it with the following: 1 -07.18 Insurance 1- 07.18(1) General Requirements A. The Contractor shall obtain the insurance described in this section from insurers approved by the State Insurance Commissioner pursuant to RCW Title 48. The insurance must be provided by an insurer with a rating of A -: VII or higher in the A.M. Best's Key Rating Guide, which is licensed to do business in the state of Washington (or issued as a surplus line by a Washington Surplus lines broker). The Contracting Agency reserves the right to approve or reject the insurance provided, based on the insurer (including financial condition), terms and coverage, the Certificate of Insurance, and /or endorsements. B. The Contractor shall keep this insurance in force during the term of the contract and for thirty (30) days after the Physical Completion date, unless otherwise indicated (see C. below). C. If any insurance policy is written on a claims made form, its retroactive date, and that of all subsequent renewals, shall be no later than the effective date of this Contract. The policy shall state that coverage is claims made, and state the retroactive date. Claims -made form coverage shall be maintained by the Contractor for a minimum of 36 months following the Final Completion or earlier termination of this contract, and the Contractor shall annually provide the Contracting Agency with proof of renewal. If renewal of the claims made form of coverage becomes unavailable, or economically prohibitive, the Contractor shall purchase an extended reporting period ( "tail ") or execute another form of guarantee acceptable to the Contracting Agency to assure financial responsibility for liability for services performed. D. The insurance policies shall contain a "cross liability" provision. E. The Contractor's and all subcontractors' insurance coverage shall be primary and non - contributory insurance as respects the Contracting Agency's insurance, self - insurance, or insurance pool coverage. 48 F. All insurance policies and Certificates of Insurance shall include a requirement providing for a minimum of 30 days prior written notice to the Contracting Agency of any cancellation in any insurance policy. G. Upon request, the Contractor shall forward to the Contracting Agency a full and certified copy of the insurance policy(s). H. The Contractor shall not begin work under the contract until the required insurance has been obtained and approved by the Contracting Agency. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the Contracting Agency may, after giving five business days notice to the Contractor to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the Contracting Agency on demand, or at the sole discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting Agency. J. All costs for insurance shall be incidental to and included in the unit or lump sum prices of the contract and no additional payment will be made. 1- 07.18(2) Additional Insured All insurance policies, with the exception of Professional Liability and Workers Compensation, shall name the following listed entities as additional insured(s): the Contracting Agency and its officers, elected officials, employees, agents, volunteers ■ and appointed officials. The above - listed entities shall be additional insured(s) for the full available limits of liability maintained by the Contractor, whether primary, excess, contingent or otherwise, irrespective of whether such limits maintained by the Contractor are greater than those required by this Contract, and irrespective of whether the Certificate of Insurance provided by the Contractor pursuant to 1- 07.18(3) describes limits lower than those maintained by the Contractor. 1- 07.18(3) Subcontractors ' Contractor shall ensure that each subcontractor of every tier obtains and maintains at a minimum the insurance coverages listed in 1- 07.18(5)A and 1- 07.18(5)6. Upon request of the Contracting Agency, the Contractor shall provide evidence of such insurance. ' 1- 07.18(4) Evidence of Insurance The Contractor shall deliver to the Contracting Agency a Certificate(s) of Insurance and ' endorsements for each policy of insurance meeting the requirements set forth herein when the Contractor delivers the signed Contract for the work. The certificate and endorsements must conform to the following requirements: 1. An ACORD certificate or a form determined by the Contracting Agency to be equivalent. ' 2. Copies of all endorsements naming Contracting Agency and all other entities listed in 1- 07.18(2) as Additional Insured(s), showing the policy number. The Contractor may submit a copy of any blanket additional insured clause from its policies instead of a ' 49 separate endorsement. A statement of additional insured status on an ACORD Certificate of Insurance shall not satisfy this requirement. 3. Any other amendatory endorsements to show the coverage required herein. Specifically the wording in the CANCELLATION section "endeavor to" and "but failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representatives" shall be crossed out and initialed by the agent/broker and shall provide for a cancellation notice of at least 30 days, to the City of Yakima. 4. Add the following text in the section entitled DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ALLOWED BY ENDORSEMENT / SPECIAL PROVISIONS. The City of Yakima, its officers, elected or appointed officials, employees, agents, and volunteers are additional insured's for South 16th Avenue Grind and Overlay, City Project No. 2270. 1- 07.18(5) Coverages and Limits The insurance shall provide the minimum coverages and limits set forth below. Providing coverage in these stated minimum limits shall not be construed to relieve the Contractor from liability in excess of such limits. All deductibles and self- insured retentions must be disclosed and are subject to approval by the Contracting Agency. The cost of any claim payments falling within the deductible shall be the responsibility of the Contractor. 1- 07.18(5)A Commercial General Liability A policy of Commercial General Liability Insurance, including: Per project aggregate Premises /Operations Liability Products /Completed Operations — for a period of one year following final acceptance of the work. Personal /Advertising Injury Contractual Liability Independent Contractors Liability Stop Gap / Employers' Liability Explosion, Collapse, or Underground Property Damage (XCU) Blasting (only required when the Contractor's work under this Contract includes exposures to which this specified coverage responds) Such policy must provide the following minimum limits: $1,000,000 Each Occurrence $2,000,000 General Aggregate $1,000,000 Products & Completed Operations Aggregate $1,000,000 Personal & Advertising Injury, each offence Stop Gap / Employers' Liability $1,000,000 Each Accident 50 ' $1,000,000 Disease - Policy Limit $1,000,000 Disease - Each Employee ' 1- 07.18(5)6 Automobile Liability Automobile Liability for owned, non - owned, hired, and leased vehicles, with an MCS 90 endorsement and a CA 9948 endorsement attached if "pollutants" are to be transported. ' Such policy(ies) must provide the following minimum limit: $1,000,000 combined single limit 1- 07.18(5)C Workers' Compensation The Contractor shall comply with Workers' Compensation coverage as required by the Industrial Insurance laws of the state of Washington. 1 -07.23 Public Convenience and Safety ' 1- 07.23(1) Construction Under Traffic This Section shall be supplemented with the following: ' Add the following to the third paragraph: 6. The Contractor shall maintain vehicular and pedestrian access to businesses ' at all times that businesses are open unless the Contractor provides the Engineer with written agreement from the business owner for alternate accesses, hours of work or other agreements. ' Add the following to the sixth paragraph: 7. Open trenches and excavations shall be protected with proper barricades and at night they shall be distinctively indicated by adequately placed lights. To minimize the disruption to access to adjacent properties, and to Yakima Transit operations, any lane closure area shall be limited to that area of active work and necessary for appropriate lane closure tapers. The Contractor shall stage work to ' maintain access to and egress from all properties at all times. Contractor may consider work immediately in front of business access to be done during non - business hours or schedule an agreeable time with each business owner. t A safe pedestrian access shall be provided at all times through or around the current work areas. All lane closures shall be coordinated with the adjacent businesses, other contractors working within the project vicinity, local transit agencies and the ' City of Yakima. Where, in the opinion of the Engineer, parking is a hazard to through traffic or to the construction work, parking may be restricted either entirely or during the time when it creates a hazard. Signs for restricting parking shall be approved by ' the City and placed by the Contractor. The Contractor shall be responsible for and shall maintain all such signs. The replacement of signs restricting parking shall be as approved by the Engineer. ' The Contractor shall notify all property owners and tenants of detours, street and alley closures, or other restrictions that may interfere with their access. Notification shall be at least twenty -four (24) hours in advance for residential property, and at least forty -eight (48) hours in advance for commercial property. 1 51 Emergency traffic, such as police, fire, and disaster units, shall be provided access at all times. In addition, the Contractor shall coordinate his activities with all disposal firms and transit bus service that may be operating in the project area. It is the intent of the Contract to effectively prevent the deposition of debris on streets in areas of public traffic or where such debris may be transported into a drainage system. When construction operations are such that debris from the work is deposited on the roadway surfaces, the Contractor will remove all such debris before the end of the work day. Should daily removal be insufficient to keep the streets clean, the Contractor shall perform removal operations on a more frequent basis. If the Engineer determines that a more frequent cleaning is impractical or if the Contractor fails to keep the streets free from deposits and debris resulting from the work, the Contractor shall, upon order of the Engineer, provide facilities for and remove all deposits from the tires or between wheels before trucks or other equipment will be allowed to travel over paved streets. Should the Contractor fail or refuse to clean the streets in question, or the trucks or equipment in question, the Engineer may order the work suspended at the Contractor's risk until compliance with Contractor's obligations is assured, or the Engineer may order the streets in question cleaned by others and such costs incurred by the City in achieving compliance with these contract requirements, including cleaning of the streets, shall be deducted from moneys due or to become due the Contractor next monthly estimate. The Contractor shall have not claim for delay or additional costs should the Engineer choose to suspend the Contractor's work until compliance is achieved. If the Contractor elects to work at night, adequate lighting shall be provided at no additional cost to the Contracting Agency, and as approved by the Engineer. (April 2, 2007) Work Zone Clear Zone The Work Zone Clear Zone (WZCZ) applies during working and nonworking hours. The WZCZ applies only to temporary roadside objects introduced by the Contractor's operations and does not apply to preexisting conditions or permanent Work. Those work operations that are actively in progress shall be in accordance with adopted and approved Traffic Control Plans, and other contract requirements. During nonworking hours equipment or materials shall not be within the WZCZ unless they are protected by permanent guardrail or temporary concrete barrier. The use of temporary concrete barrier shall be permitted only if the Engineer approves the installation and location. During actual hours of work, unless protected as described above, only materials absolutely necessary to construction shall be within the WZCZ and only construction vehicles absolutely necessary to construction shall be allowed within the WZCZ or allowed to stop or park on the shoulder of the roadway. The Contractor's nonessential vehicles and employees private vehicles shall not be permitted to park within the WZCZ at any time unless protected as described above. Deviation from the above requirements shall not occur unless the Contractor has requested the deviation in writing and the Engineer has provided written approval. 52 Minimum WZCZ distances are measured from the edge of traveled way and will be determined as follows: p.. �� " Distance' From' . Traue,led; WaV Feet.. 35 mph or less 10* 40 mph 15 45 to 55 mph 20 60 mph or greater 30 * or 2 -feet beyond the outside edge of sidewalk Minimum Work Zone Clear Zone Distance 1- 07.23(2) Construction and Maintenance of Detours This section is supplemented by the following: No full street closure shall be allowed from 6:00 am to 7:00 pm. The Contractor shall make a written request to the Engineer for each nighttime ' closure a minimum of five working days prior to the closure. Each request shall include a full detour and signing plan and approximate times of closure. Closures or detours shall not proceed until approved in writing by the Engineer. 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 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. 53 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 lump sum items; 2. A preliminary schedule of working drawing submittals; and 3. A list of material sources for approval if applicable. Subcontracting Section 1 -08.1 is supplemented with the following: The Contractor shall use the Subcontractors List and Subcontractor Certification Form included within these contract documents to comply with the specifications of this section. 1 -08.3 Progress Schedule The first and second paragraphs of Section 1 -08.3 are replaced with the following: The Contractor shall prepare and submit to the Engineer a Construction Progress and Completion Schedule using the Bar Graph or Critical Path Method. Items in the Schedule shall be arranged in the order and sequence in which they will be performed. The schedule shall conform to the working modification by the Engineer. The schedule shall be drawn to a time scale, shown along the base of the diagram, using an appropriate measurement per day with weekends and holidays indicated. The Construction Progress Schedule shall be continuously updated and, if necessary, redrawn upon the first working day of each month or upon issuance of any Change Order, which substantially affects the scheduling. 54 ' Copies (2 prints or 1 reproducible) of newly updated Schedules shall be forwarded to the Engineer, as directed, immediately upon preparation. ' Items in the Schedule shall be arranged in the order and sequence in which they will be performed. The Schedule shall detail each city block front's work individually from beginning to end. The Schedule shall conform to the working time and time of completion established under the terms of the Contract and shall be subject to modification by the Engineer. The Schedule shall be drawn to a time scale, shown along the base of the diagram, using an appropriate measurement per day with ' weekends and holidays indicated. The Construction Progress Schedule shall be continuously updated and, if necessary, redrawn upon the first working day of each month or upon issuance of any Change Order which substantially affects the scheduling. Copies (2 prints or 1 reproducible) of newly updated Schedules shall be forwarded to the Engineer, as directed, immediately upon preparation. Seasonal weather conditions shall be considered in the planning and scheduling of work influenced by high or low ambient temperature or precipitation to ensure the ' completion of the work within the Contract Time. No time extensions will be granted for the Contractor's failure to take into account such weather conditions for the location of the work and for the period of time, in which the work is to be ' accomplished. This section is supplemented with the following: ' The Contractor shall submit a weekly activity schedule to the Construction Engineer before 9:00 a.m. on the Friday prior to the week indicated on the schedule. ' If the Contractor proceeds with work not indicated on this weekly activity schedule, or in a sequence differing form the which he has shown on this schedule, the Engineer may order the Contractor to delay unscheduled activities until they are ' included on a subsequent weekly activity schedule. Prosecution Of Work ' Revise this section to read: ' 1 -08.4 Notice to Proceed and Prosecution of the Work (October 1, 2005 APWA GSP) ' Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of insurance have been approved and filed by the Contracting Agency. The Contractor shall not commence with the work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence ' construction activities on the protect 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. 1 55 Time For Completion (March 13, 1995) Section 1 -08.5 is supplemented with the following: This project shall be physically completed within * ** 25 * ** working days. (June 28, 2007 APWA GSP, Option A) Revise the third and fourth paragraphs to read: Contract time shall begin on the first working day following the Notice to Proceed Date. Each working day shall be charged to the contract as it occurs, until the contract work is physically complete. If substantial completion has been granted and all the authorized working days have been used, charging of working days will cease. Each week the Engineer will provide the Contractor a statement that shows the number of working days: (1) charged to the contract the week before; (2) specified for the physical completion of the contract; and (3) remaining for the physical completion of the contract. The statement will also show the nonworking days and any partial or whole day the Engineer declares as unworkable. Within 10 calendar days after the date of each statement, the Contractor shall file a written protest of any alleged discrepancies in it. To be considered by the Engineer, the protest shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of time disputed. By not filing such detailed protest in that period, the Contractor shall be deemed as having accepted the statement as correct. If the Contractor elects to work 10 hours a day and 4 days a week (a 4 -10 schedule) and the fifth day of the week in which a 4 -10 shift is worked would ordinarily be charged as a working day then the fifth day of that week will be charqed as a working day whether or not the Contractor works on that day. Revise the sixth paragraph to read: The Engineer will give the Contractor written notice of the completion date of the contract after all the Contractor's obligations under the contract have been performed by the Contractor. The following events must occur before the Completion Date can be established: 1. The physical work on the project must be complete; and 2. The Contractor must furnish all documentation required by the contract and required by law, to allow the Contracting Agency to process final acceptance of the contract. The following documents must be received by the Project Engineer prior to establishing a completion date: a. Certified Payrolls (Federal -aid Projects) b. Material Acceptance Certification Documents c. Annual Report of Amounts Paid as MBE/WBE Participants or Quarterly Report of Amounts Credited as DBE Participation, as required by the Contract Provisions. d. Final Contract Voucher Certification e. Property owner releases per Section 1 -07.24 56 1 -08.7 Maintenance During Suspension (October 1, 2005 APWA GSP) Revise the second paragraph to read: At no expense to the Contracting Agency, the Contractor shall provide through the construction area a safe, smooth, and unobstructed roadway, sidewalk, and path for public use during suspension (as required in Section 1 -07.23 or the Special Provisions). This may include a temporary road or detour. ' 1 -09 MEASUREMENT AND PAYMENT ' 1 -09.6 Force Account (October 10, 2008 APWA GSP) ' Supplement this section with the following: The Contracting Agency has estimated and included in the Proposal, dollar amounts ' for all items to be paid per force account, only to provide a common proposal for Bidders. All such dollar amounts are to become a part of Contractor's total bid. However, the Contracting Agency does not warrant expressly or by implication, that ' the actual amount of work will correspond with those estimates. Payment will be made on the basis of the amount of work actually authorized by Engineer. ' 1 -09.9 Payments (October 10, 2008 APWA GSP) Revise the first paragraph to read: ' The basis of payment will be the actual quantities of Work performed according to the Contract and as specified for payment. For items Bid as lump sum, with a bid ' price of more than or equal to $20,000, the Contractor shall submit a breakdown of their lump sum price in sufficient detail for the Project Engineer to determine the value of the Work performed on a monthly basis. Lump sum breakdowns shall be . ' provided to the Project Engineer no later than the date of the preconstruction conference. ' Delete the third paragraph and replace it with the following: Progress payments for completed work and material on hand will be based upon ' progress estimates prepared by the Engineer. A progress estimate cutoff date will be established at the preconstruction conference. The initial progress estimate will be made not later than 30 days after the Contractor t commences the work, and successive progress estimates will be made every month thereafter until the Completion Date. Progress estimates made during progress of the work are tentative, and made only for the purpose of determining progress ' payment. The progress estimates are subject to change at any time prior to the calculation of the Final Payment. IThe value of the progress estimate will be the sum of the following: 1 57 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 — partial payment for lump sum Bid items will be a percentage of the price in the Proposal based on the Engineer's determination of the amount of Work performed, with consideration given to, but not exclusively based on, the Contractor's lump sum breakdown for that item. 3. Materials on Hand — 100 percent of invoiced cost of material delivered to Job site or other storage area approved by the Engineer. 4. Change Orders — entitlement for approved extra cost or completed extra work as determined by the Engineer. Progress payments will be made in accordance with the progress estimate less: 1. Retainage per Section 1- 09.9(1); 2. The amount of Progress Payments previously made; and 3. Funds withheld by the Contracting Agency for disbursement in accordance with the Contract Documents. Progress payments for work performed shall not be evidence of acceptable performance or an admission by the Contracting Agency that any work has been satisfactorily completed. 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. 1- 09.13(3) Claims $250,000 or Less (October 1, 2005 APWA GSP) Delete this Section and replace it with the following: The Contractor and the Contracting Agency mutually agree that those claims that total $250,000 or less, submitted in accordance with Section 1 -09.11 and not resolved by nonbinding ADR processes, shall be resolved through litigation unless the parties mutually agree in writing to resolve the claim through binding arbitration. 1 -10 TEMPORARY TRAFFIC CONTROL Traffic Control Management General (December 1, 2008) Section 1- 10.2(1) is supplemented with the following: Only training with WSDOT TCS card and WSDOT training curriculum is recognized in the State of Washington. The Traffic Control Supervisor shall be certified by one of the following: The Northwest Laborers - Employers Training Trust 58 27055 Ohio Ave. Kingston, WA 98346 (360) 297 -3035 Evergreen Safety Council 401 Pontius Ave. N. ' Seattle, WA 98109 1- 800 - 521 -0778 or (206) 382 -4090 ' The American Traffic Safety Services Association 15 Riverside Parkway, Suite 100 Fredericksburg, Virginia 22406 -1022 Training Dept. Toll Free (877) 642 -4637 Phone (540) 368 -1701 IMeasurement ' (August 2, 2004) Section 1- 10.4(2) is supplemented with the following: The bid proposal does not contain the item "Project Temporary Traffic Control," lump sum. The provisions of Section 1- 10.4(2) shall apply. DIVISION 2 ' EARTHWORK tREMOVAL OF STRUCTURES AND OBSTRUCTIONS Description ' Section 2 -02.1 is supplemented with the following: This work shall consist of the removal and disposal of various existing improvements, including but not limited to: • 65 square yards of curb, gutter and sidewalk removal. Construction Requirements Removal of Pavement, Sidewalks and Curbs ' Section 2- 02.3(3) is supplemented with the following: The Contractor shall note that the condition of existing known and unknown private utility service line under the existing sidewalk surfaces may be questionable and therefore the Contractor shall use caution in determining his methods of demolition and removal. 