Loading...
HomeMy WebLinkAboutRussell Crane Service - Cowiche Canyon Parcel Rehabilitation� City of Yakima � Engineering Division I Cowiche Canyon Parcel Rehabilitation Construction Contract Specifications & Bid Documents 129 North Second Street Yakima, WA 98901 City Project Number 2239 October 2010 Phone (509) 575 -6111 Fax (509) 576 -6314 BID SUMMARY COWICHE CANYON PARCEL REHABILITATION CITY PROJECT NO. 2239 ENGINEERS ESTIMATE RUSSELL CRANE SERVICE, INC. YAKIMA, WA BELSAAS & SMITH CONSTRUCTION, INC. ELLENSBURG, WA ITEM NO. BID SECURITY QTY UNIT 5% BOND 5% BOND ITEM UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT 1 SPCC PLAN 1 LS $ 50000 $ 500.00 $ 250.00 $ 250.00 250 $ 250.00 2 MOBILIZATION 1 LS $ 3,00000 $ 3,00000 $ 500.00 $ 500.00 $ 2,000.00 $ 2,00000 3 PROJECT TEMPORARY TRAFFIC CONTROL 1 LS $ 10000 $ 10000 $ 150.00 $ 150.00 $ 1,000.00 $ 1,000.00 4 ROADSIDE CLEANUP 1 FA $ 5,000.00 $ 5,000.00 $ 5,00000 $ 5,00000 $ 5,000.00 $ 5,000.00 5 REMOVAL OF STRUCTURE AND OBSTRUCTION 1 LS $ 10,000 00 $ 10,000.00 $ 10,800.00 $ 10,800.00 $ 12,045.00 $ 12,04500 6 REMOVAL AND DISPOSAL OF ASBESTOS 1 LS $ 3,000.00 $ 3,000.00 $ 3,90000 $ 3,900 00 $ 4,030.00 $ 4,030.00 7 DECOMMISSION WELL 2 EACH $ 2,500.00 $ 5,000.00 $ 2,600 DO $ 5,200 00 $ 2,250.00 $ 4,500.00 8 REMOVING CONCRETE 200 TON $ 2500 $ 5,000.00 $ 20.501 $ 4,100.00 $ 1900 $ 3,80000 TAX 7.9% $ 2,496.40 $ 2,36210 $ 2,577.38 SUB TOTAL71 I 1 1 $ 34,096.401 $ 32,262.101 $ 35,202.36 CITY ENGINEERS REPORT CITY OF YAKIMA COMPETITIVE BIDS WERE OPENED ON OCTOBER 25,20 10. s' ALL BIDS HAVE BEEN REVIEWED BY THIS OFFICE. 3' I RECOMMEND THE CONTRACT BE AWARDED TO: COWICHE CANYON PARCEL REHABILITATION RUSSELL CRANE SERVICE, INC. v z s L�� DATE CITY ENGIN ER AWARD MADE BY CITY MANAGER PROJECT NO. 2239 DATE: 25-Oct-10 DATE CITY MANAGER FILE 11Qryenglengimage OdSummam SHEET 1 OF 1 ' yA�.»� \ Dfi1:11i('h27::� ' (1f C'C11'1 riCi: 'Pf 1'. <g'�'I) .'C'v;�'(1'F: C' L' ;'F'f f V 1291Vorth Second Streer Yakima "Waxhingtop 9890] Phone: (5(19) 57.5-6113 Fax (509) 576-6792 - Michael Morales, Dh ector ADDENDUM NO. 1 TO THE BID DOCUMENTS & SPECIFICATIONS FOR THE CITY OF YAKIMA, WA for Cowiche Canyon Parcel Rehabilitation CITY OF YAKIMA PROJECT NUMBER 2239 TO THE ATTENTION OF ALL BIDDERS AND PLAN HOLDERS: The Bid & Contract Documents shall be modified as follows: ITEM 1. Proposal Item Proposal Bid Sheets: Remove all prior Item Proposal Bid Sheets and replace with the attached one (1) page of Item Proposal Bid Sheets, labeled "Addendum No. I", dated October 20, 2010. The Item Bid Proposal Sheets have been modified to reflect changed bid items. Item No. 8, "Removing Concrete 2-02.5" has been added to this project. ITEM 2. Contract Provision Division 2 2-02.3 Construction Requirements Add the following: Removing Concrete The Contractor, under direction of the Engineer, shall remove areas of visible concrete rubble located on, and around the berm south of Cowiche Creek in Worksite 92 and dispose of it. The Contractor shall arrange to dispose of this concrete waste at no expense to the City of Yakima, and the disposal shall meet the requirements of Section 2- 03.3(7)C. 2-02.4 Measurement Add the following: I Removing Concrete will be measured by the ton in accordance with Section 1-09.2. IAddendum 1 Page I of 3 10/20/10 2 -02.5 Measurement Add the following: "Removing Concrete ", per ton The unit contract price per ton for "Removing Concrete" shall be full pay for all work required to remove and dispose of the designated concrete rubble. 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: F v -�.:1 -�A Brett H. Sheffield, P.E. Chief Engineer IQ / °Z-0:Iic Date Addendum 1 Page 2 of 3 10/20/10 ITEM PROPOSAL BID SHEET City of Yakima Cowiche Canyon Parcel Rehabilitation City Project No. 2239 ITEM PROPOSAL ITEM UNIT AMOUNT PRICE NO. PAYMENT SECTION QTY UNIT DOLLARS DOLLARS 1 SPCC PLAN 1 LS 1 -07.15 2 MOBILIZATION 1 LS 1 -09.7 3 PROJECT TEMPORARY TRAFFIC CONTROL 1 LS 1 -10.5 4 ROADSIDE CLEANUP 1 FA $5,000 $5,000 2 -01.5 5 REMOVAL OF STRUCTURE AND OBSTRUCTION 1 LS 2 -02.5 6 REMOVAL AND DISPOSAL OF ASBESTOS 1 LS 2 -02.5 7 DECOMMISION WELL 1 LS 2 -02.5 8 REMOVING CONCRETE 200 TONS 2 -02.5 Total: * END OF ADDENDUM NO.1 Addendum 1 Page 3 of 3 10/20/10 TAX 7.9% Total: * END OF ADDENDUM NO.1 Addendum 1 Page 3 of 3 10/20/10 1 CI Y OF YAKIM—k.. Cowiche Canyon . Parcel e habilitatioon 5505 Cowiche Canyon Road — Yakima County Parcel No. 181309 -34013 6202 Cowiche Canyon Road — Yakima County Parcel No. 181316 -23401 City Project No. 2239 �g E R S11 pF WA.Sff 39407 510\ 4 L FrCs 1 ICONTENTS ' CITY OF YAKIMA Cowiche Canyon Parcel Rehabilitation ' City Project No. 2239 ' SECTION PAGE INVITATION TO BID .............................................. ............................... 5 STANDARD SPECIFICATIONS Standard Specifications ........................................ ............................... 7 Amendments to the 2010 Standard Specifications ..... ............................... 