1 59 In those areas where asphalt pavement removal is required, the Contractor shall, prior to excavation, saw cut the edge of the asphalt pavement with an approved pavement cutter. During the course of the work, the Contractor shall take precautions to preserve the integrity of the neat, clean pavement edge. Should the pavement edge be damaged prior to asphalt paving activities, the Contractor shall be required to trim the edge with an approved pavement cutter as directed by the Engineer immediately prior to paving. Measurement Section 2 -02.4 is supplemented with the following: Saw Cut, Per Inch Depth will be measured by the linear foot per inch of depth. Payment Section 2 -02.5 is supplemented with the following: "Saw Cut, Per Inch Depth ", per linear foot. ROADWAY EXCAVATION AND EMBANKMENT 2- 03.3(7) Disposal of Surplus Materials 2- 03.3(7)A General Add the following: Excavated material shall be hauled to a waste site. A waste site has not been provided by the Contracting Agency for disposal of unsuitable material, asphalt, concrete, debris, waste material, or any other objectionable material which is directed to waste by the Engineer. The Contractor shall comply with the requests of the Contracting Agency for placement and compaction of excess excavated material back of new curb, as directed by the Engineer. Suitable materials from the excavations shall be used in the embankments. Unsuitable material or soft spots shall be removed from the roadway and replaced with suitable material and compacted as for embankments. Topsoil shall be saved to use for backfill adjacent to the new improvements. If additional topsoil is required, it shall be provided in accordance with SECTION 8 -01 of these Special Provisions. The Contractor shall comply with the State of Washington's regulations regarding disposal of waste material as outlined in WAC 173 -304, Subchapter 461. ' 2 -07 WATERING 2 -07.1 Description Add the following: ' The Contractor shall be solely responsible for dust control on this project and shall protect motoring public, adjacent homes and businesses, orchards, crops, and school yards from damage due to dust, by whatever means necessary. The ' Contractor shall be responsible for any claims for damages and shall protect the Contracting Agency, Yakima County, and the Consultant from any and all such claims. ' 2 -07.3 Construction Requirements Supplement this section with the following: The Contractor shall secure permission from and comply with all requirements of the water utility before obtaining water from fire hydrants. The Contractor shall notify the Engineer as soon as such permission is granted. ' The Contractor shall use hydrant wrenches only to open hydrants. While using hydrants, the contractor shall make certain that the hydrant valve is fully open in order to prevent damage to the hydrant valve. A metered hydrant connection furnished by the water utility shall be used as an auxiliary valve on the outlet line for control purposes. Fire hydrant valves shall be closed slowly to avoid a surge in the system causing undue pressure on the water lines. The Contractor shall carefully note the importance of following these directions. If a hydrant is damaged due to the Contractor or an employee of the Contractor, the ' Contractor shall immediately notify the water utility so that the damage can be repaired as quickly as possible. ' Upon completing the use of the hydrants, the Contractor shall notify the water utility so that the hydrants may be inspected for possible damage. Any damage resulting from the use. of the hydrants by the Contractor will be, repaired by the water utility, ' and the cost thereof shall be withheld, if necessary, from the final payment to the Contractor. The Contractor shall furnish all equipment and tools, except the metered hydrant connection, that may be necessary to meet the requirements of the water distribution agency pertaining to hydrant use. ' Violation of these requirements will result in fines and will lay the Contractor liable for damage suits because of malfunctioning of damaged fire hydrants, in the event ' of fire. 2 -07.4 Measurement This section is revised to read: ' Water will be measured with the metered hydrant connection. ' 2 -07.5 Payment This section is revised to read as follows: 1 61 Water will be furnished by the water utility without charge, but the Contractor shall convey the water from the nearest convenient hydrant or other source at his expense. DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS HOT MIX ASPHALT 5- 04.3(5)A Preparation of Existing Surfaces This section is supplemented with the following: Where the new paving will cover existing water valve boxes the location of the water valve shall be referenced with highly visible reference markers and the procedures in Section 5- 04.3(13) of these Special Provisions shall be followed. The location of each water valve shall be marked on the surface of the new pavement within 24 hours of the completion of the pavement construction for each street in the project. The new valve box castings shall be installed and adjusted to the new pavement surface within 10 days of pavement construction. Measurement and Payment for this work shall be made under Section 7 -05.4 and 7 -05.5 of the Standard Specifications. To further assist in locating water valves, fire hydrants and water meters in an emergency, the Contractor shall avoid locating construction materials, such as gravel, etc, and equipment over any of the water valves and water meters during construction. Fire Hydrants shall not be blocked at any time. 5- 04.3(5)E Pavement Repair This section is supplemented with the following: In areas where the new asphalt is to be placed against existing asphalt, the asphalt shall be repaired as follows: Six inches of crushed surfacing base course shall be placed and compacted to within three inches of the finished grade. Then, the edges of the existing pavement shall be painted with a hot asphalt tack coat, and hot mix asphalt shall be placed and compacted with hand tampers and a patching roller. The completed patch shall match the existing paved surface for texture, density and uniformity of grade. The joint between the patch and existing pavement shall then be painted with hot asphalt cement or asphalt emulsion and shall be immediately covered with dry paving sand before the asphalt cement solidifies. 5- 04.3(7)A Mix Design (March 10, 2010 APWA GSP) Delete this section and replace it with the following; 62 tested and the results of all three tests will be used for acceptance 1 63 General. Prior to the production of HMA, the Contractor shall determine a design aggregate structure and asphalt binder content in accordance with WSDOT Standard Operating Procedure 732. Once the design aggregate structure and asphalt binder content have been determined, the Contractor ' shall submit the HMA mix design on DOT form 350 -042 demonstrating the design meets the requirements of Sections 9- 03.8(2) and 9- 03.8(6). HMA accepted by nonstatistical evaluation requires a mix design verification. For ' HMA accepted by commercial evaluation only the first page of DOT form 350- 042 and the percent of asphalt binder is required. In no case shall the paving begin before the determination of anti -strip requirements has been made. Anti - ' strip requirements will be determined by: a. Testing by WSDOT in accordance with TM 718. ' b. Testing by Contractor in accordance with WSDOT TM 718. C. Historical aggregate source ant -strip use provided by WDOT. ' The mix design will be the initial Job Mix Formula (JMF) for the HMA being produced. Any additional adjustments to the JMF will require the approval of the Project Engineer and may be made per Section 9- 03.8(7). ' 2. Mix Design Verification. Verification shall be accomplished by one of the following processes: ' a. Submit samples to WSDOT State Materials Lab for WSDOT verification testing in accordance with WSDOT Standard Specifications. b. The contracting agency will perform tests to verify the mix design in accordance with the Field Verification Testing Process. ' C. Reference a mix design that has been previously verified by the Field Verification Testing Process or verified by WSDOT State Materials Lab on a previous project. d. Perform Field Verification Testing on a sample of HMA provided ' by the Contractor prior to paving. Mix design verification is valid for one year from the date of verification. At the . discretion of the Engineer, agencies may accept mix designs verified beyond the verification year with certification from the Contractor that the materials and sources are the same as those shown on the original mix design. t3. Field Verification Testing Process. The Contracting agency will collect three Production Samples of HMA on the first day of paving per AASHTO T 168 sampling procedures. a. The Contracting agency will test one Production Sample in accordance with section 5- 04.3(8)A for field verification per the ' requirements of Section 9- 03.8(7). b. If the test results from the first Production Sample are within the tolerances of section 9- 03.8(7), the mix design will be considered ' verified and the test results will be used as acceptance sample number one. C. If the test results from the first Production Sample are outside the tolerances of section 9- 03.8(7), the other two samples will be tested and the results of all three tests will be used for acceptance 1 63 in accordance with Section 5- 04.5(1) and will be used in the calculation of the CPF the maximum CPF shall be 1.00. 4. Prior to the first day of paving, six Ignition Furnace Calibration Samples shall be obtained to calibrate the Ignition Furnaces used for acceptance testing of the HMA. Calibration samples shall be provided by the Contractor when directed by the Engineer. Calibration samples shall be prepared in accordance with WSDOT SOP 728. 5- 04.3(8)A1, General (March 10, 2010 APWA GSP) Delete these sections and replace them with the following: Acceptance of HMA shall be as defined under nonstatistical or commercial evaluation. Nonstatistical evaluation will be used for all HMA not designated as Commercial HMA in the contract documents. 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, prelevel, and pavement repair. Other nonstructural applications of HMA accepted by commercial evaluation shall be as approved by the Project Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Project Engineer. Commercial HMA can be accepted by a contractor certification letter stating the material meets the HMA requirements defined in the contract. 5- 04.3(8)A4, Definition of Sampling Lot and Sublot (March 10, 2010 APWA GSP) Delete this section and replace it with the following: For the purpose of acceptance sampling and testing, a lot is defined as the total quantity of material or work produced for each job mix formula (JMF) placed. Only one lot per mix design will be expected to occur. The initial JMF is defined in Section 5- 04.3(7)A Mix Design. The Contractor may request a change in the JMF in accordance with Section 9- 03.8(7). If the request is approved, all of the material produced up to the time of the change will be evaluated on the basis of tests on samples taken from that material and a new lot will begin. For proposal quantities less then 2500 tons sampling and testing for evaluation shall be performed as described in 5- 04.3(7)A, item 3, Field Verification Testing Process. The verification sample referenced in item 3b may be used as an acceptance sample, additional testing will be at the discretion of the Engineer. When using a previously verified mix design, testing for volumetric properties may be waived at the engineer's discretion. At least one acceptance sample is required when using this method of acceptance. For proposal quantities greater than 2500 tons sampling and testing for evaluation shall be performed as described in 5- 04.3(7)A, item 3, Field Verification Testing Process, for the first 2500 tons of mix placed. The verification sample referenced in item 3b may be used as an acceptance sample for the first 2500 tons of mix placed. 64 ' Additional testing will be at the rate of one sample per 800 tons of mix placed or as directed by the Engineer. When using a previously verified mix design, testing for volumetric properties may be waived at the engineer's discretion. 5- 04.3(8)A5, Test Results (March 10, 2010 APWA GSP) ' Delete this section and replace it with the following: The Engineer will furnish the Contractor with a copy of the results of all acceptance testing performed in the field at the beginning of the next paving shift. The Engineer will also provide the Composite Pay Factor (CPF) of the completed sublots after ' three sublots have been produced. The CPF will be provided by the midpoint of the next paving shift after sampling. Sublot sample test results (gradation and asphalt binder content) may be challenged by the Contractor. For HMA mixture accepted by statistical evaluation with a mix design that did not meet the verification tolerances, the test results in the test section including the percent air voids (Va) may be challenged. To challenge test results, the Contractor shall submit a written challenge within 7- calendar days after receipt of the specific test results. A split of the original t acceptance sample will be sent for testing to either the Region Materials Laboratory or the State Materials Laboratory as determined by the Project Engineer. The split of the sample with challenged results will not be tested with the same equipment or by the same tester that ran the original acceptance test. The challenge sample will be tested for a complete gradation analysis and for asphalt binder content. The results of the challenge sample will be compared to the original results of the acceptance sample test and evaluated according to the following criteria: Deviation U.S. No. 4 sieve and larger Percent passing ±4.0 U.S. No. 8 sieve Percent passing ±2.0 U.S. No. 200 sieve Percent passing ±0.4 Asphalt binder Percent binder content ±0.3 ' Va Percent Va ±0.7 If the results of the challenge sample.testing are within the allowable deviation established above for each parameter, the acceptance sample test results will be used for acceptance of the HMA. The cost of testing will be deducted from any monies due or that may come due the Contractor under the Contract at the rate of $250 per challenge sample. If the results of the challenge sample testing are outside of any one parameter established above, the challenge sample will be used for acceptance of the HMA and the cost of testing will be the Contracting Agency's ' responsibility. 5- 04.3(8)A7 Test Section — HMA Mixtures ' (March 10, 2010 APWA GSP) Delete this section. ' 5- 04.3(13) Surface Smoothness (March 13, 1995) The second sentence of this section is revised to read: 1 65 The completed surface of the wearing course shall not vary more than 1/4 inch from the lower edge of a 10 -foot straightedge placed on the surface parallel to centerline. The last paragraph of this section is supplemented with the following: When utility appurtenances such as manhole rings and covers and valve boxes are encountered of are to be located within the HMA pavement area, these items are either to be removed or not put in place until after the paving operation has been completed. The location of each utility appurtenance and all Monuments shall be referenced prior to the start of paving operations and a temporary covering shall be placed over the appurtenances to facilitate the continuous paving operation. After paving has been completed, the Contractor shall furnish, install and adjust new castings on all new and existing public utility structures and new monument cases for all monuments as shown on the plans. Utility casting shall not be adjusted until the paving is complete. After which, the center of each structure and each monument shall be relocated from the references previously established by the Contractor. The HMA shall be cut and removed to a neat circle, the diameter of which shall be equal to the outside diameter of the rim plus two feet. The new rim shall be placed on cement concrete or adjustment rings and wedged up to the desired grade. The base materials shall be removed and Class 3000 cement concrete shall be placed within the entire volume of the excavation up to, but not to exceed, 1 -1/2 inches below the finished pavement surface. On the following day, the concrete, the edges of the HMA and the outer edge of the casting shall be painted with a hot asphalt tack coat. HMA Class 3/8 In. shall then be placed and compacted with hand tampers and a patching roller. The completed patch shall match the existing paved surface for texture, density and uniformity of grade. The joint between the patch and existing pavement shall then be painted with hot asphalt cement or asphalt emulsion and shall be immediately covered with dry paving sand before the asphalt cement solidifies. 5- 04.3(15) HMA Road Approaches This section is supplemented with the following: Along the line of new work, it may be necessary to partially remove existing asphalt roadway surfaces, driveways, alleys or other asphalt paved areas. These areas will then be reconstructed to match the existing pavement section matching the new curb and sidewalk or adjacent pavement grades. Before excavating or trenching, these areas shall be cut or scored with an approved pavement cutter, such as a concrete saw. Before patching, all edges and joints shall be neatly trimmed to uniform line and a tack coat applied. The asphalt driveways shall be constructed of HMA Class 3/8" PG 64 -28 as specified in the Standard Specifications. 5 -04.5 Measurement Add the following item to this section: 29 fl Cl Pavement Repair will be measured by the square yard for the actual amount of pavement repaired. 5 -04.5 Payment Add the following item to this section: "Pavement Repair', per square yard. 5- 04.5(1)A Price Adjustments for Quality of HMA Mixture (March 10, 2010 APWA GSP) Delete the first paragraph and table and replaced them with the following: Statistical analysis of quality of gradation and asphalt content will be performed based on Section 1 -06.2 using the following price adjustment factors: Table of Price Adjustment Factors Constituent Factor "f" All aggregate passing: 1 '/2 ", 1 '/2 ", 3/8" and No. 4 sieves 2 All aggregate passing No. 8 15 All aggregate passing No. 200 sieve 20 Asphalt binder 52 Delete items 1 -3 in Paragraph two and replaced with the following: A pay factor will be calculated for sieves listed in Section 9- 03.8(7) for the class of HMA and for the asphalt binder. Nonstatistical Evaluation. Each lot of HMA produced under Nonstatisical Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit contract price with no further evaluation. When one or more constituents fall outside the nonstatistical acceptance tolerance limits in Section 9- 03.8(7), the lot shall be evaluated in accordance with Section 1 -06.2 to determine the appropriate CPF. The nonstatistical tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or samples from the street shall be tested to provide a minimum of three sets of results for evaluation. 2. Commercial Evaluation. If sampled and tested, HMA produced under Commercial Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit contract price with no further evaluation. When one or more constituents fall outside the commercial acceptance tolerance limits in Section 9- 03.8(7), the lot shall be evaluated to determine the appropriate CPF. The commercial tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or samples from the street shall be tested to provide a minimum of three sets of results for evaluation. 67 For each lot of HMA produced under Nonstatistical or Commercial Evaluation when the calculated CPF is less than 1.00, a Nonconforming Mix factor (NCMF) will be determined. The NCMF equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent. The Job Mix Compliance Price Adjustment will be calculated as the product of the NCMF, the quantity of HMA in the lot in tons, and the unit contract price per ton of the mix. If a constituent is not measured in accordance with these Specifications, its individual pay factor will be considered 1.00 in calculating the composite pay factor. 5- 04.5(1)B Price Adjustments for Quality of HMA Compaction (March 10, 2010 APWA GSP) Delete this section and replace it with the following: The maximum CPF of a compaction lot is 1.00 For each compaction lot of HMA when the CPF is less than 1.00, a Nonconforming Compaction Factor (NCCF) will be determined. THE NCCF equals the algebraic difference of CPF minus 1.00 multiplied by 40 percent. The Compaction Price Adjustment will be calculated as the product of the NCCF, the quantity of HMA in the lot in tons and the unit contract price per ton of the mix. DIVISION 7 DRAINAGE STRUCTURES, STORMSEWERS, SANITARY SEWERS, WATER MAINS AND CONDUITS MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS 7 -05.3 Construction Requirements 7- 05.3(1) Adjusting Manholes and Catch Basins to Grade Delete and replace with the following: Manholes, junction boxes, water valve boxes, and similar structures shall be adjusted as detailed in Section 5- 04.3(13) of these contract Special Provisions. 7 -09 WATER MAINS 7 -09.1 Description This section is supplemented with the following: This work shall include adjusting valve boxes to the finished grade of the asphalt concrete pavement or sidewalk. 7 -09.3 Construction Requirements This section is supplemented with the following: .: Where existing valve boxes are located in the existing or proposed asphalt roadway, they shall be adjusted as detailed in Section 5- 04.3(13) of these contract ' Special Provisions. Where existing valve boxes are located in the proposed sidewalk, they shall be ' adjusted to finish grade prior to placing the concrete. 7 -09.4 Measurement ' The following item is added to this section: Adjust valve box will be measured per each, for each valve box adjusted. ' 7 -09.5 Payment The following item is added to this section: ' "Adjust Valve Box ", per each. The unit contract price per each for "Adjust Valve Box" shall be full pay for all labor, equipment and material required to adjust the valve box. ' DIVISION 8 MISCELLANEOUS CONSTRUCTION 8 -01 EROSION CONTROL AND WATER POLLUTION CONTROL 8 -01.3 Construction Requirements ' 8- 01.3(1) General Section 8- 01.3(1) is supplemented with the following: (January 25, 2010) Erodible Soil Eastern Washington I The tenth paragraph of Section 8- 01.3(1) is revised to read Erodible soil not being worked whether at final grade or not, shall be covered within the following time period using an approved soil cover practice: July 1 through September 30 October 1 through June 30 ' 8 -13 MONUMENT CASES 30 days 15 days ' Description This section is supplemented with the following: ' This work shall include adjusting monument cases to the finished grade of the asphalt concrete pavement or sidewalk. 1 69 8 -13.3 Construction Requirements This section is supplemented with the following: Where existing monument cases are located in the existing or proposed asphalt roadway, they shall be adjusted as detailed in Section 5- 04.3(13) of these contract Special Provisions. 8 -13.4 Measurement The following item is added to this section: Adjust monument case will be measured per each, for each monument case adjusted. 8 -13.5 Payment The following item is added to this section: "Adjust Monument Case ", per each. The unit contract price per each for "Adjust Monument Case" shall be full pay for all labor, equipment and material required to adjust the valve box. 8 -30 REPAIR OR REPLACEMENT (New Section) 8 -30.1 Description The work shall consist of repair of any incidental damages to landscaping, fencing, private irrigation, top soil, turf, reconnection or realignment of side services, or other miscellaneous items within or adjacent to the project area. This includes complete replacement of items that are beyond repair as determined by the Engineer. 8 -30.5 Payment Payment will be made for the following bid items: "Repair or Replacement ", by force account. For the purpose of providing a common proposal for all bidders, and for that purpose only, the City has estimated the force account for "Repair or Replacement ", and has arbitrarily entered the amount for the pay item in the proposal to become a part of the total bid by the Contractor. DIVISION 9 MATERIALS 9 -03 AGGREGATES 9 -03.8 Aggregates for Asphalt Concrete 70 9- 03.8(7) HMA Tolerances and Adjustments (March 10, 2010 APWA GSP) Delete Item 1 and replace it with the following: � sa, Job Mix Formula Tolerances. After the JMF is determined as required in 5- 04.3(7)A, the constituents of the mixture at the time of acceptance shall conform to the following tolerances: These tolerance limits constitute the allowable limits as described in Section 1 -06.2. The tolerance limit for aggregate shall not exceed the limits of the control points section, except the tolerance limits for sieves designated as 100% passing will be 99 -100. The tolerance limits on sieves shall only apply to sieves with control points. DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS 9 -05.15 Metal Castings 9- 05.15(1) Manhole Ring and Cover Revise this section to read: All new manhole rings and covers shall be purchased by the Contractor from Olympic Foundry, Casting NO. MH33Y, Yakima Standard Ring and Cover. The Contractor shall also provide all labor and equipment for handling the manhole rings and covers. All used castings shall become the property of the City of Yakima and shall be delivered to the Wastewater Collection- Maintenance Facility at 204 W. Pine by the Contractor. Prior arrangements must be made to assure the facility will be open for delivery. 9- 05.15(2) Metal Frame, Grate and Solid Metal Cover for Catch Basins or Inlets This section is supplemented with the following: Castings for the Catch Basins on this project shall be as shown on the City of Yakima Standard Detail. 1 71 Nonstatistical Evaluation Commercial Evaluation Aggregate, percent passing 1 ", 3/4', '/2 ", and 3/8" sieves ±6% ±8% U.S. No. 4 sieve ±6% ±8% U.S. No. 8 sieve ±6% ±8% U.S. No. 200 sieve ±2.0% ±3.0% Asphalt Binder ±0.5% ±0.7% These tolerance limits constitute the allowable limits as described in Section 1 -06.2. The tolerance limit for aggregate shall not exceed the limits of the control points section, except the tolerance limits for sieves designated as 100% passing will be 99 -100. The tolerance limits on sieves shall only apply to sieves with control points. DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS 9 -05.15 Metal Castings 9- 05.15(1) Manhole Ring and Cover Revise this section to read: All new manhole rings and covers shall be purchased by the Contractor from Olympic Foundry, Casting NO. MH33Y, Yakima Standard Ring and Cover. The Contractor shall also provide all labor and equipment for handling the manhole rings and covers. All used castings shall become the property of the City of Yakima and shall be delivered to the Wastewater Collection- Maintenance Facility at 204 W. Pine by the Contractor. Prior arrangements must be made to assure the facility will be open for delivery. 9- 05.15(2) Metal Frame, Grate and Solid Metal Cover for Catch Basins or Inlets This section is supplemented with the following: Castings for the Catch Basins on this project shall be as shown on the City of Yakima Standard Detail. 1 71 STANDARD PLANS December 7, 2009 The State of Washington Standard Plans for Road, Bridge and Municipal Construction M21 -01 transmitted under Publications Transmittal No. PT 09 -013, effective December 7, 2009 is made a part of this contract. The Standard Plans are revised as follows All Standard Plans All references in the Standard Plans to "Asphalt Concrete Pavement" shall be revised to read "Hot Mix Asphalt ". All references in the Standard Plans to the abbreviation "ACP" shall be revised to read "HMA ". B -10.20 and B10.40 Substitute "step" in lieu of "handhold" on plan C -3, C -313, C -3C Note 1 is revised as follows: replace reference F -2b with F -10.42 C -4 Deleted C -10 (sheet 2 of 2) COVER PLATE DETAIL, dimension of the 1" dia. holes, changes from 8" to 3" F -10.20 GENERAL NOTE Revise as follows: Replace reference to F -3 with F -30.10 F -40.12 through F -40.18 The following note is added to these five plans: Note 7. To the maximum extent feasible, the ramp cross slope shall not exceed 2 %. G -24.40 Existing callout - CORNER BOLT (TYP.) New callout - CORNER BOLT OR SHOULDER BOLT (TYP.) J -5 Deleted J -7a Deleted J- 40.10, Section A replace 3" MIN. with 3" MAX. J -40.30 72 Diamond Note 2: Was = Copper Split Bolt Clamp Is = Copper Solder Less Crimp Connector ' K -80.30 In the NARROW BASE, END view, the reference to Std. Plan C -8e is revised to Std. ' Plan K -80.35 L- 20.10, Sheet 1 ' Delete all references to tension cable and substitute tension wire. Add knuckled selvage is required on the top edge of the fence fabric. ' L- 20.10, Sheet 2 Delete all references to tension cable and substitute tension wire. All rope thimbles, wire rope clips and seizing are not required. ' L- 30.10, Sheet 1 Delete all references to tension cable and substitute tension wire. ' L- 30.10, Sheet 2 Delete all references to tension cable and substitute tension wire. All rope thimbles, wire rope clips and seizing are not required. ' M -1.60 COLLECTOR DISTRIBUTOR ROAD OFF- CONNECTION, taper dimensions of ' 225' MIN. is changed to 300' MIN. The following are the Standard Plan numbers applicable at the time this project was ' advertised. The date shown with each plan number is the publication approval date shown in the lower right -hand corner of that plan. Standard Plans showing different dates shall not be used in this contract. ' A- 10.10- 00........8/07/07 A- 30.35- 00......10/12/07 A- 50.20- 01.......9/22/09 A- 10.20- 00......10/05/07 A- 40.00- 00........8/11/09 A- 50.30- 00.....11/17/08 A- 10.30- 00......10/05/07 A- 40.10- 01 ........ 8/11 /09 A- 50.40 - 00.....11 /17/08 ' A- 20.10- 00........8/31/07 A- 40.15- 00........8/11/09 A- 60.10- 01......10/14/09 A- 30.10- 00 ...... 11 /08/07 A- 40.20- 00........9/20/07 A- 60.20- 01.........8/11 /09 ' A- 30.15- 00 ...... 11 /08/07 A- 40.50- 00 ...... 11 /08/07 A- 60.30- 00 ....... 11 /08/07 A- 30.30- 00 ...... 11 /08/07 A- 50.10 - 00.....11 /17/08 A- 60.40- 00 ........ 8/31 /07 ' B- 5.20- 00 .......... 6/01 /06 B- 30.50- 00 ........ 6/01 /06 B- 75.20- 01.......6/10/08 B -5.40- 00 .......... 6/01 /06 B- 30.70- 01 ........ 8/31 /07 B- 75.50- 01.......6/10/08 ' B -5.60- 00 .......... 6/01 /06 B- 30.80- 00........6/08/06 B- 75.60- 00.......6/08/06 B- 10.20- 00........6/01/06 B- 30.90- 01........9/20/07 B- 80.20- 00.......6/08/06 B- 10.40- 00 ........ 6/01 /06 B- 35.20- 00........6/08/06 B- 80.40- 00 ....... 6/01 /06 B- 10.60- B- 35.40- 00........6/08/06 B- 82.20- 00.......6/01/06 ' 00........6/08/06 B- 15.20- 00........6/01/06 B- 40.20- 00........6/01/06 B- 85.10- 01.......6/10/08 B- 15.40- 00 ........ 6/01 /06 B- 40.40- 00 ........ 6/01 /06 B- 85.20- 00 ....... 6/01 /06 ' B- 15.60- 00 ........ 6/01 /06 B- 45.20- 00 ........ 6/01 /06 B- 85.30- 00 ....... 6/01 /06 B- 20.20- B- 45.40- 00........6/01/06 B- 85.40- 00.......6/08/06 1 73 01 ...... 11/21/06 B- 20.40- B- 50.20- 00........6/01/06 B- 85.50- 01.......6/10/08 02........6/10/08 B- 20.60- 02........6/10/08 B- 55.20- 00........6/01/06 B- 90.10- 00.......6/08/06 B- 25.20- 00........6/08/06 B- 60.20- 00........6/08/06 B- 90.20- 00.......6/08/06 B- 25.60- 00 ........ 6/01 /06 B- 60.40- 00 ........ 6/01 /06 B- 90.30- 00.......6/08/06 B- 30.10- B- 65.20- 00 ........ 6/01 /06 B- 90.40- 00.......6/08/06 00........6/08/06 B- 30.20- 01 ...... 11/21/06 B- 65.40- 00 ........ 6/01 /06 B- 90.50- 00.......6/08/06 B- 30.30- B- 70.20- 00........6/01/06 B- 95.20- 01.......2/03/09 00........6/01 /06 B- 30.40- B- 70.60- 00 ........ 6/01 /06 B- 95.40- 00.......6/08/06 00........6/01 /06 C- 1 ....................2 /10/09 C- 4e .................. 2/20/03 C- 14i ................. 2/10/09 C -1 a .................10/14/09 C- 4f ................... 6/30/04 C- 14j ............... 12/02/03 C -1 b ................10/31/03 C- 5 .................. 10 /14/09 C- 14k ................. 2/10/09 C -1 c ..................5/30/97 C- 6 .................... 5 /30/97 C- 15a ................. 7/3/08 C -1 d ................10/31/03 C- 6a ................ 10/14/09 C- 15b ................. 7/3/08 C- C- 6c ..................1 /06/00 C- 2 ....................1 /06/00 16a...............11 /08/05 C- 2a ..................6/21/06 C- 6d .................. 5/30/97 C- 16b ...............11 /08/05 C- 2b ..................6/21/06 C- 6f ................... 7/25/97 C- 20.14- 01......10/14/09 C- 2c ..................6/21 /06 C- 7 .................. 10 /31 /03 C- 20.15- 00......10/14/09 C- C- 7a ................10/31 /03 C- 20.18- 00......10/14/09 2d ..................6/21 /06 C- C- 8 ....................2 /10/09 C- 20.19- 00......10/14/09 2e ..................6/21 /06 C- 2f ...................3/14/97 C- 8a .................. 7/25/97 C- 20.40- 01......10/14/09 C- 2g ..................7/27/01 C- 8b .................. 2/10/09 C- 20.42- 01......10/14/09 C- 2h ..................3/28/97 C- 8e .................. 2/21/07 C- 22.14- 00........2/03/09 C- C- 8f ...................6/30/04 C- 22.16- 00........2/03/09 2i ................... 3/28/97 C- 2j ...................6/12/98 C- 10 .................. 7 /31/98 C- 22.40- 01......10/05/07 C- C- 13 ....................7 /3/08 C- 23.60- 01......10/14/09 2k .................. 7/27/01 C- C- 13a ..................7/3/08 C- 25.18- 01........9/20/07 2n .................. 7/27/01 C- C- 13b ................7/3/08 C- 25.20- 04......10/14/09 2o ..................7/13/01 C- C-1 3c .................7/3/08 C- 25.22- 03......10/14/09 2p ................10/31 /03 C- C- 14a .................7/3/08 C- 25.26- 01......10/14/09 3 ..................10 /04/05 C- C- 14b ................7/26/02 C- 25.80- 01........7/3/08 3a ................10/04/05 C- 3b ................10/04/05 C- 14c ................. 7/3/08 C- 28.40- 00........2/06/07 C- 3c ..................6/21/06 C- 14d ................. 7/3/08 C- 40.14- 00........2/03/09 C- 4b ..................6/08/06 C- 14e ................. 7/3/08 C- 40.16- 00........2/03/09 74 C- 4b ..................6/08/06 C- 14h ............... 2/10/09 C- 40.18- 01......10/14/09 C- 90.10- 00........ 7/3/08 D- 2.02- 00........11/10 /05 D- 2.44- 00........11/10 /05 D- 3b .................6/30/04 ' D- 2.04- 00 ........ 11 /10/05 D- 2.46- 00 ........ 11 /10/05 D- 3c .................6/30/04 G- 25.10- 01 ...... D- 2.06- 01 ........ 1 /06/09 D- 2.48- 00 ........ 11 /10/05 D- 4 .................12 /11 /98 D- 2.08- 00........11/10 /05 D- 2.60- 00........11/10 /05 D- 6 ...................6 /19/98 ' D- 2.10- 00........11/10 /05 D- 2.62- 00........11/10 /05 D- 10.10- 01......12/02/08 t D -2.12- G- 60.10- 00 ....... D- 2.64- 01........1/06/09 G- 90.30 - 00.....1 D- 10.15- 01......12/02/08 00........11 /10/05 G- 60.20- 00.......8/31/07 G- 90.40- 01.....10/14/09 ' D- 2.14- 00 ........ 11 /10/05 D- 2.66- 00 ........ 11 /10/05 D- 10.20- 00 ......... 7/8/08 D- 2.16- 00 ........ 11 /10/05 D- 2.68- 00 ........ 11 /10/05 D- 10.25- 00 ......... 7/8/08 D- 2.18- 00........11/10 /05 D- 2.78- 00........11/10 /05 D- 10.30- 00 ......... 7/8/08 D -2.20- G- 24.50- D- 2.80- 00 ........ 11 /10/05 D- 10.35- 00 ......... 7/8/08 00........11/10 /05 00.....11 /08/07 D -2.30- D- 2.82- 00........11/10 /05 D- 10.40- 01......12/02/08 ' 00........11 /10/05 7/10/08 ' H- 10.10- 00 .......... 7/3 /08 H- 32.10- 00.......9/20/07 D- 2.32- 00 ........ 11 /10/05 D- 2.84- 00 ......... 11 /10/05 D- 10.45- 01......12/02/08 D- 2.34- 01 ........ 1 /06/09 D- 2.86- 00 ........ 11 /10/05 D- 15.10- 01......12/02/08 ' D- 2.36- 02 ........ 1 /06/09 D- 2.88- 00 ........ 11 /10/05 D- 15.20- 01 ........ 1 /06/09 D -2.38- D- 2.92- 00........11/10 /05 D- 15.30- 01......12/02/08 00........11 /10/05 ' D- 2.40- 00 ........ 11 /10/05 D- 3 ....................7 /13/05 D -2.42- D3a ..................12/02/08 00........11 /10/05 ' E- 1 ....................2 /21 /07 E- 4 .................... 8 /27/03 E- 2 ....................5 /29/98 E- 4a .................. 8/27/03 ' F- 10.12- 00.......12/20/06 F- 30.10- 00........1/23/07 F- 40.18- 00.......2/07/07 F- 10.16- 00.......12/20/06 F- 40.10- 01......10/05/07 F- 40.20- 00.....10/05/07 ' F- 10.40- 01 ........... 7/3 /08 F- 40.12- 00........2/07/07 F- 42.10- 00.....10/05/07 F- 10.42- 00 ......... 1 /23/07 F- 40.14- 00........2/07/07 F- 80.10- 00 ....... 1 /23/07 F- 10.62- 01.........9/05 /07 F- 40.15- 00........2/07/07 ' F- 10.64- F- 40.16- 00........2/07/07 02...........7/3 /08 G- 10.10- 00........9/20/07 G- 24.60- 00.....11/08/07 G- 70.20- 00......10/5/07 ' G- 20.10- 00........9/20/07 G- 25.10- 01 ...... 1 /06/09 G- 70.30- 00......10/5/07 G- 22.10- 01 .......... 7/3 /08 G- 30.10- 00 ..... 11 /08/07 G- 90.10 - 00.....1 /06/09 G- 24.10- 00 ...... 11 /08/07 G- 50.10- 00 ..... 11 /08/07 G- 90.20 - 00.....1 /06/09 t G- 24.20- 00 ...... 11 /08/07 G- 60.10- 00 ....... 8/31 /07 G- 90.30 - 00.....1 /06/09 G- 24.30- G- 60.20- 00.......8/31/07 G- 90.40- 01.....10/14/09 00......11 /08/07 ' G- 24.40- G- 60.30- 00 ....... 8/31 /07 G- 95.10- 00 ..... 11 /08/07 01......12/02/08 G- 24.50- G- 70.10- 00......10/5/07 G- 95.20- 01......7/10/08 ' 00.....11 /08/07 G- 95.30- 01...... 7/10/08 ' H- 10.10- 00 .......... 7/3 /08 H- 32.10- 00.......9/20/07 H- 70.10- 00......9/05/07 ' 75 H- 10.15- 00 .......... 7/3 /08 H- 60.10- 01 ......... 7/3/08 H- 70.20- 00......9/05/07 H- 30.10- 00......10/12/07 H- 60.20- 01 ......... 7/3/08 H- 70.30- 01......11/17/08 1- 10.10- 01 ......... 8/11 /09 1- 30.10- 01 ......... 8/11 /09 1- 30.15- 00 ......... 8/11 /09 1- 30.20 - 00.........9/20 /07 1- 30.30- 00......... 9/20/07 J -1 f ....................6/23/00 J- 3 .....................8 /01 /97 J -3 b ................... 3/04/05 J -3 c ................... 6/24/02 J- 3d .................11 /05/03 J- 6c ...................4/24/98 K- 20.60- 00........ J- 7c ...................6 /19/98 J- 7d ...................4/24/98 K- 24.20- 00........ J- 8a ................... 5/20/04 J- 8b .................. 5/20/04 J- 8c ................... 5/20/04 J- 8d .................. 5/20/04 J- 9a ..................4/24/98 2/10/09 J- 10 ..................7 /18/97 J -11 b .................9/02/05 2/10/09 J- 12 ..................2 /10/09 J- 16a ................ 3/04/05 J -16 b ................ 2/10/09 K -10.2 0- 01 ...... 10/ 12/07 K- 10.40 - 00........2/15/07 8/31/07 K- 20.20 - 01......10/12/07 1 /30/07 K- 20.40 - 00........2/15/07 1 /30/07 K- 20.60- 00........ 2/15/07 K- 22.20 - 01 ...... 10/ 12/07 K- 24.20- 00........ 2/15/07 K- 24.40 - 01 ...... 10/ 12/07 K- 24.60 - 00........2/15/07 J- 21.10 - 00 ...... K- 24.80 - 01 ...... 10/ 12/07 K- 26.20 - 00 ........ 2/ 15/07 L- 10.10- 00 ........ 2/21 /07 L- 20.10- 00........ 2/07/07 L- 30.10- 00........ 2/07/07 M- 1.20- 01 ......... 1 /30/07 M- 1.40- 01 ......... 1 /30/07 M- 1.60- 01 ......... 1 /30/07 M- 1.80- 02......... 8/31/07 M- 2.20- 01 ......... 1 /30/07 M- 2.40- 01 ......... 1 /30/07 M- 2.60- 01 ......... 1 /30/07 M- 3.10- 02......... 2/10/09 M- 3.20- 01 ......... 1 /30/07 1- 30.40- 00.......10/12/07 1- 30.50- 00 ....... 11 /14/07 1- 40.10- 00......... 9/20/07 1- 40.20- 00......... 9/20/07 1- 50.10- 00......... 9/20/07 J-1 6c .................2/10/09 J- 18 .................2 /10/09 J- 19 .................2 /10/09 J- 20 ................. 9/02/05 J- 20.10- 00......10/14/09 K- 32.40- 00........ J- 20.15- 00......10/14/09 K- 32.60- 00........ J- 20.16 - 00 ...... 10/ 14/09 J- 20.20 - 00 ...... 10/ 14/09 J- 20.26- 00......10/14/09 K- 36.20 - 00........2/15/07 J- 21.10 - 00 ...... 10/ 14/09 J- 21.15- 00......10/14/09 K- 40.40 - 00........2/15/07 J- 21.16- 00......10/14/09 2/10/09 J- 21.17 - 00 ...... 10/ 14/09 J- 21.20- 00......10/14/09 2/10/09 J- 22.15 - 00 ...... 10/ 14/09 J- 22.16 - 00 ...... 10/ 14/09 J- 28.10- 00...... 8/07/07 J- 28.22- 00....... 8/07/07 K-26.40-01 ...... 10/12/07 K- 30.20- 00........ 2/15/07 K- 30.40 - 01 ...... 10/ 12/07 K- 32.20- 00........ 2/15/07 K- 32.40- 00........ 2/15/07 K- 32.60- 00........ 2/15/07 K- 32.80- 00........2/15/07 J- 28.60- 00....... K- 34.20- 00........2/15/07 J- 28.70- 00 ....... K- 36.20 - 00........2/15/07 J- 40.10 - 01......10/14/09 K- 40.20- 00........2/15/07 J- 40.30 - 00 ...... K- 40.40 - 00........2/15/07 J- 75.10- 00...... L- 40.10- 00 ........ 2/21 /07 L- 40.15- 00 ........ 2/21 /07 L- 40.20- 00 ........ 2/21 /07 M- 7.50- 01 ......... 1 /30/07 M- 9.50- 01 ......... 1 /30/07 M- 9.60 - 00.......2/10/09 M- 11.10 - 01 ....... 1 /30/07 M- 15.10- 01.......2/06/07 1- 60.20- 00 .......... M- 17.10- 02......... 7/3/08 M- 20.10- 01 ....... 1 /30/07 M- 20.20- 01 ....... 1 /30/07 M- 20.30 - 02.....10/ 14/09 76 1- 50.20- 00 .......... 8/31 /07 1- 60.10- 00 .......... 8/31 /07 1- 60.20- 00 .......... 8/31 /07 1- 80.10- 01 .......... 8/11 /09 J- 28.24- 00....... 8/07/07 J- 28.26 - 01......12/02/08 2/15/07 J- 28.30- 01.......10/14/09 7/3/08 J- 28.40- 01.......10/14/09 2/15/07 J- 28.42- 00....... 8/07/07 J- 28.45- 00....... 8/07/07 J- 28.50 - 00.......8/07/07 M- 40.60- 00...... J- 28.60- 00....... 8/07/07 J- 28.70- 00 ....... 11 /08/07 J- 40.10 - 01......10/14/09 2/21 /07 J- 40.30 - 00 ...... 1 /06/09 J- 75.10- 00...... 2/10/09 J- 75.20- 00...... 2/10/09 J- 75.30- 00....... 2/10/09 J- 75.40 - 00......10/14/09 J- 75.45 - 00......10/14/09 J- 90.10 - 00.......2/10/09 J- 90.20- 00....... 2/10/09 K- 40.60- 00....... 2/15/07 K- 40.80 - 00 ....... 2/ 15/07 K- 55.20- 00....... 2/15/07 K- 60.20- 02......... 7/3/08 K- 60.40- 00....... 2/15/07 K- 70.20- 00....... 2/15/07 K- 80.10- 00 ....... 2/21 /07 K- 80.20 - 00.....12/20/06 M- 40.60- 00...... K- 80.30- 00 ....... 2/21 /07 K- 80.35- 00 ....... 2/21 /07 K- 80.37- 00 ....... 2/21 /07 L- 70.10- 01 ....... 5/21 /08 L- 70.20- 01 ....... 5/21 /08 M- 24.60- 02....... 2/06/07 M- 40.10- 00...... 9/20/07 M-40.20-00 ... 10/ 12/07 M- 40.30- 00...... 9/20/07 M- 40.40- 00...... 9/20/07 M- 40.50 - 00......9/20/07 M- 40.60- 00...... 9/20/07 M- 60.10 - 00......9/05/07 M- 60.20 - 01......2/03/09 M- 3.30- 02 ......... 2/10 /09 M- 20.40- 01 ....... 1 /30/07 M- 65.10- 01......5/21 /08 M- 3.40- 02 ......... 2/10 /09 M- 20.50- 01.......1/30/07 M- 80.10- 00......6/10/08 M- 3.50- 01 ......... 1 /30/07 M- 24.20- 01 ....... 5/31 /06 M- 80.20- 00......6/10/08 ' M -5.10- 01 ......... 1 /30/07 M- 24.40- 01 ....... 5/31 /06 M- 80.30- 00......6/10/08 1 1 77 • CONTRACT THIS AGREEMENT, made and entered into in triplicate, this 2�jday of C�_-- ✓ , 2010, by and between the City of Yakima, hereinafter called the Owner, and Columbia Asphalt & Gravel, Inc., a Washington Corporation, hereinafter called the Contractor. WITNESSETH: That in consideration of the terms and conditions contained herein and attached and made a part of this agreement, the parties hereto covenant and agree as follows: I. The Contractor shall do all work and furnish all tools, materials, labor and equipment for THE BID AMOUNT OF: $ 467,570.00, for City of Yakima — South 16th Ave. Grind & Overlay, Project No. 2270, all in accordance with, and as described in the attached plans and specifications and the 2010 Standard Specifications for Road, Bridge, and Municipal Construction which are by this reference incorporated herein and made a part hereof, and shall perform any alterations in or additions to the work provided under this contract and every part thereof. Work shall start within ten (10) days after the Notice to Proceed and shall be completed in Twenty-Five ( 25 ) working days. If work has not commenced within the ten (10) days after the Notice to Proceed, the first chargeable working day shall be the 11th day after the date on which the City issues the Notice to Proceed. If said work is not completed within the time specified, the Contractor agrees to pay to the Owner the sum specified in the Standard Specifications for each and every day said work remains uncompleted after expiration of the specified time, as liquidated damages. The Contractors shall provide and bear the expense of all equipment, work and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in this contract and every part thereof, except such as are mentioned in the specifications to be furnished by the City of Yakima. ll. The City of Yakima hereby promises and agrees with the Contractor to employ, and does employ the Contractor to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the attached plans and specifications and the terms and conditions herein contained and hereby contracts to pay for the same according to the attached specifications • and the schedule of unit or itemized prices hereto attached, at the time and in the manner and upon the conditions provided for in this contract. III. INDEMNIFICATION. The Contractor shall defend, indemnify, and hold harmless the City, its officers, elected officials, employees and agents from and against any and all claims, causes of action, damages, losses, and expenses of any kind or nature whatsoever, including but not limited to, attorney's fees and court costs, arising out of, relating to, or resulting from the Contractor's performance or non - performance of the services, duties and obligations required of it under this Agreement. IV. The Contractor for himself, and for his heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all the covenants herein contained upon the part of the Contractor. V. It is further provided that no liability shall attach to the City of Yakima by reason of entering into this contract, except as expressly provided herein. IN WITNESS WHEREOF the parties hereto have caused this agreement to be executed the day and year first herein above written. Countersigned: CITY OF YAKIMA CONTRACTOR -t� this Z-�% dayof t�F 2010. 5�� . Corporation C tract- r C By. ity er 11 . Attest: (Print Name) ARIQr�C Its'\J (President, Owner, etc.) * S�p,L i • A � °X02 Address: � _1 ",� X T5�1 PERFORMANCE BOND BOND TO CITY OF YAKIWIA KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, Columbia Asphalt & Gravel, Inc. WA Bond No. SSB409567 Corporation as Principal and RLI Insurance Company a corporation organized and existing under the laws of the State of IL as a surety corporation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal corporations, as surety, are jointly and severally held and firmly bound to the CITY OF YAKIMA in the penal sum of $ 467 , 570.00 for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or personal representatives; as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washington, the Ordinances of the CITY OF YAKIMA. DATED at Yakima, Washington, this day of OCtOber , 2010. Neve,Mhe -less, the conditions of the above obligations are such that: WHEREAS, pursuant to action taken by the Yakima City Council on 2010, the City Manager and City Clerk of the CITY 07 YAKIMA has let or is about to let to the said Columbia Asphalt & Gravel, Inc. , the above bounded Prinapai, a certain contract, the said contract being numbered 2270 , and providing for S. 16th Ave. Grind & Overla which contract is referred to herein and is made a part hereof as though attached 'hereto), and, WHEREAS, the said Principal has accepted, or is about to accept, the said contract, and undertake to perform the work therein provided for in the manner and within the time set forth; NOW THEREFORE, if the said Columbia Asphalt & Gravel, Inc.. shall faithfully perform all of the provisions of said contract in the manner and within the time therein set forth, or within such extensions of time as may be granted under said contract, and shall pay all laborers, mechanics, sub- contractors and material men, and all oersons who shall supply said principal or sub - contractors with provisions and supplies for the carrying on of said work, and shall hold said CITY OF YAKIMA, their employees, agents, and elected or appointed officials, harmless from any damage occasioned to any person or property by reason of any carelessness or negligence on the part of said principal, or any sub- conractor in the performance of said work and shall indemnify and 'hold the CITY OF YAKIMA, its employees, agents, and elected or appointed officials, harmless from any damage or expense by reason of failure of performance as specified in said contract orfrom defects appearing or developing in the material or workmanship provided or performed under said contract within a period of one year after its acceptance thereof by the CITY OF YAKIMA, then and in that event this obligation shalt be void; but otherwise it shall be and remain in full force and erect. Approved s t form: 7 4 iry Attorney) Columbia Asphalt & Gravel, Inc. on ctor) By- / �i (Print Name) its: \Ae -ot, (President, Owner, etc...) RLI Insurance Company (Surety) .� Y ... Kenneth J. Frick (Print Name) It,: Attorney -in -Fact ® RLI Surety RU P.O. Box 3967 1 Peoria, IL 61612 -3967 Phone: (800)645-2402 1 Fax: (309)689-2036 • www.rlicorp.com Know All Men by These Presents: POWER OF ATTORNEY RLI Insurance Company That this Power of Attorney is not valid or in effect unless attached to the bond which it authorizes executed, but may be detached by the approving officer if desired. That RLI Insurance Company, an Illinois corporation, does hereby make, constitute and appoint: Kenneth J. Frick, Donna S. Martinez, Alex B. Hodge, Matthew Brandt Rod Lewis jointly or severally in the City of I Yakima , State of Washington its true and lawful Agent and Attorney in Fact, with full power and authority hereby conferred, to sign, execute, acknowledge and deliver for and on its behalf as Surety, the following described bond. Any and all bonds, undertakings, and recognizances in an amount not to exceed Ten Million Dollars ($10,000,000) for any single obligation. The acknowledgment and execution of such bond by the said Attorney in Fact shall be as binding upon this Company as if such bond had been executed and acknowledged by the regularly elected officers of this Company. The RLI Insurance Company further certifies that the following is a true and exact copy of the Resolution adopted by the Board of Directors of RLI Insurance Company, and now in force to -wit: All bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or Agents who shall have authority to issue bonds, policies or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile." IN WITNESS WHEREOF, the RLI Insurance Company has caused these presents to be executed by its Vice President with its corporate seal affixed this 31st day of August 2010 CE 14080,,..••.., o�sA,, RLI Insurance Company Q GORPOF(4 • :J� —' State of Illinois , S E A L . - By: SS ; Roy C. Di Vice President County of Peoria On this 31st day of Au ss >u_, 2010 , before me, a Notary Public, personally appeared Roy C. Die who being by me duly sworn, acknowledged that he signed the above Power of Attorney as the aforesaid officer of the RLI Insurance Company and acknowledged said instrument to be the voluntary act and deed of said corporation. By Cherie L. Montgomery ' a /( Notary Public avi "OFFICIAL SEAL° ' '. CHERIE L. MONTGOMERY STATE OF wras COMMISSION EXPIRES 02/02/12 CERTIFICATE I, the undersigned officer of RLI Insurance Company, a stock corporation of the State of Illinois, do hereby certify that the attached Power of Attorney is in full force and effect and is irrevocable; and furthermore, that the Resolution of the Company as set forth in the Power of Attorney, is now in force. In testimony whereof, I have hereunto set my hand and the seal of thy° RLI Insurance Company this day of October 2010 RLI Insurance Company By: Roy C. Di Vice President 4665729030110 A0059207 ,.A CORD,. CERTIFICATE OF LIABILITY INSURANCE °10 /13 /2 o' PRODUCER 509.965.2090 FAX 509.966.3454 Conover Insurance, Inc. (Y) 125 N. 50th Ave. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. POLICY NUMBER POLICY EFFECTIVE P.O. Box 10088 Yakima, WA 98909 -1088 INSURERS AFFORDING COVERAGE NAIC # INSURED Columbia Asphalt & Gravel, Inc. INSURER A: Travelers Indemnity Co 04/26/2010 Columbia Ready -Mix, Inc. INSURERS: Travelers Prop /Cas of America $ 1,000,000 P.O. Box 9337 INSURER C: MED EXP (Any one person) Yakima, WA 9809 INSURER D: $ 1,000,000 INSURER E: GENERAL AGGREGATE v THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADD'L TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION DATE IMMIDDNY) LIMITS A GENERAL LIABILITY X COMMERCIAL GENERAL LIABILITY CLAIMS MADE a OCCUR DTCO244ZM85AIND10 04/26/2010 04/26/2011 EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED $ 300,000 MED EXP (Any one person) $ 10,000 PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ Z, 000, 000 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY X PRO LOC JECT PRODUCTS - COMP /OP AGG $ 2,000,000 A AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS DT810244ZM85AIND10 04/26/2010 04/26/2011 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 X BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY ANY AUTO AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC AUTO ONLY: AGG $ $ B EXCESS /UMBRELLA LIABILITY X OCCUR FI CLAIMS MADE DEDUCTIBLE RETENTION $ DTSMCUPZ44ZM85ATIL10 04/26/2010 04/26/2011 EACH OCCURRENCE $ z,000,000 AGGREGATE $ Z, 000, 000 $ $ $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY EMPLOYERS ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? S yes, describe under WORKERS SPECIAL PROVISIONS below DTCO2442M85AIND10 LIAB /STOP GAP COMP - STATUTORY 04/26/2010 04/26/2011 WCSTATU- OTH- E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE] $ 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1 000, 000 s OTHER DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS Re: S. 16th Avenue Grind and Overlay he City of Yakima, its agents, employees, elected and appointed officials and volunteers are named dditional Insured per form # CG D2 46 08 05 attached. City of Yakima ' 129 N. 2nd Street Yakima, WA 98901 IACORD 25 (2001/08) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL X)IJXM MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, i�K�XIi�XE�i) Q�iQXlii�llXXliilXli�X�IXIX)XXX d( K*X) MX*KKi�►XXMXK)txxKmx)iKXMXMN fdfd6WXXXXXXXX AUTHORIZED REPRESENTATIVE / / _ /;li —Qv2 David LaRivi ©ACORD CORPORATION 1988 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. IACORD 25 (2001/08) COMMERCIAL ENERAL LIABI ors; P c :c Ha rGes.tt4 P 6LOY. PUALS15 ftEM). IT CMMPULLY A T­ ADDITIONAL INSUREO. Kt (CONTRACTO.RS) This 6i)dorsement modifies insurance provided under the following: COMMERCIAL.GENERAL LIABILITY COVER/A,G EPA f?T- I WHO IS AN INSURED -- (Section ll} is amended c) The Insurance provided to the additional in- to include any person or organization that you, :sured does not apply to "bodily injury' or agree in a 'written contract requiring insurance" "property damage' caused by "your work" to include ad an -additional Insured an this Cover- and included in the -products-cqmpleted op- age Part, but: erations hazard' unless the "written contract a) Only with respect to liability for*1sodily injury" *property "personal requiring insurance" specifically requires you to provide such coverage for that Oddlfional_ damage",or injury; and )nsuted,•and then the insurance provid4d to jury or and only to the extent that', the In, the additional insured applies only to such damage (S caused, by acts or amissioris, of "bodily injury" or *prop damage" that.oc� YOU or your subcontractor In the performances curs before ft and, of the oeriod of time for of "your woe to which the "written conti=t'- which the- "written contract requiting jnsUir­_ .-:• requiring insurance' applies: The person or ante" requires you to.provide such cbverager.. organization does not qualify as an additional Or the end of the policy period, whichev.er.is insured with respell to the independent -acts earlier. Or Omissions of such person or organization. 3,;' The insurance provided to the Addifibnail insured 2. The insurance provided to the additional insured by this endorsement is excess over any valid and by.. this endorsement is rimited, as follows: collectible 'other insurance', whether primary, In the event that the Limits of Insurance of excess contingent or on any other. basis, that is this Coverage Part shown in the Declarations available to the additional insured for a loss we exceed the limits of liability required by 'the: V IF -cover under this endorsement. However, er, t 118, "written contract requiring insurance ", .the "written. contract requiring insurance" specifically surance pro vided to, the additional insured requires that: his insurance apply on a pnTnery:. shall be limited to the limits of liability re� basis or a priTery and rion-contrib6tory basis,`:� quired by that "written contract requidrigJn.; this Insurance Is primary to *other Insurance sUrance'.. This endorsement shall not In- ;available to the additional insured which covers crease the limits of insurance described in that person or organization as a naryied Insured Section 111 — Limits Limits Of Insurance. for such loss, and we wfil not. share with tW+ b) The insurance provided to the additional `Other insurance". But the insurance provided to the additional insured by this endorsernent,still is:. eared does not apply to "bodily injury" "prop� , excess over any valid and collectible "other int. eTt� damage" or 'personal Injury" arising but �surance*, whether primary, excess, contingent or: of the rendering of, or failure to render, any+ on any other basis, that Is available to the addl. Professional architectural, engineering, or suO- irwAged when that person or organization, Is;. yeying services. including: an additional - insured under such "other 'Jnw- I The preparing, approving, Or failing to ncq": :{prepare or approve. maps, shop draw- 4, As a of coverage provided io.+,tfie Ing$, 'Opinions, reports, surveys,, field or .condition 44ditional insured by this endomemart ders or change orders, or the preparing,: approving, or failing to or ap The additional insured must give .-u8'Wftte0 Prove, drawlrn;i� and spsc&ai:i6ns; •and otice as. soon as ticable, of an rence" or an offense, which may vresult in. 0, p -0 M. or fl, S. er ir"ctronj ocijitedl6ral claim. 'To th6 extent possible, sddh. 'r*4 engineering aqtlyifti s, oroffense took place :' ` cover the additional: insured for loss we . ll The names and resse of any;in;uro . add s, under this endorsement, HOwaver, this persons and witnesses; and thu�su > = � ot�t€ead lions! i ;8 X16 could a additional ns ey P ill: ,The; natura and location`:of :an in" Y` .lurY or. - :.this endarsenisnt is primary to 'ether insu�: damage:arising out of the "occurrence" or, . :ems" available to the :additional inauted offense, _ rrhiCFt covers tharperson.dr:prganization as a. caim.is made -pul"•,is brough agai ti) . named as: . descri b ed rpaaagraph.3.lf;a the additional insurod,, tti additional .insured °above. ''the following: deflrk6n is.added to SECT N. ' V> i, lrnmedistely record the spdcift s of, tile - IJJEFINiTiON&S' claim or "suit" and the datexec®ived,, and "Written contract requtrinO insurance" rriearu: II. N6fify us :as won as predicable. that part of. any written' contract or agreement, ., :.. The additional insured .must see:tb it,that "Wa under which you are required to include a son n al ...•. . : .. receive written notice o€ the claim g'r "suit" as . sued on this Coverage Part, .s 0ded tt�tat. ; soon as prsciicabie.' file "bodily Injury" and "property damage" oc~ G) .; The ,'Additional lrisLTetl must imirietfiateiy curs and tine "persorlat injury" is:caUood by an..: ` send us copies of all Iegaf papers received in . - ofiense;gornM. Itted::. . . connedion -.Mth the claim or 'suit"; cooperage _ . - Wth,:us in; the Investigation or : settlement of ... after the sigriittg and sx8txiflots,ciith r ` .... .. the•' claim. or, .defense against '#�'19 . "SU1t "„ 2i1d-. " contra graement by'you Hof& - ... .with all alic cordidans. ott•�erwiswcomplY P y• While- that.' . .. ra f�: ' .:. � part. of the t�ntract.:or. d.). The .addWonai, insured must fender :the. de4.: agree mart[-fs in effect °,:arid' . :.:: fense. snhd ttidamnity bf:any rdairci ar. "siiii" to a. aafore tfie;erid of:fl}o- poiiQyi purioi3,: RETAINAGE BOND (RCW 60.28.011) Bond No. SSB409568 KNOW ALL N4ErT BY THESE PRESENTS, that Columbia Asphalt & Gravel, Inc. a corporation existing under and by virtue of the laws of the State of wA and authorized to do business in the State of Washington as Principal, and RLI Insurance Company a corporation organized and existing under the laws of the State of IL and authorized to transact business in the State of Washington as Surety, are jointly and severally held and bound unto City of Yakima as Obligee in the penal sum of ZAa1ty-tlree thousand three hun3 ed suety -nine Dollars (S 23, 379.00 ) which is 5% of the Principal's contract with Obligee for S. 16th Ave. Grind & Overlay WHEREAS, on the day of October , 2010, the said Principal, htrtm, executed a contract with the Obligee as described above. VA =RFAS, said contract and RCW 60.28 require Obligee to withhold from the Principal the sum of 5% from monies earned on estimates during the progress of the construction, hereinafter referred to as earned retained funds. AND NOW WHEREAS, Principal, pursuant to RCW 6028.011, has requested that the ' Obligee not retain any earned retained funds as allowed under RCW 60.28. NOW, THEREFORE, the condition of this obligation is such that the Surety is held and ' bound unto the Obligee in the penal sum of 5% of the final contract cost which shall include any increases due to change orders, increases in quantities of work or the addition of any new item of work. If the Principal shall use the earned retained funds; which will not be retained, for the ' purposes of RCW 60.28, then this obligation shall be null and void; otherwise, it shall remain in full force and effect. ' PROVIDED, HOWEVER that any suit under this bond must be instituted within the time period provided by applicable Washington State law. ' WiTNESS our hands this day of October , 2010 _ Columbia Asphalt � Gravel, Inc. l`�YY SjiC , 0rt,Stc:6_,E RLI In ance Company Kenneth J. Frick,Attorney -in -Fact IRLI RLI Surety P.O. Box 3967 1 Peoria, IL 61612 -3967 Phone: (800)645-2402 1 Fax: (309)689-2036 0 www.rlicorp.com Know All Men by These Presents: POWER OF ATTORNEY RLI Insurance Company That this Power of Attorney is not valid or in effect unless attached to the bond which it authorizes executed, but may be detached by the approving officer if desired. That RLI Insurance Company, an Illinois corporation, does hereby make, constitute and appoint: Kenneth J. Frick, Donna S. Martinez, Alex B. Hodge, Matthew Brandt, Rod Lewis jointly or severally. in the City of Yakima State of Washington its true and lawful Agent and Attorney in Fact, with full power and authority hereby conferred, to sign, execute, acknowledge and deliver for and on its behalf as Surety, the following described bond. Any and all bonds, undertakings, and recognizances in an amount not to exceed Ten Million Dollars ($10,000,000) for any single obligation. The acknowledgment and execution of such bond by the said Attorney in Fact shall be as binding upon this Company as if such bond had been executed and acknowledged by the regularly elected officers of this Company. The RLI Insurance Company further certifies that the following is a true and exact copy of the Resolution adopted by the Board of Directors of RLI Insurance Company, and now in force to -wit: "All bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or Agents who shall have authority to issue bonds, policies or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile." 'IN WITNESS WHEREOF, the RLI Insurance Company has caused these presents to be executed by its Vice President with its corporate seal affixed this 4th day of October 2010 G0HP0R4,. :9y< —•- ' State of Illinois - , S E A L , County of Peoria I SS I N pis' nnnuue,"" On this 4th day of October 2010 before me, a Notary Public, personally appeared Roy C. Die who being by me duly sworn, acknowledged that he signed the above Power of Attorney as the aforesaid officer of the RLi Insurance Company and acknowledged said instrument to be the voluntary act and deed of said corporation. t ' By: �J. m.&., ' Cherie L. Montgomery Notary Public LA .1:;_; "OFFICIAL SEAL" NOTARY a TAeuc CHERIE L. MONTGOMERY STATE OF iwNOs COMMISSION EXPIRES 02/02/12 RLI Insurance Company By. Roy C. Di Vice President CERTIFICATE I, the undersigned officer of RLI Insurance Company, a stock corporation of the State of Illinois, do hereby certify that the attached Power of Attorney is in full force and effect and is irrevocable; and furthermore, that the Resolution of the Company as set forth in the Power of Attorney, is now in force. In testimony whereof, I have hereunto set my hand and the seal of the RLI Insurance Company this day of October_. RLI Insurance Company By: Roy C. Di Vice President 4665729030110 A0059207 MINIMUM WAGE AFFIDAVIT STATE OF WASHINGTON) ) ss COUNTY OF YAKIMA ) I, the undersigned, having been duly sworn, depose, say and certify that in connection with the performance of the work, payment for which this voucher is submitted, I have paid the following rate per hour to each classification of laborers, workmen, or mechanics, as indicated upon the attached list, now referred to and by such reference incorporated in and made an integral part hereof, for all such employed in the performance of such work; and no laborer, workman or mechanic so employed upon such work has been paid less than the prevailing rate of wage or less than the minimum rate of wages as specified in the principal contract; that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. Contractor Subscribed and sworn to before me on this day of 1201 Notary Public in and for the State of Washington residing at 87 PREVAILING WAGE RATES Department of Labor & Industries Statement Prevailing Wage Rates for Yakima County DOLT - Manufacture & Fabrication Notice Benefit Code Key PREVAILING WAGE RATES The prevailing rate of wages to be paid to all workmen, laborers, or mechanics employed in the performance of any part of this contract shall be in accordance with the provisions of Chapter 39.12 RCW, as amended. The rules and regulations of the Department of Labor and Industries are by reference made a part of this contract as though fully set forth herein. The current schedule of prevailing wage rates for the locality or localities where this contract will be performed, as determined by the Industrial Statistician of the Department of Labor and Industries, are included in these contract documents. Inasmuch as the contractor will be held responsible for paying the prevailing wages, it is imperative that all contractors familiarize themselves with the current wage rates, as determined by the Industrial Statistician of the Department of Labor and Industries, before submitting bids based on these specifications. ' In case any dispute arises as to what are the prevailing rates of wages for work of a similar nature and such dispute cannot be adjusted by the parties in interest, including labor and management representatives, the matter shall be referred for arbitration to the Director of the Department of Labor and Industries of the State and his decision therein shall be final and conclusive and biding ' on all parties involved in the dispute as provided for by RCW 39.12.060 as amended. Current prevailing wage rules and data can be furnished by the Industrial Statistician upon ' request. You may submit your request to: Department of Labor and Industries ' ESAC Division PO Box 44540 Olympia, Washington 98504 -4540 ' Telephone: 360- 902 -5335 1 89 State of Washington _ DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section - Telephone (360) 902 -5335 PO Bos 44540, Olympia, WA 98504 -4540 Washington State Prevailing Wage Rates For Public Works Contracts The PREVAILING WAGES listed here include both the hourly wage rate and theouly rate of fringe benefits. On public works projects, worker's wage rate must add to not less than this total. A brief description of overtime calculation requirements is provided on the Benefit Code Key. Prevailing Wage Rates for the Effective Date of: 9/23/10 County Trade Job Classification Wage o i ay Code ve ime Code Notes Yakima Asbestos Abatement Workers Journey Level $17.83 1 Yakima Boilermakers Journey Level $35.48 1 Yakima Brick Mason Journey Level $40.03 5A 1 M Yakima Building Service Employees Janitor $8.55 1 Yakima Building Service Employees Shampooer $11.14 1 Yakima Building Service Employees Waxer $8.55 1 Yakima Building Service Employees Window Cleaner $9.14 1 Yakima Cabinet Makers (In Shop) Journey Level $16.35 1 Yakima Carpenters Journey Level $29.72 1 Yakima Cement Masons Journey Level $35.85 5D 1 N Yakima Divers & Tenders Diver $100.28 5D 1 M 8A Yakima Divers & Tenders Diver On Standby $56.68 5D 1M Yakima Divers & Tenders Diver Tender $52.23 5D 1 M Yakima Divers & Tenders Surface Rcv & Rov Operator $52.23 5D 1 M Yakima Divers & Tenders Surface Rcv & Rov Operator Tender $48.85 5A 1 B Yakima Dredge Workers Assistant Engineer $49.57 5D 1T 8L Yakima Dredge Workers Assistant Mate(deckhand) $49.06 5D 1T 8L Yakima Dredge Workers Engineer Welder $49.62 5D 1T 8L Yakima Dredge Workers Leverman, Hydraulic $51.19 5D 1T 8L Yakima Dredge Workers Maintenance $49.06 5D 1T 81- Yakima Dredge Workers Mates And Boatmen $49.57 5D 1T 81- Yakima Dredge Workers Oiler $49.19 5D 1T 8L Yakima Drywall Applicator Journey Level $37.70 5D 1 M Yakima Drywall Tapers Journey Level $31.71 5A 1 P Yakima Electrical Fixture Maintenance Workers Journey Level $43.32 1 Yakima Electricians - Inside Cable Splicer $52.41 5A 1 E Yakima Electricians - Inside Journey Level $50.60 5A 1 E Yakima Electricians - Inside Welder $54.75 5A 1 E Yakima Electricians - Motor Shop Craftsman $15.37 1 Yakima Electricians - Motor Shop Journey Level $14.69 1 Yakima Electricians - Powerline Construction Cable Splicer $61.08 5A 4A Asbestos Abatement Yakima Workers Journey Level $17.83 1 Electricians - Powerline Yakima Construction Certified Line Welder $55.81 5A 4A Electricians - Powerline Yakima Construction Groundperson $39.83 5A 4A Electricians - Powerline Yakima Construction Head Groundperson $42.02 5A 4A Electricians - Powerline Heavy Line Equipment Yakima Construction Operator $55.81 5A 4A Electricians - Powerline Yakima Construction Jackhammer Operator $42.02 5A 4A Electricians - Powerline Journey Level Yakima Construction Lineperson $55.81 5A 4A Electricians - Powerline Line Equipment Yakima Construction Operator $47.20 5A 4A Electricians - Powerline Yakima Construction Pole Sprayer $55.81 5A 4A Electricians - Powerline Yakima Construction Powderperson $42.02 5A 4A Yakima Electronic Technicians Journey Level $23.40 1 Yakima Elevator Constructors Mechanic $67.91 6Q 4A Yakima Elevator Constructors Mechanic In Charge $73.87 6Q 4A Fabricated Precast Concrete Yakima Products Craftsman $8.72 1 Fabricated Precast Concrete Yakima Products Journey Level $8.55 1 Yakima Fence Erectors Fence Erector $13.79 1 Yakima Flaggers IJourney Level $24.62 1 Yakima Glaziers Journey Level $22.43 61 1 B Heat & Frost Insulators And Yakima Asbestos Workers Journey Level $25.32 1 Heating Equipment Yakima Mechanics Journey Level $34.85 1 Hod Carriers & Mason Yakima Tenders Journey Level $32.55 5D 1H Industrial Engine And Yakima Machine Mechanics Journey Level $15.65 1 Industrial Power Vacuum Yakima Cleaner Journey Level $9.24 1 Yakima Inland Boatmen Journey Level $8.55 1 Inspection /Cleaning /Sealing Of Sewer & Water Systems Cleaner Operator, Yakima By Remote Control Foamer Operator $9.73 1 Inspection /Cleaning /Sealing Of Sewer & Water Systems Yakima By Remote Control Grout Truck Operator $11.48 1 1 nspection /C lean ing /Sealing Of Sewer & Water Systems Yakima By Remote Control Head Operator $12.78 1 Ll Yakima Asbestos Abatement lWorkers Journey Level $17.83 1 Yakima Inspection /Cleaning /Sealing Of Sewer & Water Systems By Remote Control Technician $8.55 1 Yakima Inspection /Cleaning /Sealing Of Sewer & Water Systems By Remote Control Tv Truck Operator $10.53 1 Yakima Insulation Applicators Journey Level $37.70 5D 1M Yakima Ironworkers Journeyman $50.94 5A 10 Yakima Laborers Air, Gas Or Electric Vibrating Screed $31.61 5D 1H Yakima Laborers Airtrac Drill Operator $32.55 5D 1H Yakima Laborers Ballast Regular Machine $31.61 5D 1 H Yakima Laborers Batch Weighman $29.65 5D 1 H Yakima Laborers Brick Pavers $31.61 5D 1 H Yakima Laborers Brush Cutter $31.61 5D 1 H Yakima Laborers Brush Hog Feeder $31.61 5D 1 H Yakima Laborers Burner $31.61 5D 1H Yakima Laborers Caisson Worker $32.55 5D 1 H Yakima Laborers Carpenter Tender $31.61 5D 1 H Yakima Laborers Cement Dumper - paving $32.16 5D 1 H Yakima Laborers Cement Finisher Tender $31.61 5D 1 H Yakima Laborers Change House Or Dry Shack $31.61 5D 1 H Yakima Laborers Chipping Gun (under 30 Lbs.) $31.61 5D 1H Yakima Laborers Chipping Gun(30 Lbs. And Over) $32.16 5D 1 H Yakima Laborers Choker Setter $31.61 5D 1 H Yakima Laborers Chuck Tender $31.61 5D 1 H Yakima Laborers Clary Power Spreader $32.16 5D *1H Yakima Laborers Clean -up Laborer $31.61 5D 1 H Yakima Laborers Concrete Dumper /chute Operator $32.16 5D 1 H Yakima Laborers Concrete Form Stripper $31.61 5D 1 H Yakima Laborers Concrete Placement Crew $32.16 5D 1 H Yakima Laborers Concrete Saw Operator /core Driller $32.16 5D 1H Yakima Laborers Crusher Feeder $29.65 5D 1H Yakima Laborers Curing Laborer $31.61 5D 1H Yakima Laborers Demolition: Wrecking & Moving (incl. Charred Material) $31.61 5D 1H Yakima Laborers Ditch Digger $31.61 5D 1H Yakima Laborers Diver $32.55 5D 1 H Yakima Asbestos Abatement Workers Journey Level $17.83 1 Yakima Laborers Drill Operator (hydraulic,diamond) $32.16 5D 1 H Yakima Laborers Dry Stack Walls $31.61 5D 1 H Yakima Laborers Dump Person $31.61 5D 1H Yakima Laborers Epoxy Technician $31.61 5D 1 H Yakima Laborers Erosion Control Worker $31.61 5D 1 H Yakima Laborers Faller & Bucker Chain Saw $32.16 5D 1 H Yakima Laborers Fine Graders $31.61 5D 1 H Yakima Laborers Firewatch $29.65 5D 1 H Yakima Laborers Form Setter $31.61 5D 1 H Yakima Laborers Gabian Basket Builders $31.61 5D 1 H Yakima Laborers General Laborer $31.61 5D 1H Yakima Laborers Grade Checker & Transit Person $32.55 5D 1 H Yakima Laborers Grinders $31.61 5D 1 H Yakima Laborers Grout Machine Tender $31.61 5D 1 H Yakima Laborers Groutmen (pressure)including Post Tension Beams $32.16 5D 1 H Yakima Laborers Guardrail Erector $31.61 5D 1H Yakima Laborers Hazardous Waste Worker (level A) $32.55 5D 1 H Yakima Laborers Hazardous Waste Worker (level B) $32.16 5D 1 H Yakima Laborers Hazardous Waste Worker (level C) $31.61 5D 1 H Yakima Laborers High Scaler $32.55 5D 1 H Yakima Laborers Jackhammer $32.16 5D 1 H Yakima Laborers Laserbeam Operator $32.16 5D 1 H Yakima Laborers Maintenance Person $31.61 5D 1 H Yakima Laborers Manhole Builder - mudman $32.16 5D 1H Yakima Laborers Material Yard Person $31.61 5D 1 H Yakima Laborers Miner $32.55 5D 1 H Yakima Laborers Mortarman & Hodcarrier $32.16 5D 1 H Yakima Laborers Motorman -dinky Locomotive $32.16 5D 1 H Yakima Laborers Nozzleman (concrete Pump, Green Cutter When Using Combination Of High Pressure Air & Water On Concrete & Rock, Sandblast, Gunite, Shotcrete, Water Bla $32.16 5D 1H Yakima i Laborers Pavement Breaker $32.16 5D 1 H u 1 1 1 Yakima Asbestos Abatement lWorkers Journey Level $17.83 1 Yakima Laborers Pilot Car $29.65 5D 1 H Yakima Laborers Pipe Layer(lead) $32.55 5D 1 H Yakima Laborers Pipe Layer /tailor $32.16 5D 1 H Yakima Laborers Pipe Pot Tender $32.16 5D 1 H Yakima Laborers Pipe Reliner $32.16 5D 1 H Yakima Laborers Pipe Wrapper $32.16 5D 1 H Yakima Laborers Pot Tender $31.61 5D 1 H Yakima Laborers Powderman $32.55 5D 1H Yakima Laborers Powderman's Helper $31.61 5D 1H Yakima Laborers Power Jacks $32.16 5D 1H Yakima Laborers Railroad Spike Puller - Power $32.16 5D 1H Yakima Laborers Raker - Asphalt $32.55 5D 1H Yakima Laborers Re- timberman $32.55 5D 1H Yakima Laborers Remote Equipment Operator $32.16 5D 1H Yakima Laborers Rigger /signal Person $32.16 5D 1H Yakima Laborers Rip Rap Person $31.61 5D 1H Yakima Laborers Rivet Buster $32.16 5D 1H Yakima Laborers Rodder $32.16 5D 1H Yakima Laborers Scaffold Erector $31.61 5D 1H Yakima Laborers Scale Person $31.61 5D 1H Yakima Laborers Sloper (over 20)" $32.16 5D 1H Yakima Laborers Sloper Sprayer $31.61 5D 1H Yakima Laborers Spreader (concrete) $32.16 5D 1H Yakima Laborers Stake Hopper $31.61 5D 1H Yakima Laborers Stock Piler $31.61 5D 1H Yakima Laborers Tamper & Similar Electric, Air & Gas Operated Tools $32.16 5D 1H Yakima Laborers Tamper (multiple& Self propelled) $32.16 5D 1H Yakima Laborers Timber Person - Sewer (lagger, Shorer & Cribber) $32.16 5D 1H Yakima Laborers Toolroom Person (at Jobsite) $31.61 5D 1H Yakima Laborers Topper $31.61 5D 1H Yakima Laborers Track Laborer $31.61 5D 1H Yakima Laborers Track Liner (power) $32.16 5D 1H Yakima Laborers Truck Spotter $31.61 5D 1H Yakima Laborers Tugger Operator $32.16 5D 1H Yakima Laborers Vibrator $32.16 5D 1H Yakima Laborers Vinyl Seamer $31.61 5D 1H Yakima Laborers Watchman $27.11 5D 1H Yakima Laborers Welder $32.16 5D 1H Yakima Laborers Well Point Laborer $32.16 5D 1H Yakima Laborers Window Washer /cleaner $27.11 5D 1H Yakima Asbestos Abatement lWorkers Journey Level $17.83 1 Yakima Laborers - Underground Sewer & Water General Laborer & T $31.61 5D 1 H Yakima Laborers - Underground Sewer & Water Pipe Layer $32.16 5D 1 H Yakima Landscape Construction Irrigation Or Lawn Sprinkler Installers $9.00 1 Yakima Landscape Construction Landscape Equipment Operators Or Truck Drivers $15.45 1 Yakima Landscape Construction Landscaping Or Planting Laborers $9.00 1 Yakima Lathers Journey Level $37.70 5D 1M Yakima Marble Setters Journey Level $40.03 5A 1 M Yakima Metal Fabrication (In Shop) Fitter $12.00 1 Yakima Metal Fabrication (In Shop) Laborer $10.31 1 Yakima Metal Fabrication (In Shop) I Machine Operator $11.32 1 Yakima Metal Fabrication (In Shop) jPainter $12.00 1 Yakima Metal Fabrication (In Shop) Welder $11.32 1 Yakima Millwright Journey Level $26.05 1 Yakima Modular Buildings Journey Level $14.11 1 Yakima Painters Journeyman $28.12 6Z 1W Yakima Pile Driver Journey Level $48.04 5A 1M Yakima Plasterers Journey Level $46.63 5B 1 R Yakima Playground & Park Equipment Installers Journey Level $8.55 1 Yakima Plumbers & Pipefitters Journey Level $28.75 1 Yakima Power Equipment Operators Asphalt Plant Operators $50.39 5D 1T 8P Yakima Power Equipment Operators Assistant Engineer $47.12 5D 1T 8P Yakima Power Equipment Operators Barrier Machine (zipper) $49.90 5D 1T 8P Yakima Power Equipment Operators Batch Plant Operator, Concrete $49.90 5D 1T 8P Yakima Power Equipment Operators Bobcat $47.12 5D 1T 8P Yakima Power Equipment Operators Brokk - Remote Demolition Equipment $47.12 5D 1T 8P Yakima Power Equipment Operators Brooms $47.12 5D 1T 8P Yakima Power Equipment Operators Bump Cutter $49.90 5D 1T 8P Yakima Power Equipment Operators Cableways $50.39 5D 1T 8P Yakima Power Equipment Operators Chipper $49.90 5D 1T 8P Yakima Power Equipment Operators Compressor $47.12 5D 1T 8P Asbestos Abatement Yakima Workers Journey Level $17.83 1 Concrete Finish Yakima Power Equipment Operators Machine -laser Screed $47.12 5D 1T 8P Concrete Pump - Mounted Or Trailer High Pressure Line Pump, Pump High Yakima Power Equipment Operators Pressure. $49.48 5D 1T 8P Concrete Pump: Truck Mount With Boom Yakima Power Equipment Operators Attachment Up To 42m $49.90 5D 1T 8P Yakima Power Equipment Operators Conveyors $49.48 5D 1T 8P Cranes: 20 Tons Through 44 Tons With Yakima Power Equipment Operators Attachments $49.90 5D 1T 8P Cranes: 100 Tons Through 199 Tons, Or 150' Of Boom Yakima Power Equipment Operators (including Jib With $50.94 5D 1T 8P Cranes: 200 Tons To 300 Tons, Or 250' Of Boom (including Jib Yakima Power Equipment Operators With Attachments) $51.51 5D 1T 8P Cranes: 45 Tons Through 99 Tons, Under 150' Of Boom (including Jib With Yakima Power Equipment Operators Attachments) $50.39 5D 1T 8P Cranes: A -frame - 10 Yakima Power Equipment Operators Tons And Under $47.12 5D 1T 8P Cranes: Friction 100 Tons Through 199 Yakima Power Equipment Operators Tons $51.51 5D 1T 8P Cranes: Friction Over Yakima Power Equipment Operators 200 Tons $52.07 5D 1T 8P Cranes: Over 300 Tons Or 300' Of Boom (including Jib With Yakima Power Equipment Operators Attachments) $52.07 5D 1T 8P Cranes: Through 19 Tons With Attachments Yakima Power Equipment Operators A -frame Over 10 Tons $49.48 5D 1T 8P Yakima Power Equipment Operators Crusher $49.90 5D 1T 8P Deck Engineer /deck Yakima Power Equipment Operators Winches (power) $49.90 5D 1T 8P Asbestos Abatement Yakima Workers Journey Level $17.83 1 Derricks, On Building Yakima Power Equipment Operators Work $50.39 5D 1T 8P Yakima Power Equipment Operators Dozers D -9 & Under $49.48 5D 1T 8P Drill Oilers: Auger Type, Truck Or Crane Yakima Power Equipment Operators Mount $49.48 5D 1T 8P Yakima Power Equipment Operators Drilling Machine $49.90 5D 1T 8P Elevator And Man -lift: Permanent And Shaft Yakima Power Equipment Operators Type $47.12 5D 1T 8P Finishing Machine, Bidwell And Gamaco & Yakima Power Equipment Operators Similar Equipment $49.90 5D 1T 8P Forklift: 3000 Lbs And Yakima Power Equipment Operators Over With Attachments $49.48 5D 1T 8P Forklifts: Under 3000 Yakima Power Equipment Operators Lbs. With Attachments $47.12 5D 1T 8P Grade Engineer: Using Blue Prints, Cut Yakima Power Equipment Operators Sheets, Etc $49.90 5D 1T 8P Gradechecker /stakema Yakima Power Equipment Operators n $47.12 5D 1T 8P Yakima Power Equipment Operators Guardrail Punch $49.90 5D 1T 8P Hard Tail End Dump Articulating Off- Road Equipment 45 Yards. & Yakima Power Equipment Operators Over $50.39 5D 1T 8P Hard Tail End Dump Articulating Off -road Equipment Under 45 Yakima Power Equipment Operators Yards $49.90 5D 1T 8P Horizontal /directional Yakima Power Equipment Operators Drill Locator $49.48 5D 1T 8P Horizontal /directional Yakima Power Equipment Operators Drill Operator $49.90 5D 1T 8P Hydralifts /boom Trucks Yakima Power Equipment Operators Over 10 Tons $49.48 5D 1T 8P Hydralifts /boom Trucks, Yakima Power Equipment Operators 10 Tons And Under $47.12 5D 1T 8P Loader, Overhead 8 Yakima Power Equipment Operators Yards. & Over $50.94 5D 1T 8P Loader, Overhead, 6 Yards. But Not Yakima Power Equipment Operators Including 8 Yards $50.39 5D 1T 8P 1 Asbestos Abatement Yakima Workers Journey Level $17.83 1 Loaders, Overhead Yakima Power Equipment Operators Under 6 Yards $49.90 5D IT 8P Yakima Power Equipment Operators Loaders, Plant Feed $49.90 5D IT 8P Loaders: Elevating Yakima Power Equipment Operators Type Belt $49.48 5D IT 8P Yakima Power Equipment Operators Locomotives, All $49.90 5D IT 8P Material Transfer Yakima Power Equipment Operators Device $49.90 5D IT 8P Mechanics, All (leadmen - $0.50 Per Yakima Power Equipment Operators Hour Over Mechanic) $50.94 5D IT 8P Motor Patrol Grader - Yakima Power Equipment Operators Non - finishing $49.48 5D IT 8P Motor Patrol Graders, Yakima Power Equipment Operators Finishing $50.39 5D IT 8P Mucking Machine, Mole, Tunnel Drill, Boring, Road Header Yakima Power Equipment Operators And /or Shield $50.39 5D IT 8P Oil Distributors, Blower Distribution & Mulch Yakima Power Equipment Operators Seeding Operator $47.12 5D IT 8P Outside Hoists (elevators And Manlifts), Air Yakima Power Equipment Operators Tuggers,strato $49.48 5D IT 8P Overhead, Bridge Type Crane: 20 Tons Yakima Power Equipment Operators Through 44 Tons $49.90 5D IT 8P Overhead, Bridge Type: 100 Tons And Yakima Power Equipment Operators Over $50.94 5D IT 8P Overhead, Bridge Type: 45 Tons Through Yakima Power Equipment Operators 99 Tons $50.39 5D IT 8P Yakima Power Equipment Operators Pavement Breaker $47.12 5D IT 8P Pile Driver (other Than Yakima Power Equipment Operators Crane Mount) $49.90 5D IT 8P Plant Oiler - Asphalt, Yakima Power Equipment Operators Crusher $49.48 5D IT 8P Posthole Digger, Yakima Power Equipment Operators Mechanical $47.12 5D IT 8P Yakima Power Equipment Operators Power Plant $47.12 5D IT 8P Yakima Power Equipment Operators Pumps - Water $47.12 5D IT 8P Asbestos Abatement Yakima lWorkers Journey Level $17.83 1 Quad 9, Hd 41, D10 Yakima Power Equipment Operators And Over $50.39 5D 1T 8P Quick Tower - No Cab, Under 100 Feet In Yakima Power Equipment Operators Height Based To Boom $47.12 5D 1T 8P Remote Control Operator On Rubber Tired Earth Moving Yakima Power Equipment Operators Equipment $50.39 5D 1T 8P Yakima Power Equipment Operators Rigger And Bellman $47.12 5D 1T 8P Yakima Power Equipment Operators Rollagon $50.39 5D 1T 8P Roller, Other Than Yakima Power Equipment Operators Plant Mix $47.12 5D 1T 8P Roller, Plant Mix Or Yakima Power Equipment Operators Multi -lift Materials $49.48 5D 1T 8P Yakima Power Equipment Operators Roto -mill, Roto- grinder $49.90 5D 1T 8P Yakima Power Equipment Operators Saws - Concrete $49.48 5D 1T 8P Scraper, Self Propelled Yakima Power Equipment Operators Under 45 Yards $49.90 5D 1T 8P Scrapers - Concrete & Yakima Power Equipment Operators Carry All $49.48 5D 1T 8P Scrapers, Self - propelled: 45 Yards Yakima Power Equipment Operators And Over $50.39 5D 1T 8P Service Engineers - Yakima Power Equipment Operators Equipment $49.48 5D 1T 8P Shotcrete /gunite Yakima Power Equipment Operators Equipment $47.12 5D 1T 8P Shovel , Excavator, Backhoe, Tractors Yakima Power Equipment Operators Under 15 Metric Tons. $49.48 5D 1T 8P Shovel, Excavator, Backhoe: Over 30 Metric Tons To 50 Yakima Power Equipment Operators Metric Tons $50.39 5D 1T 8P Shovel, Excavator, Backhoes, Tractors: 15 Yakima Power Equipment Operators To 30 Metric Tons $49.90 5D 1T 8P Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Yakima Power Equipment Operators Metric Tons $50.94 5D 1T 8P Asbestos Abatement Yakima Workers Journey Level $17.83 1 Shovel, Excavator, Backhoes: Over 90 Yakima Power Equipment Operators Metric Tons $51.51 5D 1T 8P Yakima Power Equipment Operators Slipform Pavers $50.39 5D 1T 8P Spreader, Topsider & Yakima Power Equipment Operators Screedman $50.39 5D 1T 8P Yakima Power Equipment Operators Subgrader Trimmer $49.90 5D 1T 8P Tower Bucket Yakima Power Equipment Operators Elevators $49.48 5D 1T 8P Tower Crane Over 175'in Height, Base To Yakima Power Equipment Operators Boom $51.51 5D 1T 8P Tower Crane Up To 175' In Height Base To Yakima Power Equipment Operators Boom $50.94 5D 1T 8P Transporters, All Track Yakima Power Equipment Operators Or Truck Type $50.39 5D 1T 8P Yakima Power Equipment Operators Trenching Machines $49.48 5D 1T 8P Truck Crane Oiler /driver - 100 Tons Yakima Power Equipment Operators And Over $49.90 5D 1T 8P Truck Crane Oiler /driver Under 100 Yakima Power Equipment Operators Tons $49.48 5D 1T 8P Truck Mount Portable Yakima Power Equipment Operators Conveyor $49.90 5D 1T 8P Yakima Power Equipment Operators Welder $50.39 5D 1T 8P Wheel Tractors, Yakima Power Equipment Operators Farmall Type $47.12 5D 1T 8P Yakima Power Equipment Operators Yo Yo Pay Dozer $49.90 5D 1T 8P Power Equipment Operators- Asphalt Plant Yakima Underground Sewer & Water Operators $50.39 5D 1T 8P Power Equipment Operators - Yakima Underground Sewer & Water Assistant Engineer $47.12 5D 1T 8P Power Equipment Operators- Barrier Machine Yakima Underground Sewer & Water (zipper) $49.90 5D 1T 8P Power Equipment Operators- Batch Plant Operator, Yakima Underground Sewer & Water Concrete $49.90 5D 1T 8P Power Equipment Operators - Yakima Underground Sewer & Water Bobcat $47.12 5D 1T 8P Asbestos Abatement Yakima lWorkers Journey Level $17.83 1 Power Equipment Operators- Brokk - Remote Yakima Underground Sewer & Water Demolition Equipment $47.12 5D 1T 8P Power Equipment Operators - Yakima Underground Sewer & Water Brooms $47.12 5D 1T 8P Power Equipment Operators - Yakima Underground Sewer & Water Bump Cutter $49.90 5D 1T 8P Power Equipment Operators - Yakima Underground Sewer & Water Cableways $50.39 5D 1T 8P Power Equipment Operators - Yakima Underground Sewer & Water Chipper $49.90 5D 1T 8P Power Equipment Operators - Yakima Underground Sewer & Water Compressor $47.12 5D 1T 8P Power Equipment Operators- Concrete Finish Yakima Underground Sewer & Water Machine -laser Screed $47.12 5D 1T 8P Concrete Pump - Mounted Or Trailer High Pressure Line Power Equipment Operators- Pump, Pump High Yakima Underground Sewer & Water Pressure. $49.48 5D 1T 8P Concrete Pump: Truck Power Equipment Operators- Mount With Boom Yakima iUnderground Sewer & Water Attachment Up To 42m $49.90 5D 1T 8P Power Equipment Operators - Yakima Underground Sewer & Water Conveyors $49.48 5D 1T 8P Cranes: 20 Tons Power Equipment Operators- Through 44 Tons With Yakima Underground Sewer & Water Attachments $49.90 5D 1T 8P Cranes: 100 Tons Through 199 Tons, Or Power Equipment Operators- 150' Of Boom Yakima Underground Sewer & Water (including Jib With $50.94 5D 1T 8P Cranes: 200 Tons To 300 Tons, Or 250' Of Power Equipment Operators- Boom (including Jib Yakima Underground Sewer & Water With Attachments) $51.51 5D 1T 8P Cranes: 45 Tons Through 99 Tons, Under 150' Of Boom Power Equipment Operators- (including Jib With Yakima Underground Sewer & Water Attachments) $50.39 5D 1T 8P I' Asbestos Abatement Yakima Workers Journey Level $17.83 1 Power Equipment Operators- Cranes: A -frame - 10 Yakima Underground Sewer & Water Tons And Under $47.12 5D 1T 8P Cranes: Friction 100 Power Equipment Operators- Tons Through 199 Yakima Underground Sewer & Water Tons $51.51 5D 1T 8P Power Equipment Operators- Cranes: Friction Over Yakima Underground Sewer & Water 200 Tons $52.07 5D 1T 8P Cranes: Over 300 Tons Or 300' Of Boom Power Equipment Operators- (including Jib With Yakima Underground Sewer & Water Attachments) $52.07 5D IT 8P Cranes: Through 19 Power Equipment Operators- Tons With Attachments Yakima Underground Sewer & Water A -frame Over 10 Tons $49.48 5D 1T 8P Power Equipment Operators - Yakima Underground Sewer & Water Crusher $49.90 5D 1T 8P Power Equipment Operators- Deck Engineer /deck Yakima Underground Sewer & Water Winches (power) $49.90 5D 1T 8P Power Equipment Operators- Derricks, On Building Yakima Underground Sewer & Water Work $50.39 5D 1T 8P Power Equipment Operators - Yakima Underground Sewer & Water Dozers D -9 & Under $49.48 5D 1T 8P Drill Oilers: Auger Power Equipment Operators- Type, Truck Or Crane Yakima Underground Sewer & Water Mount $49.48 5D 1T 8P Power Equipment Operators - Yakima Underground Sewer & Water Drilling Machine $49.90 5D 1T 8P Elevator And Man -lift: Power Equipment Operators- Permanent And Shaft Yakima Underground Sewer & Water Type $47.12 5D 1T 8P Finishing Machine, Power Equipment Operators- Bidwell And Gamaco & Yakima Underground Sewer & Water Similar Equipment $49.90 5D 1T 8P Power Equipment Operators- Forklift: 3000 Lbs And Yakima Underground Sewer & Water Over With Attachments $49.48 5D 1T 8P Power Equipment Operators- Forklifts: Under 3000 Yakima Underground Sewer & Water Lbs. With Attachments $47.12 5D 1T 8P Grade Engineer: Using Power Equipment Operators- Blue Prints, Cut Yakima Underground Sewer & Water Sheets, Etc $49.90 5D 1T 8P Asbestos Abatement Yakima lWorkers Journey Level $17.83 1 Power Equipment Operators- Gradechecker /stakema Yakima Underground Sewer & Water n $47.12 5D 1T 8P Power Equipment Operators - Yakima Underground Sewer & Water Guardrail Punch $49.90 5D 1T 8P Hard Tail End Dump Articulating Off- Road Power Equipment Operators- Equipment 45 Yards. & Yakima Underground Sewer & Water Over $50.39 5D 1T 8P Hard Tail End Dump Articulating Off -road Power Equipment Operators- Equipment Under 45 Yakima Underground Sewer & Water Yards $49.90 5D 1T 8P Power Equipment Operators- Horizontal /directional Yakima Underground Sewer & Water Drill Locator $49.48 5D 1T 8P Power Equipment Operators- Horizontal /directional Yakima Underground Sewer & Water Drill Operator $49.90 5D 1T 8P Power Equipment Operators- Hydralifts /boom Trucks Yakima Underground Sewer & Water Over 10 Tons $49.48 5D 1T 8P Power Equipment Operators- Hydralifts /boom Trucks, Yakima Underground Sewer & Water 10 Tons And Under $47.12 5D 1T 8P Power Equipment Operators- Loader, Overhead 8 Yakima Underground Sewer & Water Yards. & Over $50.94 5D 1T 8P Loader, Overhead, 6 Power Equipment Operators- Yards. But Not Yakima Underground Sewer & Water Including 8 Yards $50.39 5D 1T 8P Power Equipment Operators- Loaders, Overhead Yakima Underground Sewer & Water Under 6 Yards $49.90 5D 1T 8P Power Equipment Operators - Yakima Underground Sewer & Water Loaders, Plant Feed $49.90 5D 1T 8P Power Equipment Operators- Loaders: Elevating Yakima Underground Sewer & Water Type Belt $49.48 5D 1T 8P Power Equipment Operators - Yakima Underground Sewer & Water Locomotives, All $49.90 5D 1T 8P Power Equipment Operators- Material Transfer Yakima Underground Sewer & Water Device $49.90 5D 1T 8P Mechanics, All Power Equipment Operators- (leadmen - $0.50 Per Yakima Underground Sewer & Water Hour Over Mechanic) $50.94 5D 1T 8P Asbestos Abatement Yakima Workers Journey Level $17.83 1 Power Equipment Operators- Motor Patrol Grader - Yakima Underground Sewer & Water Non - finishing $49.48 5D IT 8P Power Equipment Operators- Motor Patrol Graders, Yakima Underground Sewer & Water Finishing $50.39 5D IT 8P Mucking Machine, Mole, Tunnel Drill, Power Equipment Operators- Boring, Road Header Yakima Underground Sewer & Water And /or Shield $50.39 5D IT 8P Oil Distributors, Blower Power Equipment Operators- Distribution & Mulch Yakima Underground Sewer & Water Seeding Operator $47.12 5D IT 8P Outside Hoists (elevators And Power Equipment Operators- Manlifts), Air Yakima Underground Sewer & Water Tuggers,strato $49.48 5D IT 8P Overhead, Bridge Type Power Equipment Operators- Crane: 20 Tons Yakima Underground Sewer & Water Through 44 Tons $49.90 5D IT 8P Overhead, Bridge Power Equipment Operators- Type: 100 Tons And Yakima Underground Sewer & Water Over $50.94 5D IT 8P Overhead, Bridge Power Equipment Operators- Type: 45 Tons Through Yakima Underground Sewer & Water 99 Tons $50.39 5D IT 8P Power Equipment Operators - Yakima Underground Sewer & Water Pavement Breaker $47.12 5D IT 8P Power Equipment Operators- Pile Driver (other Than Yakima Underground Sewer & Water Crane Mount) $49.90 5D IT 8P Power Equipment Operators- Plant Oiler - Asphalt, Yakima Underground Sewer & Water Crusher $49.48 5D IT 8P Power Equipment Operators- Posthole Digger, Yakima Underground Sewer & Water Mechanical $47.12 5D IT 8P Power Equipment Operators - Yakima Underground Sewer & Water Power Plant $47.12 5D IT 8P Power Equipment Operators - Yakima Underground Sewer & Water Pumps - Water $47.12 5D IT 8P Power Equipment Operators- Quad 9, Hd 41, D10 Yakima Underground Sewer & Water And Over $50.39 j 5D I IT I 8P Asbestos Abatement Yakima lWorkers Journey Level $17.83 1 Quick Tower - No Cab, Power Equipment Operators- Under 100 Feet In Yakima Underground Sewer & Water Height Based To Boom $47.12 5D 1T 8P Remote Control Operator On Rubber Power Equipment Operators- Tired Earth Moving Yakima Underground Sewer & Water Equipment $50.39 5D 1T 8P Power Equipment Operators - Yakima Underground Sewer & Water Rigger And Bellman $47.12 5D 1T 8P Power Equipment Operators - Yakima Underground Sewer & Water Rollagon $50.39 5D 1T 8P Power Equipment Operators- Roller, Other Than Yakima Underground Sewer & Water Plant Mix $47.12 5D 1T 8P Power Equipment Operators- Roller, Plant Mix Or Yakima Underground Sewer & Water Multi -lift Materials $49.48 5D 1T 8P Power Equipment Operators - Yakima Underground Sewer & Water Roto -mill, Roto - grinder $49.90 5D 1T 8P Power Equipment Operators - Yakima Underground Sewer & Water Saws - Concrete $49.48 5D 1T 8P Power Equipment Operators- Scraper, Self Propelled Yakima Underground Sewer & Water Under 45 Yards $49.90 5D 1T 8P Power Equipment Operators- Scrapers - Concrete & Yakima Underground Sewer & Water Carry All $49.48 5D 1 T 8P Scrapers, Self - Power Equipment Operators- propelled: 45 Yards Yakima Underground Sewer & Water And Over $50.39 5D 1T 8P Power Equipment Operators- Service Engineers - Yakima Underground Sewer & Water Equipment $49.48 5D 1T 8P Power Equipment Operators- Shotcrete /gunite Yakima Underground Sewer & Water Equipment $47.12 5D 1T 8P Shovel , Excavator, Power Equipment Operators- Backhoe, Tractors Yakima Underground Sewer & Water Under 15 Metric Tons. $49.48 5D 1T 8P Shovel, Excavator, Backhoe: Over 30 Power Equipment Operators- Metric Tons To 50 Yakima Underground Sewer & Water Metric Tons $50.39 5D 1 T 8P Asbestos Abatement Yakima Workers Journey Level $17.83 1 Shovel, Excavator, Power Equipment Operators- Backhoes, Tractors: 15 Yakima Underground Sewer & Water To 30 Metric Tons $49.90 5D 1T 8P Shovel, Excavator, Backhoes: Over 50 Power Equipment Operators- Metric Tons To 90 Yakima Underground Sewer & Water Metric Tons $50.94 5D 1T 8P Shovel, Excavator, Power Equipment Operators- Backhoes: Over 90 Yakima Underground Sewer & Water Metric Tons $51.51 5D 1T 8P Power Equipment Operators - Yakima Underground Sewer & Water Slipform Pavers $50.39 5D 1T 8P - Power Equipment Operators- Spreader, Topsider & Yakima Underground Sewer & Water Screedman $50.39 5D 1T 8P Power Equipment Operators - Yakima Underground Sewer & Water Subgrader Trimmer $49.90 5D 1T 8P Power Equipment Operators- Tower Bucket Yakima Underground Sewer & Water Elevators $49.48 5D 1T 8P Tower Crane Over Power Equipment Operators- 175'in Height, Base To Yakima Underground Sewer & Water Boom $51.51 5D 1T 8P Tower Crane Up To Power Equipment Operators- 175' In Height Base To Yakima Underground Sewer & Water Boom $50.94 5D 1T 8P Power Equipment Operators- Transporters, All Track Yakima Underground Sewer & Water Or Truck Type $50.39 5D 1T 8P Power Equipment Operators - Yakima Underground Sewer & Water Trenching Machines $49.48 5D 1T 8P Truck Crane Power Equipment Operators- Oiler /driver - 100 Tons Yakima Underground Sewer & Water And Over $49.90 5D 1T 8P Truck Crane Power Equipment Operators- Oiler /driver Under 100 Yakima Underground Sewer & Water Tons $49.48 5D 1T 8P Power Equipment Operators- Truck Mount Portable Yakima Underground Sewer & Water Conveyor $49.90 5D 1T 8P Power Equipment Operators - Yakima Underground Sewer & Water Welder $50.39 5D 1T 8P Power Equipment Operators- Wheel Tractors, Yakima Underground Sewer & Water Farmall Type $47.12 5D 1T. 8P Yakima Asbestos Abatement lWorkers Journey Level $17.83 1 Yakima Power Equipment Operators - Underground Sewer & Water Yo Yo Pay Dozer $49.90 5D 1T 8P Yakima Power Line Clearance Tree Trimmers Journey Level In Charge $40.79 5A 4A Yakima Power Line Clearance Tree Trimmers Spray Person $38.73 5A 4A Yakima Power Line Clearance Tree Trimmers Tree Equipment Operator $40.79 5A 4A Yakima Power Line Clearance Tree Trimmers Tree Trimmer $36.50 5A 4A Yakima Power Line Clearance Tree Trimmers Tree Trimmer Groundperson $27.55 5A 4A Yakima Refrigeration & 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 $17.00 1 Yakima Residential Electricians Journey Level $21.98 1 Yakima Residential Glaziers Journey Level $22.43 61 1 B 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 & Pipefitters Journey Level $20.55 1 Yakima Residential Refrigeration & Air Conditioning Mechanics Journey Level $28.11 1 Yakima Residential Sheet Metal Workers Journey Level $34.85 5A 1X Yakima Residential Soft Floor Layers Journey Level $17.55 1 Yakima Residential Sprinkler Fitters (Fire Protection) Journey Level $8.55 1 Yakima Residential Stone Masons Journey Level $16.00 1 Yakima Residential Terrazzo Workers Journey Level $8.55 1 Yakima Residential Terrazzo/Tile Finishers Journey Level $17.00 1 Yakima Residential Tile Setters Journey Level $16.78 1 Yakima Roofers Journey Level $12.00 1 Yakima Sheet Metal Workers Journey Level $48.61 5A 1X Yakima Shipbuilding & Ship Repair IJourney Level $8.55 1 Yakima Sign Makers & Installers (Electrical) Journey Level $14.65 1 1 u Asbestos Abatement Yakima Workers Journey Level $17.83 1 Sign Makers & Installers (Non Yakima Electrical) Journey Level $14.65 1 Yakima Soft Floor Layers Journey Level $23.11 5A 1 N Yakima Solar Controls For Windows Journey Level $8.55 1 Sprinkler Fitters (Fire Yakima Protection) Journey Level $26.36 1 Stage Rigging Mechanics Yakima (Non Structural) Journey Level $13.23 1 Yakima Stone Masons Journey Level $40.03 5A 1 M Street And Parking Lot Yakima Sweeper Workers Journey Level $8.55 1 Yakima Surveyors Chain Person $9.25 1 Yakima Surveyors Instrument Person $12.05 1 Yakima Surveyors Party Chief $15.05 1 Telecommunication Yakima Technicians Journey Level $20.00 1 Telephone Line Construction Yakima Outside Cable Splicer $32.27 5A 2B Telephone Line Construction - Hole Digger /Ground Yakima Outside Person $18.10 5A 2B Telephone Line Construction - Yakima Outside Installer (Repairer) $30.94 5A 2B Telephone Line Construction Special Aparatus Yakima Outside Installer 1 $32.27 5A 2B Telephone Line Construction - Special Apparatus Yakima Outside Installer II $31.62 5A 2B Telephone Line Construction - Telephone Equipment Yakima Outside Operator (Heavy) $32.27 5A 2B Telephone Line Construction - Telephone Equipment Yakima Outside Operator (Light) $30.02 5A 2B Telephone Line Construction - Yakima Outside Telephone Lineperson $30.02 5A 2B Telephone Line Construction - Television Yakima Outside Groundperson $17.18 5A 2B Telephone Line Construction - Television Yakima Outside Lineperson /Installer $22.73 5A 2B Telephone Line Construction Television System Yakima Outside Technician $27.09 5A 2B Telephone Line Construction - Yakima Outside Television Technician $24.35 5A 2B Telephone Line Construction - Yakima Outside Tree Trimmer $30.02 5A 2B Yakima Terrazzo Workers Journey Level $31.90 5A 1 M Yakima Tile Setters Journey Level $31.90 5A 1 M Tile, Marble & Terrazzo Yakima Finishers Journey Level $27.82 5A 1 M Yakima Traffic Control Stripers Journey Level $38.90 5A 1 K Yakima Truck Drivers Asphalt Mix $14.19 1 Asbestos Abatement Yakima Workers Journey Level $17.83 1 Dump Truck & Yakima Truck Drivers Trailer(c.wa -760) $36.16 61 2G Yakima Truck Drivers Dump Truck(c.wa -760) $36.16 61 2G Yakima Truck Drivers Mixer Trucks $36.16 61 2G Other Trucks(c.wa- Yakima Truck Drivers 760) $36.16 61 2G Well Drillers & Irrigation Irrigation Pump Yakima Pump Installers Installer $25.44 1 Well Drillers & Irrigation Yakima Pump Installers Oiler $9.20 1 Well Drillers & Irrigation Yakima Pump Installers Well Driller $18.00 1 BENEFIT CODE KEY - EFFECTIVE 09 -01 -2010 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. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. A. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. C. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. D. THE FIRST TWO (2) HOURS BEFORE OR AFTER A FIVE - EIGHT (8) HOUR WORKWEEK DAY OR A FOUR - TEN (10) HOUR WORKWEEK DAY AND THE FIRST EIGHT (8) HOURS WORKED THE NEXT DAY AFTER EITHER WORKWEEK SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL ADDITIONAL HOURS WORKED AND ALL WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. E. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER HOURS WORKED MONDAY THROUGH SATURDAY, AND ALL HOURS WORKED ON 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 TI- IROUGH 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 TI- IROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. J. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED OVER TEN (10) HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. K. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. L. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. M. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. N. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. O. THE FIRST TEN (10) HOURS WORKED ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS, HOLIDAYS AND AFTER TWELVE (12) HOURS, MONDAY THROUGH FRIDAY, AND AFTER TEN (10) HOURS ON SATURDAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. 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. 2. BENEFIT CODE KEY - EFFECTIVE 09 -01 -2010 -2- 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. WORK PERFORMED IN EXCESS OF EIGHT (8) HOURS OF STRAIGHT TIME PER DAY, OR TEN (10) HOURS OF STRAIGHT TIME PER DAY WHEN FOUR TEN (10) HOUR SHIFTS ARE ESTABLISHED, OR FORTY (40) HOURS OF STRAIGHT TIME PER WEEK, MONDAY THROUGH FRIDAY, OR OUTSIDE THE NORMAL SHIFT, AND ALL WORK ON SATURDAYS SHALL BE PAID AT TIME AND ONE -HALF THE STRAIGHT TIME RATE. HOURS WORKED OVER TWELVE HOURS (12) IN A SINGLE SHIFT AND ALL WORK PERFORMED AFTER 6:00 PM SATURDAY TO 6:00 AM MONDAY AND HOLIDAYS SHALL BE PAID AT DOUBLE THE STRAIGHT TIME RATE OF PAY. THE EMPLOYER SHALL HAVE THE SOLE DISCRETION TO ASSIGN OVERTIME WORK TO EMPLOYEES. PRIMARY CONSIDERATION FOR OVERTIME WORK SHALL BE GIVEN TO EMPLOYEES REGULARLY ASSIGNED TO THE WORK TO BE PERFORMED ON OVERTIME SITUATIONS. AFTER AN EMPLOYEE HAS WORKED EIGHT (8) HOURS AT AN APPLICABLE OVERTIME RATE, ALL ADDITIONAL FLOURS SHALL BE AT THE APPLICABLE OVERTIME RATE UNTIL SUCH TIME AS THE EMPLOYEE HAS HAD A BREAK OF EIGHT (8) HOURS OR MORE. U. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. V. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT THANKSGIVING DAY AND CHRISTMAS DAY) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON THANKSGIVING DAY AND CHRISTMAS DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. W. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS (EXCEPT MAKE -UP DAYS DUE TO CONDITIONS BEYOND THE CONTROL OF THE EMPLOYER)) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE Of- WAGE. X. THE FIRST FOUR (4) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TWELVE (12) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF 'TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED OVER TWELVE (12) HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND 1- I01-IDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE Ol� WAGE. WHEN 1- I01-IDAY FALLS ON SATURDAY OR SUNDAY, THE DAY BEFORE SATURDAY, FRIDAY, AND THE DAY AFTER SUNDAY, MONDAY, SHALL BE CONSIDERED THE HOLIDAY AND ALL WORK PERFORMED SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. Y. ALL HOURS WORKED OUTSIDE THE HOURS OF 5:00 AM AND 5:00 PM (OR SUCH OTHER HOURS AS MAY BE AGREED UPON BY ANY EMPLOYER AND THE EMPLOYEE) AND ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY (10 HOURS PER DAY FOR A 4 X 10 WORKWEEK) AND ON SATURDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. (EXCEPT FOR EMPLOYEES WHO ARE ABSENT FROM WORK WITHOUT PRIOR APROVAL ON A SCHEDULED WORKDAY DURING THE WORKWEEK SHALL BE PAID AT THE STRAIGHT -TIME RATE UNTIL THEY HAVE WORKED 8 HOURS IN A DAY (10 IN A 4 X 10 WORKWEEK) OR 40 HOURS DURING THAT WORKWEEK.) ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS AND LABOR DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. 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. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. A. THE FIRST SIX (6) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF SIX (6) HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. BENEFIT CODE KEY - EFFECTIVE 09 -01 -2010 -3- D. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT STRAIGHT TIME IN ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. E. ALL HOURS WORKED ON SATURDAYS OR HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS OR ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. F. THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT THE STRAIGHT HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ' G. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE -HALF TIMES THE HOURLY RATE OF WAGE INCLUDING HOLIDAY PAY. ' H. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. 2. I. ALL HOURS WORKED ON SATURDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE- HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. J. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS ' WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE -HALF TIMES THE HOURLY RATE OF WAGE, INCLUDING THE HOLIDAY PAY. ALL HOURS WORKED ON UNPAID HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ' K. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY. L. ALL HOURS WORKED ON SATURDAYS (OR ON THE REGULAR DAY OFF DURING A WORKWEEK OTHER THAN t MONDAY THROUGH FRIDAY) AND HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE, EXCEPT LABOR DAY WHICH SHALL BE PAID AT DOUBLE THE HOURLY RATE. ALL HOURS WORKED MONDAY THROUG14 SATURDAY OVER TWELVE (12) FLOURS AND ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ' M. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. O. ALL FLOURS WORKED ON SUNDAYS AND 1- I01-IDAYS SHALL BE PAID ATONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. P. THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF ' WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT 8) HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. Q. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ' R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS AND ALL ]-TOURS WORKED OVER SIXTY (60) IN ONE WEEK SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. S. 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, EXCEPT THE DAY AFTER THANKSGIVING, THE DAY AFTER CHRISTMAS AND A FLOATING HOLIDAY, WHICH SHALL BE PAID AT THE STRAIGHT TIME RATE IF WORKED, IN ADDITION TO HOLIDAY PAY. ' T. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO AND ONE -HALF TIMES THE HOURLY RATE OF PAY, AND THIS RATE SHALL INCLUDE HOLIDAY PAY. 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. ' V. ALL HOURS WORKED ON SATURDAYS AND ON MAKE -UP 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. 1 4A. BENEFIT CODE KEY - EFFECTIVE 09 -01 -2010 -4- 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. X. ALL HOURS WORKED MONDAY THROUGH FRIDAY BETWEEN THE HOURS OF 6:00 P.M. AND 6:00 A.M. AND ALL HOURS 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. 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). E. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, PRESIDENTIAL ELECTION DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). F. HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (11). G. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7). H. HOLIDAYS: NEW YEAR'S DAY, MEMMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, AND CHRISTMAS (6). L 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). M. HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS AND CHRISTMAS DAY (9). N. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (9). P. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (9). IF A HOLIDAY FALLS ON SUNDAY, THE FOLLOWING MONDAY SHALL BE CONSIDERED AS A HOLIDAY. I u 1 BENEFIT CODE KEY - EFFECTIVE 09 -01 -2010 -5- PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6). 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). 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). U. PAID HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (8). V. PAID HOLIDAYS: SIX (6) PAID HOLIDAYS. W. PAID HOLIDAYS: NINE (9) PAID HOLIDAYS. X. HOLIDAYS: AFTER 520 HOURS - NEW YEAR'S DAY, THANKSGIVING DAY AND CHRISTMAS DAY. AFTER 2080 HOURS - NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, CHRISTMAS DAY AND A FLOATING HOLIDAY (8). Y. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, PRESIDENTIAL ELECTION DAY, THANKSGIVING DAY, THE FRIDAY FOLLOWING THANKSGIVING DAY, AND CHRISTMAS DAY (8). Z. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). A. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). B. PAID HOLIDAYS: NEW YEAR'S EVE DAY, NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS EVE'S DAY, AND CHRISTMAS DAY (9). C. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (9). D. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY BEFORE OR THE DAY AFTER CHRISTMAS DAY (9). E. PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND A HALF -DAY ON CHRISTMAS EVE DAY. (9 1/2). F. PAID HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (11). 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). J. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY AFTER CHRISTMAS, AND A FLOATING HOLIDAY (9). L. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY. (8) Q. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY (8). UNPAID HOLIDAY_ PRESIDENTS' DAY. BENEFIT CODE KEY - EFFECTIVE 09 -01 -2010 -6- T. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (9). U. HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS DAY, CHRISTMAS DAY (9). V. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, CHRISTMAS DAY, AND ONE DAY OF THE EMPLOYEE'S CHOICE (9). W. PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, DAY BEFORE OR AFTER CHRISTMAS DAY (10). X. PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, DAY BEFORE OR AFTER CHRISTMAS DAY, EMPLOYEE'S BIRTHDAY (11). Y. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND A FLOATING HOLIDAY (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 SA'T'URDAY, THE PRECEDING FRIDAY SHALL BE CONSIDERED AS THE HOLIDAY. IF A HOLIDAY FALLS ON SUNDAY, THE FOLLOWING MONDAY SHALL BE CONSIDERED AS THE HOLIDAY. NOTE CODES 8. A. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE: OVER 50' TO 100'- $2.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100' TO 150'- $3.00 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 150' TO 220'- $4.00 PER FOOT FOR EACH FOOT OVER 150 FE-E-T OVER 220'- $5.00 PER FOOT FOR EACH P001' OVER 220 FEET C. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEP "TI-I PREMIUMS APPLY TO DEPTI-fS OF FIFTY FEET OR MORE: OVER 50' TO 100'- $1.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100" I'O 150'- SI 50 PER FOOT FOR [ACI I P00'1' OVER 100 I GE "i OVER 150-1-0 200'- $2.00 PER FOOT FOR EACH F00T O \ %ER 150 FEET OVER 200'- DIVERS MAY NAME THEIR OWN PRICE D. WORKERS WORKING WITH SUPPLIED AIR ON FIA /_MAT PROJECT'S 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 FIAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS: LEVELS A & B: $1.00, LEVELS C & D: $0.50. N. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A: $1.00, LEVEL B: $0.75, LEVEL C: $0.50, AND LEVEL. D: $0.25 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. Washington State Department of Labor and Industries Policy Statement (Regarding the Production of "Standard" or "Non- standard" Items) Below is the department's (State L &I's) list of criteria to be used in determining whether a prefabricated item is "standard" or "non- standard ". For items not appearing on WSDOT's predetermined list, these criteria shall be used by the Contractor (and the Contractor's subcontractors, agents to subcontractors, suppliers, manufacturers, and fabricators) to determine coverage under RCW 39.12. The production, in the State of Washington, of non- standard items is covered by RCW 39.12, and the production of standard items is not. The production of any item outside the State of Washington is not covered by RCW 39.12. 1. Is the item fabricated for a public works project? If not, it is not subject to RCW 39.12. If it is, go to question 2. 2. Is the item fabricated on the public works jobsite? If it is, the work is covered under RCW 39.12. If not, go to question 3. 3. Is the item fabricated in an assembly /fabrication plant set up for, and dedicated primarily to, the public works project? If it is, the work is covered by RCW 39.12. If not, go to question 4. 4. Does the item require any assembly, cutting, modification or other fabrication by the supplier? If not, the work is not covered by RCW 39.12. If yes, go to question 5. 5. Is the prefabricated item intended for the public works project typically an inventory item which could reasonably be sold on the general market? If not, the work is covered by RCW 39.12. If yes, go to question 6. 6. Does the specific prefabricated item, generally defined as standard, have any unusual characteristics such as shape, type of material, strength requirements, finish, etc? If yes, the work is covered under RCW 39.12. Any firm with questions regarding the policy, WSDOT's Predetermined List, or 'for determinations of covered and non - covered workers shall be directed to State L &I at (360) 902 -5330. Supplemental to Wage Rates 09/01/2010 Edition, Published August, 2010 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 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 -- -_f r- ames - -(- r - n- gs-- - -) - - - and - co- vers, circular grates, and prefabricated ladders for Manhole Types 1, 2, and 3, Drywell Types 1, 2, and 3 and Catch Basin Type 2. See Std. Plans 3. Prefabricated steel grate supports and welded grates, metal frames and dual vaned grates, and Type 1, 2, and 3 structural tubing grates for Drop Inlets. See Std. Plans. 4. Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes smaller than 60 inch diameter. 5. Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes larger than 60 inch diameter. 6. Corrugated Steel Pipe - Steel lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in diameter. May also be treated, 1 thru 5. YES NO X X X 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 09/01/2010 Edition, Published August, 2010 2 u WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION YES NO 8. Anchor Bolts & Nuts - Anchor Bolts and Nuts, for mounting sign structures, luminaries and other items, shall be j made from commercial bolt stock. X See Contract Plans 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 j 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 Piling -- Precast - Prestressed concrete piling for use as 55 and 70 ton concrete piling. Concrete to conform to Section 9 -19.1 of Std. Spec.. X 14. Precast Manhole Types 1,2, and 3 with cones, adjustment 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 i With adjustment sections. See Std. Plans. X ! Supplemental to Wage Rates 3 09/01/2010 Edition, Published August, 2010 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION 17. PrecautConcrete|nhd- vvithaduntmentaecUono. See Std. Plans 18. Precast Drop Inlet Type 1 and 2with metal grate supports. See Std. Plans. YES NO \ | 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 _uCility Vaults- - -Precast- Con-c rele 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. Va6lt-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. Fabrication at other locations may be approved, after facilities inspection, contact HQ. Lab. 26. Wall ast Concrete Walls - tilt-up panel in size and shape as shown in Plans. Fabrication plant has annual approval for methods and materials to be used Supplemental to Wage Rates 4 09/01/2010 Edition, Published August, 2O1U WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION YES NO 27. Precast Railroad Crossings - Concrete Crossing Structure X Slabs. 28. 12, 18 and 26 inch Standard Precast Prestressed Girder — Standard Precast Prestressed Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to X casting girders. See Std. Spec. Section 6- 02.3(25)A 29. Prestressed Concrete Girder Series 4 -14 - Prestressed Concrete j 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 Hollow -Core Slab — Precast Prestressed Hollow -core slab for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to 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 j 33. Monument Case and Cover X See Std. Plan. Supplemental to Wage Rates 09/01/2010 Edition, Published August, 2010 W WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION YES NO 34. Cantilever Sign Structure - Cantilever Sign Structure fabricated from steel tubing meeting AASHTO -M -183. See Std. Plans, and Contract Plans for details. The steel structure 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 approval are required prior to fabrication. 36. Steel Sign Bridges - Steel Sign Bridges fabricated from steel tubing meeting AASHTO -M -138 for Aluminum Alloys. See Std. Plans, and Contract Plans for details. The steel structure 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 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 X to conform with methods and material as specified on Std. Plans. See Special Provisions for pre- approved drawings 41. Precast Concrete Sloped Mountable Curb (Single and DualFaced) X See Std. Plans. Supplemental to Wage Rates 6 09/01/2010 Edition, Published August, 2010 1 1 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION YES NO 42. Traffic Signs - Prior to approval of a Fabricator of Traffic Signs, the sources of the following materials must be submitted and approved for reflective sheeting, legend material, and aluminum j sheeting. X X I NOTE: * ** Fabrication inspection required. Only signs tagged "Fabrication Approved" by WSDOT Sign Fabrication Inspector to be installed Custom Std Signing Message Messag I 43. Cutting & bending reinforcing steel X 44. Guardrail components X X - -- - - - - -- - - - - -- - -- - - - -- - ---------- Custom - - - - -= Standard End Sec Sec 45. Aggregates /Concrete mixes Covered by WAC 296 - 127 -018 46. Asphalt Covered by WAC 296- 127 -018 47. Fiber fabrics X 48. Electrical wiring /components X i 49. treated or untreated timber pile X 50. Girder pads (elastomeric bearing) X 51. Standard Dimension lumber X i 52. Irrigation components X ' Supplemental to Wage Rates 7 09/01/2010 Edition, Published August, 2010 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION YES NO 53. Fencing materials X 54. Guide Posts X 55. Traffic Buttons X 56. Epoxy X 57. Cribbing X 58. Water distribution materials X 59. Steel "H" piles X 60. Steel pipe for concrete pile casings X 61. Steel pile tips, standard )( 62. Steel pile tips, custom Supplemental to Wage Rates 8 09/01/2010 Edition, Published August, 2010 ' Supplemental to Wage Rates 9 09/01/2010 Edition, Published August, 2010 State of Washington ' Department of Labor and Industries Prevailing Wage Section - Telephone (360) 902 - PO Box 44540, Olympia, WA 98504 -4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe ' benefits. On public works projects, workers' wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements is provided on the Benefit Code Key. ' METAL FABRICATION (IN SHOP) EFFECTIVE 09/01/2010 ' (See Benefit Code Key) Classification Code Prevailing Overtime Holiday Wage Code Code ' Counties Covered: ADAMS, ASOTIN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, KITTITAS LINCOLN, OKANOGAN, PEND ORIELLE, STEVENS, WALLA WALLA AND WHITMAN FITTER/WELDER $12.76 1 LABORER $8.55 1 MACHINE OPERATOR $12.66 1 ' PAINTER $10.20 1 Counties Covered: ' BENTON MACHINE OPERATOR $10.53 1 PAINTER $9.76 1 ' WELDER $16.70 1 1 Counties Covered: ' CHELAN FITTER $15.04 1 LABORER $9.54 1 MACHINE OPERATOR $9.71 1 t PAINTER $9.93 1 WELDER $12.24 1 ' Counties Covered: CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, LEWIS, MASON, PACIFIC SAN JUAN AND SKAGIT ' FITTER/WELDER $15.16 1 LABORER $11.13 1 MACHINE OPERATOR $10.66 1 PAINTER $11.41 1 ' Supplemental to Wage Rates 9 09/01/2010 Edition, Published August, 2010 METAL FABRICATION (IN SHOP) EFFECTIVE 09/01/2010 (See Benefit Code Key) Classification Code Prevailing Overtime Holiday Waqe Code Code FITTER LABORER LAYEROUT MACHINE OPERATOR PAINTER WELDER MACHINE OPERATOR FITTER WELDER FITTER/WELDER PAINTER FITTER LABORER MACHINE OPERATOR PAINTER WELDER FITTER LABORER MACHINE OPERATOR WELDER Counties Covered: CLARK $27.49 $19.21 $28.77 $28.77 $25.31 $26.89 Counties Covered: COWLITZ $25.33 $25.33 $25.33 Counties Covered: GRANT $10.79 $8.55 Counties Covered: KING $15.86 $9.78 $13.04 $11.10 $15.48 Counties Covered: KITSAP $26.96 $8.55 $13.83 $13.83 1E 1E 1E 1E 1E 1E 1B 1B 1B I I 6H 6H 6H 6H 6H 6H Supplemental to Wage Rates 10 09/01/2010 Edition, Published August, 2010 Supplemental to Wage Rates 11 09/01/2010 Edition, Published August, 2010 METAL FABRICATION (IN SHOP) EFFECTIVE 09/01/2010 (See Benefit Code Key) Classification Code Prevailing Overtime Holiday Wage Code Code Counties Covered: KLICKITAT, SKAMANIA, WAHKIAKUM FITTER/WELDER $16.99 1 LABORER $10.44 1 MACHINE OPERATOR $17.21 1 PAINTER $17.03 1 Counties Covered: PIERCE FITTER $15.25 1 LABORER $10.32 1 MACHINE OPERATOR $13.98 1 WELDER $13.98 1 Counties Covered: SNOHOMISH FITTER/WELDER $15.38 1 LABORER $9.79 1 MACHINE OPERATOR $8.84 1 PAINTER $9.98 1 Counties Covered: SPOKANE FITTER $12.59 1 LABORER $8.55 1 MACHINE OPERATOR $13.26 1 PAINTER $10.27 1 WELDER $10.80 1 Supplemental to Wage Rates 11 09/01/2010 Edition, Published August, 2010 METAL FABRICATION (IN SHOP) EFFECTIVE 09/0112010 (See Benefit Code Key) Classification Code Prevailing Overtime Holiday Waqe Code Code Supplemental to Wage Rates 12 09/01/2010 Edition, Published August, 2010 Counties Covered: THURSTON FITTER $27.10 2U 6T LABORER $16.91 21-1 6T LAYEROUT $30.63 2U 6T MACHINE OPERATOR $20.86 2U 6T WELDER $24.74 21-1 6T Counties Covered: WHATCOM FITTER/WELDER $13.81 1 LABORER $9.00 1 MACHINE OPERATOR $13.81 1 Counties Covered: YAKIMA FITTER $12.00 1 LABORER $10.31 1 MACHINE OPERATOR $11.32 1 PAINTER $12.00 1 WELDER $11 32 1 Supplemental to Wage Rates 12 09/01/2010 Edition, Published August, 2010 FABRICATED PRECAST CONCRETE PRODUCTS EFFECTIVE 09/01/2010 (See Benefit Code Key) Classification Code Prevailing Overtime Holiday Wage Code Code Counties Covered: ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND OREILLE, STEVENS, WALLA WALLA AND WHITMAN ALL CLASSIFICATIONS $9.96 1 Counties Covered: CHELAN, KITTITAS, KLICKITAT AND SKAMANIA ALL CLASSIFICATIONS 8.61 1 Counties Covered: CLALLAM, CLARK, COWLITZ, GRAYS HARBOR, ISLAND, JEFFERSON, KITSAP,LEWIS, MASON, PACIFIC, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WAHKIAKUM ALL CLASSIFICATIONS $13.50 1 Counties Covered: FRANKLIN ALL CLASSIFICATIONS $11.50 1 Counties Covered: KING ALL CLASSIFICATIONS $13.60 2K 513 Counties Covered: PIERCE ALL CLASSIFICATIONS $9.28 1 Counties Covered: SPOKANE ALL CLASSIFICATIONS $20.23 1 Counties Covered: WHATCOM ALL CLASSIFICATIONS $13.67 1 Counties Covered: YAKIMA CRAFTSMAN $8.72 1 LABORER $8.55 1 Supplemental to Wage Rates 09/01/2010 Edition, Published August, 2010 1 13 WSDOT's List of State Occupations not applicable to Heavy and Highway Construction Projects This project is subject to the state hourly minimum rates for wages and fringe benefits in the contract provisions, as provided by the state Department of Labor and Industries. The following list of occupations, is comprised of those occupations that are not normally used in the construction of heavy and highway projects. When considering job classifications for use and / or payment when bidding on, or building heavy and highway construction projects for, or administered by WSDOT, these Occupations will be excepted from the included "Washington State Prevailing Wage Rates For Public Work Contracts" documents. • Electrical Fixture Maintenance Workers • Electricians - Motor Shop • Heating Equipment Mechanics • Industrial Engine and Machine Mechanics • Industrial Power Vacuum Cleaners • Inspection, Cleaning, Sealing of Water Systems by Remote Control • Laborers - Underground Sewer & Water • Machinists (Hydroelectric Site Work) • Modular Buildings • Playground & Park Equipment Installers • Power Equipment Operators - Underground Sewer & Water • Residential * ** ALL ASSOCIATED RATES * ** • Sign Makers and Installers (Non - Electrical) • Sign Makers and Installers (Electrical) • Stage Rigging Mechanics (Non Structural) The following occupations may be used only as outlined in the preceding text concerning "WSDOT's list for Suppliers - Manufacturers - Fabricators" • Fabricated Precast Concrete Products • Metal Fabrication (In Shop) Definitions for the Scope of Work for prevailing wages may be found at the Washington State Department of Labor and Industries web site and in WAC Chapter 296 -127. Supplemental to Wage Rates 14 09/01/2010 Edition, Published August, 2010 1 1 w u 1 Washington State Department of Labor and Industries Policy Statements (Regarding Production and Delivery of Gravel, Concrete, Asphalt, etc.) WAC 296- 127 -018 Agency filings affecting this section Coverage and exemptions of workers involved in the production and delivery of gravel, concrete, asphalt, or similar materials. (1) The materials covered under this section include but are not limited to: Sand, gravel, crushed rock, concrete, asphalt, or other similar materials. (2) All workers, regardless of by whom employed, are subject to the provisions of chapter 39.12 RCW when they perform any or all of the following functions: (a) They deliver or discharge any of the above - listed materials to a public works project site: (i) At one or more point(s) directly upon the location where the material will be incorporated into the project; or (ii) At multiple points at the project; or (iii) Adjacent to the location and coordinated with the incorporation of those materials. (b) They wait at or near a public works project site to perform any tasks subject to this section of the rule. (c) They remove any materials from a public works construction site pursuant to contract requirements or specifications (e.g., excavated materials, materials from demolished structures, clean -up materials, etc.). (d) They work in a materials production facility (e.g., batch plant, borrow pit, rock quarry, etc.,) which is established for a public works project for the specific, but not necessarily exclusive, purpose of supplying materials for the project. (e) They deliver concrete to a public works site regardless of the method of incorporation. (f) They assist or participate in the incorporation of any materials into the public works project. Supplemental to Wage Rates 15 09/01/2010 Edition, Published August, 2010 (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. Travel to a supply source, including travel from a public works site, to obtain materials for use on a private project would not be travel subject to the prevailing wage. (4) Workers are not subject to the provisions of chapter 39.12 RCW when they deliver materials to a stockpile. (a) A "stockpile" is defined as materials delivered to a pile located away from the site of incorporation such that the stockpiled materials must be physically moved from the stockpile and transported to another location on the project site in order to be incorporated into the project. (b) A stockpile does not include any of the functions described in subsection (2)(a) through (f) of this section; nor does a stockpile include materials delivered or distributed to multiple locations upon the project site; nor does a stockpile include materials dumped at the place of incorporation, or adjacent to the location and coordinated with the incorporation. (5) The applicable prevailing wage rate shall be determined by the locality in which the work is performed. Workers subject to subsection (2)(d) of this section, who produce such materials at an off -site facility shall be paid the applicable prevailing wage rates for the county in which the off -site facility is located. Workers subject to subsection (2) of this section, who deliver such materials to a public works project site shall be paid the applicable prevailing wage rates for the county in which the public works project is located. [Statutory Authority: Chapter 39.12 RCW, RCW 43.22.051 and 43.22.270. 08 -24 -101, § 296- 127 -018, filed 12/2/08, effective 1/2/09. Statutory Authority: Chapters 39.04 and 39.12 RCW and RCW 43.22.270. 92 -01 -104 and 92 -08 -101, § 296- 127 -018, filed 12/18/91 and 4/1/92, effective 8/31/92.] Supplemental to Wage Rates 16 09/01/2010 Edition, Published August, 2010 PROPOSAL Proposal Form Item Proposal Bid Sheet Bid Bond Form Non - Collusion Declaration Non - Discrimination Provision Subcontractor List Women and Minority Business Enterprise Policy Council Resolution Affirmative Action Plan Bidders Certification Subcontractors Certification Proposal Signature Sheet Bidders Check List PROPOSAL To the City Clerk Yakima, Washington This certifies that the undersigned has examined the location of: City of Yakima South 16th Ave. Grind & Overlay Washington Ave. Vicinity to Nob Hill Blvd. City Project No. 2270 and that the plans, specifications and contract governing the work embraced in this improvement, and the method by which payment will be made for said work, is understood. The undersigned hereby proposes to undertake and complete the work embraced in this improvement, or as much thereof as can be completed with the money available in accordance with the said plans, specifications and contract, and the following schedule of rates and prices. NOTE: Unit prices for all items, all extensions, and total amount of bid, shall be shown, and be written in ink or typed. Show unit prices in figures only. Figures written to the right of the dot (decimal) in the dollars column shall be considered as cents. 1 91 ITEM PROPOSAL BID SHEET ' City of Yakima South 16t" Ave. Grind & Overlay Washington Ave. Vicinity to Nob Hill Blvd. City Project No. 2270 ITEM PROPOSAL ITEM QTY UNIT UNIT PRICE AMOUNT NO. PAYMENT SECTION DOLLARS DOLLARS 1 SPCC PLAN 1 -07.15 1 LS 5cb L5 C 6b, eb 2 1-009 IZATION 1 LS 3 TRAFFIC CONTROL SUPERVISOR 1 LS 1 -10.5 O. (b. Ob 10., 4 FLAGGERS AND SPOTTERS 1,500 HR 1 -10.5 j 5 OTHER TRAFFIC CONTROL LABOR 1 -10.5 150 HR 35,Qb OD 6 CONSTRUCTION SIGNS, CLASS 'A' 300 SF 1 -10.5 7 SAW -CUT, PER INCH DEPTH 2 -02.5 350 LF �, F l 8 REMOVAL OF STRUCTURE AND OBSTRUCTIONS 1 LS , J 2 -02.5 `-1m, ob 9 PLANING BITUMINOUS PAVEMENT 8,850 SY 5 -04.5 D 10 HMA, CLASS' /2 IN. PG 64 -28 3,147 TON (1 5 -04.5 11 HMA FOR PRELEVELING, CLASS 3/8 IN. PG 64 -28 900 TON f �J 5 -04.5 6 vl 12 PAVEMENT REPAIR 5 20 SY -04.5 '� 13 CRACK SEALING 1 FA 5 -04.5 $15,000.00 15,000.00 14 ADJUST MANHOLE 7 -05.5 38 EA %; t . � q 15 ADJUST VALVE BOX 7 31 EA % q5 -09.5 16 ESC LEAD 8 -02.5 5 DAY 75; tz 3 75.Ob 16 ADJUST MONUMENT CASE 8 -13.5 1 EA _�d 5, 17 CEMENT CONC. SIDEWALK RAMP TYPE 2 8 -14.5 1 EA a32,00 18 CEMENT CONC. SIDEWALK RAMP TYPE 4A -1,1=15D [ 8 -14.5 6 EA 9a, Z Addendum #2 2 of 3 9/29/2010 19 CURB RAMP DETECTABLE WARNING SURFACE RETROFIT 8 3 EA n gD0,co Alab,(D -14.5 20 TEMPORARY PAVEMENT MARKING 16,750 LF /� �1 8 -23.5 J 1r) ` Sz 21 REPAIR OR REPLACEMENT 1 8 -30.5 FA $25,000.00 $25,000 TOTAL (�� i 5 qU IAddendum #2 3 of 3 9/29/2010 ' BID BOND FORM ' Herewith find deposit in the form of a certified check, cashiers check, cash, or bid bond in the amount of $ 5% of total which amount is not less than five percent of the total bid. ' amount bid Sign Here ' BID BOND KNOW ALL MEN BY THESE PRESENTS: That we, Columbia Asphalt & Gravel, Inc. , as principal, and RLI Insurance Company , as Surety, are held and firmly bound unto the ' City of Yakima, as Obligee, in the penal sum of five pezoa'tt of total arroLril bid Dollars, for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for South 16th Ave. Grind & Overlay , 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 29th DAY OF 201 Principal C--SAG-E 7. Kith J. Ftick, Atb=er / in-F� ' 20 Received return of deposit in the sum of $ 97 ® RLI Surety RLU P.O. Box 3967 1 Peoria, IL 61612 -3967 Phone: (800)645-2402 1 Fax: (309)689-2036 www.rlicorp.com Know All Men by These Presents: POWER OF ATTORNEY RLI Insurance Company That this Power of Attorney is not valid or in effect unless attached to the bond which it authorizes executed, but may be detached by the approving officer if desired. That RLI Insurance Company, an Illinois corporation, does hereby make, constitute and appoint: Kenneth J. Frick, Donna S. Martinez, Alex B. Hodge, Matthew Brandt, Rod Lewis jointly or severally. ' in the City of Yakima , State of Washington its true and lawful Agent and Attorney in Fact, with full power and authority hereby conferred, to sign, execute, acknowledge and deliver for and on its behalf as Surety, the following described bond. ' Any and all bonds, undertakings, and recognizances in an amount not to exceed Ten Million Dollars ($10,000,000) for any single obligation. ' The acknowledgment and execution of such bond by the said Attorney in Fact shall be as binding upon this Company as if such bond had been executed and acknowledged by the regularly elected officers of this Company. 'The RLI Insurance Company further certifies that the following is a true and exact copy of the Resolution adopted by the Board of Directors of RLI Insurance Company, and now in force to -wit: ' All bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint ' Attorneys in Fact or Agents who shall have authority to issue bonds, policies or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile." IN WITNESS WHEREOF, the RLI Insurance Company has caused these presents to be executed by its Vice President with its corporate seal affixed this 31 st day of August _ 2010 °PpNCE�6!1" OORPOggrF ' State of Illinois - S E A L SS County of Peoria On this 31st day of Auaust 2010 before me, a Notary Public, personally appeared Roy C. Die who being by me duly sworn, acknowledged that he signed the above Power of Attorney as the aforesaid officer of the RLI Insurance Company and acknowledged said instrument to be the voluntary act and deed of said corporation. 1 By: a"" ' Cherie L. Montgomery Notary Public "OFFICIAL SEAL" ? B wM CHERIE L. MONTGOMERY OF �N . � COMMISSION EXPIRES 02/02/12 RLI Insurance Company By: Roy C. Di Vice President CERTIFICATE I, the undersigned officer of RLI Insurance Company, a stock corporation of the State of Illinois, do hereby certify that the attached Power of Attorney is in full force and effect and is irrevocable; and furthermore, that the Resolution of the Company as set forth in the Power of Attorney, is now in force. In testimony whereof, I have hereunto set my hand and the seal of the RLI Insurance Company this 2Athday of September , 2010 . RLI Insurance Company By: Roy C. Di Vice President 4665729030110 A0059207 NON - COLLUSION DECLARATION I, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: 1. That the undersigned person(s), firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. 2. That by signing the signature page of this proposal, I am deemed to have signed and have agreed to the provisions of this declaration. NOTICE TO ALL BIDDERS To report bid rigging activities call: 1 - 800 -424 -9071 The U.S. Department of Transportation ( USDOT) operates the above toll -free "hotline" Monday through Friday, 8:00 a.m. to 5:00 p.m., Eastern time. Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the "hotline" to report such activities. The "hotline" is part of USDOT's continuing effort to identify and investigate highway ' construction contract fraud and abuse and is operated under the direction of the USDOT Inspector General. All information will be treated confidentially and caller anonymity will be respected. I 1 99 r] NON - DISCRIMINATION PROVISION During the performance of this contract, the contractor agrees as follows: (1) The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex or national origin. Such action shall include, but not be limited to the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. *(2) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex or national origin. *(3) The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the agency contracting officer, advising the labor union or workers' representative of the contractor's commitments under Section 202 of Executive Order No. 11246 of September 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. "(4) The contractor will comply with all provisions of Executive Order No. 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. *(5) The contractor will furnish all information and reports required by Executive Order No. 11246 of September 24, 1965, and by the rules regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. "(6) In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any such rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order No. 11246 of September 24, 1965, and such other sanctions may be imposed and remedies involved as provided in Executive Order No. 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. "(7) The contractor will include the provisions of Paragraphs (1) through (7) in every subcontract ' or purchase order unless exempted by rules, regulations, or orders 01 the Secretary of Labor issued pursuant to Section 204 of Executive Order No. 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such ' action with respect to any subcontract or purchase order as the contracting agency may direct as a means of enforcing such provisions including sanctions for noncompliance: Provided however, that in the event the contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the contracting agency, ' the contractor may request the United States to enter into such litigation to protect the interests of the United States." 1 101 1 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. 103 n Ci C RESOLUTION NO. D-4816 A RESOLUTION adopting a "Women And Minority Business Enterprise Policy" for the City of Yakima. WHEREAS, the City of Yakima is the recipient of federal and state assistance which assistance carries with it the obli- gation of contracting with Women And Minority Business Enter- prises for the performance of public works, and WHEREAS, it is the intention of the City of Yakima that Women And Minority Business Enterprises shall have the maximum practicable opportunity to participate in the performance of such public works, and WHEREAS, the City of Yakima is determined to maximize Women And Minority Business Enterprise opportunities for parti- cipation in its competitive bidding process through the adoption of the "Women And Minority Business Enterprise Policy" statement attached hereto, now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Council hereby adopts the "Women And Minority Business Enterprise Policy ", a copy of which is attached hereto and by reference made a part hereof. ADOPTED BY THE CITY COUNCIL this. U• day of 1983. ATTEST: City Clerk 105 fayor IAFFIRMATIVE ACTION PLAN ' The bidders, contractors and subcontractors will not be eligible for award of a contract under this Advertisement for Bids unless it certifies as prescribed, that it adopts the minimum goals and ' timetable of minority and women workforce utilization and specific affirmative action steps as set forth by the City of Yakima, This is directed at increasing minority and women workforce utilization by means of applying good faith efforts to carrying out such steps. ' However, no contractor or subcontractor shall be found to be in noncompliance solely on account of its failure to meet its goals within its timetables, but such contractor shall be given the opportunity to demonstrate that it has instituted all of the specific affirmative action steps specified ' by the City of Yakima, and has made every good faith effort to make these steps work toward the attainment of its goals, all to the purpose of expanding minority and women workforce utilization on all of its projects in the City of Yakima, Washington. In all cases, the compliance of a bidder, contractor or subcontractor will be determined in accordance with its respective obligations under the terms of these Bid Conditions. All bidders and all contractors and subcontractors performing or to perform work on projects ' subject to these Bid Conditions hereby agree to inform their subcontractors of their respective obligations under the terms and requirements of these Bid Conditions, including the provisions relating to goals of minority and women employment and training. Specific Affirmative Action Steps Bidders, contractors and subcontractors subject to this contract must engage in affirmative action ' directed at increasing minority and women workforce utilization, which is at least as extensive and as specific as the following steps: ' a. The contractor shall notify community organizations that the contractor has employment opportunities available and shall maintain records of the organizations' response. ' b. The contractor shall maintain a file of the names and addresses of each minority and women worker referred to him and what action was taken with respect to each such referred worker, and if the worker was not employed, the reasons therefore. If ' suchworker was not sent to the union hiring hall for referral or if such worker was not employed by the contractor, the contractor's file shall document this and the reasons therefore. ' c. The contractor shall promptly notify the City of Yakima Engineering Division an Contract Compliance Officer when the union or unions with whom the contractor has collective bargaining agreement has not referred to the contractor a minority or ' woman worker sent by the contractor or the contractor has other information that the union referral process has impeded him in his efforts to meet his goal. d. The contractor shall participate in training programs in the area, especially those funded by the Department of Labor. e. The contractor shall disseminate his EEO policy within his own organization by ' including it in any policy manual; by publicizing it in company newspapers, annual reports, etc., by conducting staff, employee and union representatives' meetings to explain and discuss the policy; by posting of the policy; and by specific review of the policy with minority employees. ' f. The contractor shall disseminate his EEO policy externally by informing and discussing it with all recruitment sources; by advertising in news media, specifically 107 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. 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. The contractor shall continually inventory and evaluate all minority and women personnel for promotion opportunities and encourage minority and women employees to seek such opportunities. m. The contractor shall make sure that seniority practices, job classifications, etc., do not have a discriminatory effect. n. The contractor shall make certain that all facilities and company activities are non- segregated. o. The contractor shall continually monitor all personnel activities to ensure that his EEO policy is being carried out. p. The contractor shall solicit bids for subcontracts from available minority and women subcontractors, engaged in the trades covered by these Bid Conditions, including circulation of minority and women contractor associations. q. Non cooperation: In the event the union is unable to provide the contractor with a reasonable flow of minority and women referrals within the time limit set forth in the collective bargaining agreements, the contractor shall, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex or national origin, making full efforts to obtain qualified and /or qualifiable minorities and women. (The U.S. Department of Labor has held that it shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority or women employees.) In the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246 and 23 CFR Part 230 as amended, and the Standard Specifications, such contractor shall immediately notify the City of Yakima Engineering Department or the City of Yakima Compliance Officer. 108 BIDDERS CERTIFICATION A bidder will not be eligible for award of a contract under this invitation for bids unless such bidder has submitted as a part of its bid the following certification, which will be deemed a part of the resulting contract., certifies that: 1. It intends to use the following listed construction trades in the work under the contract �ra.�1�r , l -4'�3'►(r,\ �D.a1 ►w. �.�f \(`Ao'�D �� �,C�i�w. 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: 1 � Q t-R` C.., ��Y� �l�l.. ► V � �t �i '�l 1 � Y1Ct and; 2. It will obtain from each of its subcontractors and submit to the contracting or administering agency prior to the award of any sub - contract under this contract the Subcontractor Certification required by these Bid Conditions. (Signature of Authorized Representative of Bidder) 109 Materially and Responsiveness The certification required to be made by the bidder pursuant to these Bid Conditions is material, and will govern the bidder's performance on the project and will be made a part of his bid. Failure ' to submit the certification will render the bid non responsive. Compliance and Enforcement Contractors are responsible for informing their subcontractor (regardless of tier) as to their respective obligations under the conditions of the contract here (as applicable). Bidders, contractors and subcontractors hereby agree to refrain from entering into any contract or contract ' modification subject to Executive Order 11246, as amended on September 24, 1965, with a contractor debarred from, or who is determined not to be a responsible' bidder for, government contracts and federally assisted construction contracts pursuant to Executive Order. The bidder, contractor or subcontractor shall carry out such sanctions and penalties for violation of the equal ' opportunity clause including suspension, termination and cancellation of existing subcontracts as may be imposed or ordered by the administering agency, the contracting agency or the Office of Federal Contract Compliance pursuant to the Executive Order. Any bidder, or contractor or ' subcontractor who shall fail to carry out such sanctions and penalties shall be deemed to be in non - compliance with these Bid Conditions and Executive Order 11246, as amended. Nothing herein is intended to relieve any contractor or subcontractor during the term of its contract on this project from compliance with Executive Order 11246, as amended, and the Equal Opportunity Clause of its contract. ' Violation of any substantial requirement in the affirmative action plan by a contractor or subcontractor covered by these Bid Conditions including the failure of such contractor or subcontractor to make a good faith effort to meet it fair share of the trade's goals of minority and women workforce utilization, and shall be grounds for imposition of the sanctions and penalties provided at Section 209 (a) of Executive Order 11246, as amended. Each agency shall review its contractors' and subcontractors' employment practices during the ' performance of the contract. If the agency determines that the affirmative action plan no longer represents effective affirmative action, it shall so notify the Office of Federal Contract Compliance which shall be solely responsible for any final determination of that question and the Consequences thereof. ' In regard to these conditions, if the contractor or subcontractor meets its goals or if the contractor or subcontractor can demonstrate that it has made every good faith effort to meet those goals, ' the contractor of the subcontractor shall be presumed to be in compliance with Executive Order 11246, as amended, the implementing regulations and its obligations under these Bid Conditions and no formal sanctions or proceedings leading toward sanctions shall be instituted unless the agency otherwise determines that the contractor or subcontractor is not providing equal ' employment opportunities. In judging whether a contractor or subcontractor has met its goals, the agency will consider each contractors or subcontractor's minority and women workforce utilization and will not take into consideration the minority and women workforce utilization of its ' subcontractors. Where the agency finds that the contractor or subcontractor has failed to comply with the requirement of Executive Order 11246, as amended, the implementing regulations and its obligations under these Bid Conditions, the agency shall take such action and impose such sanctions as may be appropriate under Executive Order and the regulations. When the agency ' proceeds with such formal action, it has the burden of proving that the contractor has not met the requirements of these Bid Conditions, but the contractor's failure to meet his goals shall shift to him the requirement to come forward with evidence to show that he has met the "good faith" ' requirements of these Bid Conditions by instituting at least the Specific Affirmative Action steps listed above and by making every good faith effort to make those steps work toward the attainment of its goals within its timetables. The pendency of such formal proceedings shall be ' 111 taken into consideration by Federal agencies in determining whether such contractor or Subcontractor can comply with the requirements of Executive Order 11246, as amended, and is therefore a "responsible prospective contractor" within the meaning of the Federal Procurement Regulations. It shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority and women employees. The procedures set forth in these conditions shall not apply to any contract when the head of the contracting or administering agency determines that such contract is essential to the national security and that its award without following such procedures is necessary to the national security. Upon making such a determination, the agency head will notify, in writing, the Director of the Office of Federal Contractor Compliance within thirty days. Requests for exemptions from these Bid Conditions must be made in writing, with justification, to the: Director Office of Federal Contractor Compliance U.S. Department of Labor Washington, D.C. 20210 and shall be forwarded through and with the endorsement of the agency head. Contractors and subcontractors must keep such records and file such reports relating to the provisions of these Bid Conditions as shall be required by the contracting or administering agency or the Office of Federal Contractor Compliance. 112 PROPOSAL South 16th Ave. Grind and Overlay Washington Ave. Vicinity to Nob Hill Blvd. City Project No. 2270 The bidder is hereby advised that by signature of this proposal he /she is deemed to have acknowledged all requirements and signed all certificates contained herein. A proposal guaranty in an amount of five percent (5 %) of the total bid, based upon the approximate estimate of quantities at the above prices and in the form as indicated below, is attached hereto: CASH ❑ IN THE AMOUNT OF ' CASHIER'S CHECK ❑ DOLLARS CERTIFIED CHECK ❑ ($ ) PAYABLE TO THE STATE TREASURER ' PROPOSAL BOND IT IN THE AMOUNT OF 5% OF THE BID ** Receipt is hereby acknowledged of addendum(s) No.(s) & ' SIGNATURE OF AUTH RI D OFFICIAL(s) O egg \G�� ,. aoQOSP�M\) Q � FIRM NAME ' (ADRESS) `I a tPHONE NUMBER STATE OF WASHINGTON CONTRACTORS LICENSE NUMBER �Dlr".�- �� I �►a FEDERAL ID No. (� b Al III I� I lql(ol WA STATE EMPLOYMENT SECURITY REFERENCE NO. `4q I - ba� - 6C) I ' Note: (1) This proposal form is not transferable and any alteration of the firm's name entered hereon without prior permission from the Secretary of Transportation will be cause for considering the proposal irregular and subsequent rejection of the bid. (2) Please refer to section 1 -02.6 of the standard specifications, re: "Preparation of Proposal," or "Article 4" of the Instructions to Bidders for building construction jobs. (3) Should it be necessary to modify this proposal either in writing or by electronic means, please make reference to the following proposal number in your communication. 1 113 IBIDDER'S CHECK LIST ' The bidder's attention is especially called to the following forms, which must be executed, as required, and submitted on the form purchased from the City and bound in the Contract t Documents: A. PROPOSAL The unit prices, extensions and total amounts bid must be shown in the spaces provided. B. BID BOND ACCOMPANYING BID This Bid Bond form is to be executed by the bidder and the surety company unless bid is accompanied by a certified check. The amount of this bond shall be not less than 5% of the total amount bid and may be shown in dollars or on a percentage basis. C. SUBCONTRACTOR LIST (required for contracts greater than $1,000,000) The form must be filled in for the specific trades listed. Failure to provide a complete ' subcontractor list at time of bid WILL NOT render the bid non - responsive, except for specific trades listed. D. BIDDER'S CERTIFICATION ' E. PROPOSAL SIGNATURE SHEET Must be filled in and signed by the bidder. F. MBE/WBE FORM It is requested that The Bidder's Certification of the "Affirmative Action Profile" in the MBE/WBE Form be filled in and signed by the bidder. Failure to provide this ' information WILL NOT render the bid non - responsive. The following forms are to be executed after the contract is awarded: ' A. CONTRACT This agreement is to be executed by the successful bidder. B. PERFORMANCE BOND To be executed by the successful bidder and his /her surety company. C. CERTIFICATE OF INSURANCE Refer to attached Informational Certificate of Insurance and Additional Insured Endorsement. Also refer to Section 1 -07.18 (APWA) of the Standard Specifications and Special Provisions. D. DOT Form 420 -004EF Refer to Required Contract Provisions Federal -Aid Construction Contracts FHWA- ' 1273. 1 115 CONSTRUCTION DETAILS Construction Details Plans RADIUS POINT OF SIDEWALK RAMP AND CURB RETURN - SEE CONTRACT FOR RADIUS 7 _________________________ m i v � RAMP CENTERLINE \ i � 7 -8' i a \CEMENT CONCRETE A PEDESTRIAN CURB (SEE STD. PLAN F- 10.12) i I I B. B o 40 a i z e" SIDEWALK CURB, OR CURB AND GUTTER CROSSWALK PLAN VIEW SIDEWALK RAMP TYPE 2 LAYOUT 8' - 0" MIN. 2% MAX 'a TOP OF �( a ROADWAY CEMENT CONC. I SIDEWALK CEMENT CONCRETE 318" EXPANSION JOINT (TYP.) (SEE STD. PLAN F30.10) ;3 0 U DETECTABLE WARNING PATTERN (TYP.) (SEE DETAIL) CEMENT CONCRETE SIDEWALK RAMP TYPE 2 RADIUS AT FACE OF CURB E F 20 FEET 10' -43x4' 3' -812" 30 FEET 8' -11 V7 3' -21/4" 40 FEET 8 -412" 2'- 11314" 50 FEET 5 -03/4' 2'- 101/4" 60 FEET T- 101/4" 2' -0314" 70 FEET T -83/4" Y -9" 50 FEET T -712" Y -83/4" 90 FEET T -812" 2' -81/4" 100 FEET T -6" Y -B" DIMENSIONS AT FACE OF CURB INTERMEDIATE RADII CAN BE INTERPOLATED VARIES: 7 - 8" to F VARIES: 7' - Cr to E VARIES: T - 0' tD E RAMP RAMP e 3/e' EXPANSION JOINT (TYP.) LANDING (SEE STD. PLAN F30.10) SECTION l C ) CURB 8 GUTTER 6" SECTION O (SEE NOTE 5) 6' - 0' MIN. LANDING DETECTABLE WARNING PATTERN (SEE DETAIL) 2% TOP OF ROADWAY FLUSH CEMENT CONCRETE \ DEPRESSED PEDESTRIAN CURB CEMENT CONC. CURB 8 GUTTER m I}` (SEE STD. PLAN F- 10.12) SIDEWALK (SEE NOTE 5) SECTION O NOTES 1. The bottom of the ramp shall have a level area (not in excess of 2% in any direction), 4' x 4'. 2. The Type 2 Ramp Layout requires two (2) of this bid item: "Cement Conc. Sidewalk Ramp Type 2 ". The bid item does not include the adjacent Curb (or Curb & Gutter), the Sidewalk between Ramps, or the Cement Cone. Pedestrian Curb. 3. Ramp slopes shall not be steeper than 1121-1: IV. 4. Avoid placing drainage structures, junction boxes or other obstructions in front of ramp access areas. 5. Curb & Gutter is shown, see the Contract Plans fir the curb design specified. See Standard Plan F -10.12 for curb details. 6. See Std. Plan F -30.10 for sidewalk joint placement and details. RAMP A B MIN. MAX A 1 &B" 2 3W i B 518 112' PLAN C 7116" 3/4" C D 7/8" 1 7/16" �"l r THIS PATTERN AREA SHALL ELEVATION BE YELLOW IN COLOR DETECTABLE WARNING PATTERN DETAIL .EROY S�¢ 90 y 3IB05 'Z' A BGISTSR� GNAL EXPIRES AUGUST 26,2007$2P SIDEWALK RAMP TYPE 2 WITH LAYOUT STANDARD PLAN F- 40.12 -00 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Ken L Smith 02 -07 -07 STALE OEHDM BppEHI MlE AML TwmMgo., Sk' o.r,me..m er rreD RADIUS POINT OF CURB RETURN 3 Y ' i B -0" m 20 FEET a � i GAT SFEOOFgC i I CEMENT CONCRETE ' 2% MAX. _ e SIDEWALK RAMP TYPE 4A CEMENT CONCRETE PEDESTRIAN CURB 3/a' EXPANSION JOINT � (SEE STD. PLAN F.90.10) T - 0" RAMP SIDEWALK 7��{ r SIDEWALK CONCRETE 60 FEET & GUTTER SECTION OA (SEE NOTE 4) IN -0' 9' -612' 80 FEET 13'- 11 12' G MAJOR STREET b O X ( LANDING j Y DETECTABLE WARNING PATTERN (SEE DETAIL) PLAN VIEW SIDEWALK RAMP TYPE 4A LAYOUT 4 Li W W U) X O z n� V CURB, OR CURB AND GUTTER RADIUS AT FACE OF CURB B -0" Y DISTANCE FROM P.C. 20 FEET 5 -212" TOP OF 30 FEET 2% MAX. _ e ROADWAY 40 FEET 9' -61/4• CEMENT CONCRETE �CEMMENT SIDEWALK CONCRETE 60 FEET & GUTTER SECTION OA (SEE NOTE 4) 4 Li W W U) X O z n� V CURB, OR CURB AND GUTTER RADIUS AT FACE OF CURB X LANDING Y DISTANCE FROM P.C. 20 FEET 5 -212" 1' -7' 30 FEET 8- 0 114" 3' - a" 40 FEET 9' -61/4• 5' -4314" 50 FEET t0' -9314" V -11' 60 FEET 11' -1112" & -312' 70 FEET IN -0' 9' -612' 80 FEET 13'- 11 12' 10 - 8 12• 90 FEET 14' -1012' 11' -8314• 100 FEET 15 -8314' 12'- 101/4• INTERMEDIATE RADII CAN BE INTERPOLATED CEMENT CONCRETE PEDESTRIAN CURB VARIES: (SEE STD. PLAN F- 10.12) 0 to 8' TOP OF ROADWAY DEPRESSED CEMENT CONC. RAMP CURB 8 GUTTER (SEE NOTE 4) SECTION OC 7 - 0— DETECTABLE WARNING CEMENT CONC. PATTERN (SEE DETAIL) SIDEWALK/ T -0' LANDING RAMP TOP OF 'a o FLUSH ROADWAY i e• 318" EXPANSION JOINT (SEE STD. PLAN F- 30.1 AN 0) LANDING DEPRESSED CURB & GUTTER (SEE NOTE 4) SECTION O pis.. ..4.. -std; ISOMETRIC VIEW NOTES 1. This layout is used to provide access to a single crosswalk parallel to the major street The bid item "Cement Conc. Sidewalk Ramp Type 4A" does not include the adjacent Curb (cur Curb & Gutter), the Sidewalk, or the Cement Gonc. Ped- estrian Curb. 2. Ramp slopes shall not be steeper than 12HA V. 3. Avoid placing drainage structures, Junction boxes or other obstructions In front of ramp access areas. 4. Curb & Gutter Is shown, see the Contract Plans for the curb design specified. See Standard Plan F -10.12 for curb details. 5. See Std. Plan F -30.10 for sidewalk joint placement and details. 6. The bottom of the ramp shall have a level area (not in excess of 2% in any direction), 4' ■ 4. RAMP Al =,^ B MIN. MAX. Ntd '"j�� A 1818• 2 3IB' LLO B 518" 112• PLAN C 7/16' 314' C D 718" 17/16" ' THIS PATTERN AREA SHALL ELEVATION BE YELLOW IN COLOR DETECTABLE WARNING PATTERN DETAIL �1vR A 4v�V�lg6 04 WA,9yT A ,a7 II �O 31a05 O 4J� iji �s�ONAL EXPIRES AUGUST 26,2001 SIDEWALK RAMP TYPE 4A WITH LAYOUT STANDARD PLAN F -40.16 -00 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Ken L Smith 02 -07 -07 _ —no m. -- w WWmdd,om 51 D pm ,#Trmwgak en i K m w 0 LONGITUDINAL BUFFER SPACE = B POSTED SPEED(MPN) 25 30 35 40 45 50 LENGTH B (FEET) 155 200 1250 1305 1380 1425 2D41495 BUFFER DATA TYPICAL PROTECTIVE VEHICLE WITH TMA (SEE NOTE 1) VEHICLE TYPE LDAOEDWEIGHT 4 YARD DUMP TRUCK MINIMUM WEIGHT 15,000 Les. SERVICE TRUCK (MAXIMUM WEIGHT SHALL BE FLAT BED, ETC. IN ACCORDANCE WITH MANU- FACTURER RECOMMENDATION) OROLL AHEAD STOPPING DISTANCE - 30 FEET MIN. (DRY PAVEMENTASSUMED) SIGN SPACING = X RURAL ROADS 45l 55 MPH 500'1: RURAL ROADS & URBAN ARTERIALS 35 / 40 MPH 350' t RURAL ROADS, URBAN ARTERIALS, 25 / 30 MPH 200' t RESIDENTIAL & BUSINESS DISTRICTS ALL SIGNS ARE BLACK ON ORANGE UNLESS DESIGNATED OTHERWISE ALL SIGN SPACING MAY BE ADJUSTED TO ACCOMMODATE AT -GRADE INTERSECTIONS AND DRIVEWAYS. MINIMUM TAPER LENGTH = L (FEET) LANE WIDTH (FEET) POSTED SPEED (MPH) 25 30 35 40 45 50 10 105 150 205 270 450 500 11 115 165 225 2D41495 550 12 125 180 245 3201 540 600 CHANNELIZING DEVICE SPACING POSTED SPEED (MPH) IN TAPER (FEET) IN TANGENT (FEET) 50 40 SD 35/45 30 60 25/30 20 40 NIGHT ��D L2 DEVICE SPACING - 1/2 DISTANCE L2 X X FOR OPPOSING TRAFFIC DEVICES y q q � a 0 ® � o SEE NOTE 2 e ® o a WORK AREA ® o a a a X x x L L uz BO LT) uz FOR LOCAL AGENCY USE ONLY W20-1 W4-2L X NOT FOR USE ON STATE ROUTES - COMPLIANCE DATE 1223113 ROAD WEDS Wt -0L E WORK E J. TR AHEAD RI NE bb CLOSED o�o� oT wt1 , AHEAD NOTES 1. A Protective Vehicle Is recommended regardless if a Truck Mounted Attenuator y kr (TMA) is available; a work vehicle may be used. When no TMA is used, the o/ Fgo 533510 � 1 Roll-Ahead Vehicle shall be strategically located to shield workers, with no specific �ss/pI ST PCMS PCMS SAMPLE MESSAGE 01 SAMPLE MESSAGE N)2 2. Extend device taper (U3) across shoulder - recommended. EXPIRES AUGUST 9, 2007 1 z 1 2 LEGEND 3. Portable Changeable Message Sign (PCMS) - recommended. LANE SHIFT LANES NO CENTER NO ONTO TWO -WAY CLOSED LEFT LANE LEFT N SIGN LOCATION 4. If the lane shift is short and has minimal radius curve (30mph or less) use sign LEFT TURN LANE AHEAD TURN CLOSED TURN ® ® ® CHANNELJZING DEVICES W1 -3 in lieu of sign W1-4. STANDARD PLAN K- 26.20 -00 1.5 SEC 1.5 SEC 1.5 SEC 1.5 SEC PROTECTIVE VEHICLE - RECOMMENDED 5. For signs size refer to Manual on Uniform Traffic Control Devices SHEET i OF 1 SHEET FIELD LOCATE IN ADVANCE FIELD LOCATE IN ADVANCE (MUTCD) and WSDOT Sign Fabrcaton Manual M55 -05. OF LANE CLOSURE SIGNING OF LANE CLOSURE SIGNING PCMS PORTABLE CHANGEABLE MESSAGE SIGN APPROVED FOR PUBLICATION CDD ARROW PANEL Ken L Smith 02 -15.07 m� nenox aoum� a�Te Wmhinplw, Sbb Mpvbn�tl dT�apwlolbn W20-1 V6rzas RO WORK F>1 4"4-78 24 x 30" CENTER LAN AHEAD B/w CLOSED NIGHT ��D L2 DEVICE SPACING - 1/2 DISTANCE L2 X X FOR OPPOSING TRAFFIC DEVICES y q q � a 0 ® � o SEE NOTE 2 e ® o a WORK AREA ® o a a a X x x L L uz BO LT) uz FOR LOCAL AGENCY USE ONLY W20-1 W4-2L X NOT FOR USE ON STATE ROUTES - COMPLIANCE DATE 1223113 ROAD WEDS Wt -0L E WORK E J. TR AHEAD RI NE bb CLOSED o�o� oT wt1 , AHEAD NOTES 1. A Protective Vehicle Is recommended regardless if a Truck Mounted Attenuator y kr (TMA) is available; a work vehicle may be used. When no TMA is used, the o/ Fgo 533510 � 1 Roll-Ahead Vehicle shall be strategically located to shield workers, with no specific �ss/pI ST PCMS PCMS SAMPLE MESSAGE 01 SAMPLE MESSAGE N)2 2. Extend device taper (U3) across shoulder - recommended. EXPIRES AUGUST 9, 2007 1 z 1 2 LEGEND 3. Portable Changeable Message Sign (PCMS) - recommended. LANE SHIFT LANES NO CENTER NO ONTO TWO -WAY CLOSED LEFT LANE LEFT N SIGN LOCATION 4. If the lane shift is short and has minimal radius curve (30mph or less) use sign LEFT TURN LANE AHEAD TURN CLOSED TURN ® ® ® CHANNELJZING DEVICES W1 -3 in lieu of sign W1-4. STANDARD PLAN K- 26.20 -00 1.5 SEC 1.5 SEC 1.5 SEC 1.5 SEC PROTECTIVE VEHICLE - RECOMMENDED 5. For signs size refer to Manual on Uniform Traffic Control Devices SHEET i OF 1 SHEET FIELD LOCATE IN ADVANCE FIELD LOCATE IN ADVANCE (MUTCD) and WSDOT Sign Fabrcaton Manual M55 -05. OF LANE CLOSURE SIGNING OF LANE CLOSURE SIGNING PCMS PORTABLE CHANGEABLE MESSAGE SIGN APPROVED FOR PUBLICATION CDD ARROW PANEL Ken L Smith 02 -15.07 m� nenox aoum� a�Te Wmhinplw, Sbb Mpvbn�tl dT�apwlolbn CLASS 3000 CEMENT CONCRETE FULL DEPTH OF SECTION LESS 1 1/2" SUBGRADE 1 1/2" CLASS "G" ASPHALT ASPHALT PAVEMENT SUBGRADE BASE DRY PACK ALL JOINTS AND VOIDS SMOOTH INSIDE BARREL MANHOLE ADJUSTMENT DETAIL City of Yakima — Engineering Division APPROVED: 2.10.99 CITY OF YAKIMA - STANDARD DETAIL MANHOLE ADJUSTMENT I S3 1 Y_�n7 5 j N VV+� E S MVMY TAHO" COMM P swrnni PLAN DISCLAIMER VICINITY MAP SCALE 1"=1500' S. 16th Avenue Grind Ove r1ay Project W. Washington Avenue to W. Nob Hill Blvd. City of Yakima Project No. 2270 cc SHEET INDEX Station Limits Sheet From To Description 1 - °.n R ST VD W t' IS CAUTIONED TO VERIFY THE LOCATION AND DEPTH OF ALL Cover Sheet 2 10 +00 24 +00 16th Avenue Grind & Overlay Plan 3 24 +00 38 +00 . 16th Avenue Grind & Overlaan 4 38 +00 52 +00 16th Avenue Grind & Overlay Plan 5 52 +00 62 +00 16th Avenue Grind & Overlay Plan �11 ; WgSy`NC �� T UNDERGROUND FEATURES SHOWN HEREON REPRESENT BEST AVAILABLE INFORMATION AS OBTAINED FROM LOCAL RECORDS AND VISIBLE SURFACE EVIDENCE. THE CONTRACTOR - °.n R ST VD W t' IS CAUTIONED TO VERIFY THE LOCATION AND DEPTH OF ALL �SS�ONAL E�G� UNDERGROUND FACILITIES. STATE LAW REQUIRES THAT ALL EXCAVATION WORK MUST BE PROCEEDED BY NOTIFICATION TO ALL OWNERS OF UNDERGROUND FACILITIES THROUGH A ONE NUMBER LOCATOR SERVICE: 1- 800 - 553 -4344 I [ September 2010 s i (0-H b NOTES 6 o 6 C pl oa.H oaw„ - -t�a S 0—. e n _ O O A ADJUST SEWER CLEANOUT TO GRADE OCONSTRUCT T TYPE 2 SIDEWALK RAMP O s i (0-H AQ NOTES 6 o 6 C pl oa.H oaw„ - -t�a S 0—. e n _ O O A ADJUST SEWER CLEANOUT TO GRADE OCONSTRUCT T TYPE 2 SIDEWALK RAMP O CD 0 a Q M M O O O rn C, O Q) N > Q i 0 U a i 3 0 i U LA 0 m Q n ► R • • ui Z J 2 U Q 8' ASPH. PLANING LIMITS NOMINAL 2" DEPTH OVERLAY ...,... .... ...... . ..-.. -r , ....w4 "e. n... GRIND 2" DEPTH LEX. ROADWAY SURFACE AT CURB C TYPICAL SECTION < �� NOT TO SCALE air I Q GRIND AREA i�♦Oa!�i 1ON* ♦00 ♦00A 100 ♦4♦ ��0� ♦� e �gE R sy -tom °tJ r 39407 GV� O� R�ISTER� �S10NAL E��'` i � @♦ ♦1♦ ♦1♦ ♦ @@ @ @♦♦@ @Q_T�� @ @ @O @ ♦ @ @ ♦ ♦ +@ ��@ @@♦ O@+♦♦@♦@♦@@@@@@@@♦@♦♦@♦@♦f@♦@@♦ O@@@@♦@@♦@♦♦@ 00@+@@@@♦@♦♦@@ @o @ @ @ ♦ @ ♦O @ @O ♦ ♦ ♦ @f ♦ ♦ ♦ ♦ @ @ @ ♦ ♦ @ @ @ @O .♦ o@@@@@@♦@@@♦ O+@@ O♦ i�@ ♦ ♦ + @ ♦ @ @ @ + @ @♦ ♦ @ ♦ @ @O @ @ ♦ ♦ @i @ @ ♦ @o @� O @� O Q �♦ . �@ � �♦ O � �� � r0 � �@ � O O@ �. �Q ♦ a �@ ♦t @ � +i.. +@..+ ...♦ ..O ..@ @.�@ �M � +i +i+i @i @.O � @i@ tea@ ♦�,� 00@e ♦o0�� COOP•@ @AOw♦ ♦ ♦@ ♦♦ • @ ♦@ ♦� ♦ ♦@ ♦@O� g 'mms of - NOTES 6 o 6 C O A ADJUST MANHOLE TO GRADE OO A ADJUST WATER VALVE BOX TO GRADE ; _ O O A ADJUST SEWER CLEANOUT TO GRADE OCONSTRUCT T TYPE 2 SIDEWALK RAMP X00 ♦0000 ♦ ♦ ♦O ♦♦ ♦ ♦0 ♦ ♦0�0 ♦ ♦1 ♦ ♦O�O� � O � O O+� O 0000 6 00 00� 0♦+O NO � O, + OOH O OO �O� 00 ♦ ♦O 00 0 �0 �0 �0�0 �@ 00 � M 5 2 I -o I CD. 0 CD I c/) I C O .> oE� Y W 0) m cu w } L c v o W 0 O c 3 O O >+� o� 11: z E I+ LL, N } r Lu Z U Q CD ti CV CV A Z a� > � U > O o co E � � 1 ) V r^ c � V o _9. U 1 +000G4PP©0400 1 +0 ♦0 +001 ♦ @O ♦ee +000 + ♦e� • ■ ♦ei @i ♦♦eiei ♦i @sei a +' 5 CD ti CV CV A Z a� > � U > O o co E � � 1 ) V r^ c � V o _9. U 1 +000G4PP©0400 1 +0 ♦0 +001 ♦ @O ♦ee +000 + ♦e� • ■ ♦ei @i ♦♦eiei ♦i @sei a +' 5 5 YAKIMA YAK/MA Q m 0 0 0 N d m 3 O c� a' O 48 U / c� 3 0 U \w O m Q w w rn O O Ln I- U) w Z J U Q C O It Q E O � / ♦000 ♦ ♦ ♦ ♦O ♦i♦ ♦ ♦O ♦ ♦ ♦OP ° P °' P+ o ° P+ ° P O P ° O i+ P .. + + +P+ � + +i+ ♦ + 1 +° +P +i+ + i 1[ d �o i O (�� Do C w O �t cn t �FFi FO ♦ ♦OOFF♦ � FF ♦ ♦t Q ! i! 4 i! i! i! i r! i! i! � °► �! i! i ! i! a i! o! o! Pi° e N } O O N Dp 'IT � y II c + �- U) \w O m Q w w rn O O Ln I- U) w Z J U Q ore ��gER SyF G -1� -lv of WA A` .` 'L � c •c` 39407 R ISTER'�! YAK /MA Z O ��♦♦♦F ♦N♦♦Fio'Fi♦♦F ♦Fi♦e♦�o•�D ♦o♦'o'�♦ ♦♦o♦♦♦e♦ egs♦e♦♦ ♦♦♦♦♦♦ee♦♦♦e♦ee ♦ei♦oo o♦o♦Oo♦Di♦♦ o♦♦♦°i♦♦Oio♦e♦°o♦♦♦ ♦o♦s♦♦♦♦ ♦♦o♦♦♦♦♦♦ ♦♦e♦♦♦o♦♦ ♦♦e♦♦♦Oi♦♦♦♦♦o O ♦t.e♦ o♦♦♦♦♦♦♦o ♦oi♦♦Oi♦♦♦♦♦Oi♦ ♦♦♦ o♦♦e°e♦♦ ♦♦♦o ♦ o♦e♦e �l�O! ♦!e♦!♦ ono♦ i! e!° e! e! Je oi.o °i♦�o!+!e!♦e!♦!eQ♦A °ettp +!w!+ !�! +�!woi♦e ♦w..00ry�.�.♦♦��.o .♦°o�♦:♦ ..+ �+ .o+se♦ �♦e♦:o .♦.°i:.♦e��♦ �t°o t♦ .� 020 ♦�♦♦ 0 � o � - -r♦ o♦FFOF�♦ F ♦FF♦ F♦ �♦Fi�♦ o ♦Fi'sFi♦F+• � �v� Fi ♦ ♦F Fi ♦F ♦ ♦ ♦♦♦♦♦oo♦Fi ♦ •bo♦ 0♦♦'7/♦O ♦♦ ♦•♦♦ ♦' e♦ o0i° �♦ o° i0♦° e0° Oi° i° i° i° o00° i♦♦ ee0o♦♦♦♦ er%° Oe♦ ♦O °eeOpO�i°°p♦e0i°i ♦pp♦ ♦♦ ♦♦e ♦♦poi ,'Ii�e♦ ♦��i♦ ♦�� ♦� ♦♦♦°♦•° oo♦ 0♦ ti♦♦ e♦ �i° i° i0° i° i° i°♦° i° Oi♦+% i ♦Os ♦ ♦e♦ ♦Do ♦ ♦ °♦ °♦♦ °♦o�i °♦°ii9 °` ��,.. ♦oo �♦. yd��♦+ �♦���A�♦���D��♦� �♦� ♦!♦O�♦��e�♦ASie��,, _ e♦Si ♦ ♦ A. ewww.♦ w. wwwwe_ w. www.e ae°we.w.�.w.+w!!..1►.w.«.wsw.w. ♦ 3� ♦ ° ♦ °O °i ° ♦ °i ° °e °i °i °i0 °e °ii ° ♦!! ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦O ♦°♦1 ♦ ♦ ♦♦ ♦♦ 1 i 4 I I CONSTRUCTION NOTES I I I > I OADJUST MANHOLE TO GRADE (D OADJUST WATER VALVE BOX TO GRADE OADJUST SEWER CLEANOUT TO GRADE /O\ CONSTRUCT TYPE 2 SIDEWALK RAMP 1 r nKlCTDI I(`T TVDC AA (ZIr')G \A /AI V DAAAD KA GRIND AREA HMA OVERLAY AREA C O V Q E O ° II � ca >- d �o w O (�� Do C w ore ��gER SyF G -1� -lv of WA A` .` 'L � c •c` 39407 R ISTER'�! YAK /MA Z O ��♦♦♦F ♦N♦♦Fio'Fi♦♦F ♦Fi♦e♦�o•�D ♦o♦'o'�♦ ♦♦o♦♦♦e♦ egs♦e♦♦ ♦♦♦♦♦♦ee♦♦♦e♦ee ♦ei♦oo o♦o♦Oo♦Di♦♦ o♦♦♦°i♦♦Oio♦e♦°o♦♦♦ ♦o♦s♦♦♦♦ ♦♦o♦♦♦♦♦♦ ♦♦e♦♦♦o♦♦ ♦♦e♦♦♦Oi♦♦♦♦♦o O ♦t.e♦ o♦♦♦♦♦♦♦o ♦oi♦♦Oi♦♦♦♦♦Oi♦ ♦♦♦ o♦♦e°e♦♦ ♦♦♦o ♦ o♦e♦e �l�O! ♦!e♦!♦ ono♦ i! e!° e! e! Je oi.o °i♦�o!+!e!♦e!♦!eQ♦A °ettp +!w!+ !�! +�!woi♦e ♦w..00ry�.�.♦♦��.o .♦°o�♦:♦ ..+ �+ .o+se♦ �♦e♦:o .♦.°i:.♦e��♦ �t°o t♦ .� 020 ♦�♦♦ 0 � o � - -r♦ o♦FFOF�♦ F ♦FF♦ F♦ �♦Fi�♦ o ♦Fi'sFi♦F+• � �v� Fi ♦ ♦F Fi ♦F ♦ ♦ ♦♦♦♦♦oo♦Fi ♦ •bo♦ 0♦♦'7/♦O ♦♦ ♦•♦♦ ♦' e♦ o0i° �♦ o° i0♦° e0° Oi° i° i° i° o00° i♦♦ ee0o♦♦♦♦ er%° Oe♦ ♦O °eeOpO�i°°p♦e0i°i ♦pp♦ ♦♦ ♦♦e ♦♦poi ,'Ii�e♦ ♦��i♦ ♦�� ♦� ♦♦♦°♦•° oo♦ 0♦ ti♦♦ e♦ �i° i° i0° i° i° i°♦° i° Oi♦+% i ♦Os ♦ ♦e♦ ♦Do ♦ ♦ °♦ °♦♦ °♦o�i °♦°ii9 °` ��,.. ♦oo �♦. yd��♦+ �♦���A�♦���D��♦� �♦� ♦!♦O�♦��e�♦ASie��,, _ e♦Si ♦ ♦ A. ewww.♦ w. wwwwe_ w. www.e ae°we.w.�.w.+w!!..1►.w.«.wsw.w. ♦ 3� ♦ ° ♦ °O °i ° ♦ °i ° °e °i °i °i0 °e °ii ° ♦!! ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦O ♦°♦1 ♦ ♦ ♦♦ ♦♦ 1 i 4 I I CONSTRUCTION NOTES I I I > I OADJUST MANHOLE TO GRADE (D OADJUST WATER VALVE BOX TO GRADE OADJUST SEWER CLEANOUT TO GRADE /O\ CONSTRUCT TYPE 2 SIDEWALK RAMP 1 r nKlCTDI I(`T TVDC AA (ZIr')G \A /AI V DAAAD KA GRIND AREA HMA OVERLAY AREA 0 ti N N (D `-� z 7 >O o coo ca E C CO c O _A U C O V Q E O ° J ca >- d �o w O (�� Do C w O �t cn o m z E Q `1 11� V Lu N } O O N Dp 'IT � y II c + �- U) LN pl w 11 Q LLJ II co J D U N .— ff U- w CL 0 2 > Z 0 ti N N (D `-� z 7 >O o coo ca E C CO c O _A U 4 5 w V Q Lu w cn O N Dp CD O � y II c + LN pl U U) 11 Q LLJ II co U ) D U N .— ff w CL 0 2 > Z J 2 U Q CD (D 0 + o Co N cu O C�5 4 5 C O cn ca _0 E o 0 Y O � .� d W 1 1 J L p a 1 I 1 I I� I m 4-� o c I� III Cn 3 �w� D w 0 III 1 O /�\ _ — — cn _>1 o e — -- -- -- -- - 1 U w N } CD 1 O co �. �, ;....,. .._.: -... t. ..... ., ,;,.. o-...•.rx .. <v -': aY, .,.. ., se` Ykn's',, ,' aaE,, a.�vri'et°,«>�:, :-�„- syiu t'' "' .,. SSCA., ro .i's'+':4v:"..^ -n ... .;. ^:;:ic- '(;sa' •, i,�: .�k;:.., {. .-t...��titi':' ?.m r: », ..,. _.. .. -.:� ..' I» k. 9 C. a u x, -f .» �1 n3.- c A o k �S..1 ... , ��..a.'.. ,.. ..;- ... � .. 6th Av Lo .E h` .. _ -. ".. ...- , —..... ., .- ., ... ^.... _. 4• a , .. v.- .% n ». .. , .. .� .9'; ai^!'?i?`., 'A'^ +E!�C;.�xa. §, Y: "•+d »,: w,'.�.• - wv. U1 Lu 0 • 1.. f •ya ,i' resYa £c: _.� , { .,Y`+ =' "' R `i 9•;^+r 1h' y P i - Z J T 2 1 2 1 2 I <a 1 2 Q 1 5 I 6 ' CONSTRUCTION NOTES n OADJUST MANHOLE TO GRADE D o O ADJUST WATER VALVE BOX TO GRADE N (D L z a� OADJUST SEWER CLEANOUT TO GRADE > O o ° O CONSTRUCT TYPE 2 SIDEWALK RAMP c a Y O CONSTRUCT TYPE 4A SIDEWALK RAMP Uj E c- OINSTALL DETECTABLE WARNING PATTERN AT EX. RAMP ( I I ? N \ 0 co Q w co,, - -- 0 aca co � � i s J U Q x - . � 9'.aG^t,. j „+,i,.d.t; :'S kl ... u - -'- ' i'' ad. %��u - -:��~ =��— J'. ' = � i:"� ,a. �c k < 4�G,z 4t7 E »,,. v - ,'.�-�. � -- - — .L P • . 6�4t �'d:; c>s: �—e:;� � .— :,.,f . s 7 11 • a -- — �c�GO2 l � !am y vN U c � N - III I c o o 3 O O 00 *y ; a S. 16th Ave : Z > O END GRIND & OVERLAY i Z 6 E S1,1 STA: 61 +98 c ca C�j + O u') GRIND AREA HMA OVERLAY AREA 39407 CST 5 5 fI p I I- % M' ww oaw