7 ' CONTRACT PROVISIONS General Special Provisions and Contract Special Provisions ...................... 35 ' Project Description .......................................... .............................37 1 -02 Bid Procedures and Conditions ................ ............................... 38 1 -03 Award and Execution of Contract .............. ............................... 42 ' 1 -04 Scope of Work ...................................... ............................... 1 -05 Control of Work ..................................... ............................... 44 1 -06 Control of Material ................................. ............................... 47 1 -07 Legal Relations and Responsibilities to the Public ....................... 48 ' 1 -08 Prosecution and Progress :...................... ............................... 57 1 -09 Measurement and Payment ...................... ............................... 60 1 -10 Temporary Traffic Control ........................ ............................... 61 2 -02 Removal of Structure and Obstructions ....... ............................... 63 ' 8 -01 Erosion Control and Water Pollution Control .............................. 67 9 -14 Erosion Control and Roadside Planting ..... ............................... 68 ISTANDARD PLANS ..................................... ............................... 69 ' Contract Form ............................................... ............................... 77 Performance Bond Form ................................... ............................... 79 Informational Certificate of Insurance ................... ............................... 81 Informational Additional Insured Endorsement ....... ............................... 83 ' Minimum Wage Affidavit Form ............................ ............................... 85 I PREVAILING WAGE RATES Prevailing Wage Rates ...................................... ............................... 87 1 3 PROPOSAL Proposal Form 109 Item Proposal Bid Sheet .................................. ............................... 111 ' BidBond Form ................................................ ............................... 113 Non - Collusion Declaration ................................. ............................... Non - Discrimination Provision ............................. ............................... 115 116 ' Women and Minority Business Enterprise Policy ... ............................... 117 CouncilResolution .......................................... ............................... Affirmative Action Plan .................................... ............................... 118 119 , Bidders Certification .............. ............................... ............................121 Materially and Responsiveness ............................ ............................... Proposal Signature Sheet .... ............................... ............................125 123 ' BiddersCheck List .............. ............................... ............................127 1 PLANS & DETAILS Traffic Control Plans .................... ............................... .......................Attached , ConstructionPlans ...................... ............................... .......................Attached a � 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 25 ,2010 and will then and there be opened and publicly read for the construction of ' CITY OF YAKIMA Cowiche Canyon Parcel Rehabilitation City Project No. 2239 ' This project consists of two mobile homes to be removed or demolished, demolition of 2 sheds, septic tanks, decommissioning wells, and other site rehabilitation tasks on two City of Yakima owned parcels located on Cowiche Canyon Road. ' 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. ' Site visits with Project Engineer can be arranged by appointment prior to bid opening. For questions regarding the project or to schedule site visit, contact Dana Kallevig at 576 -6605. ' 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 6`h day of October, 2010 1 1 5 1 Ll t STANDARD SPECIFICATIONS I`1119ZION-11 a 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. 07.AP1 SECTION 1 -07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC April 5, 2010 ' 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- 07.16(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. 08.AP1 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. 09.AP1 SECTION 1 -09, MEASUREMENT AND PAYMENT January 4, 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. I 1 1 ' 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)". u 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) ". 0 In the third paragraph, the second sentence is deleted. t10.AP1 SECTION 1 -10, TEMPORARY TRAFFIC CONTROL tApril 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)". u 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) ". 0 01.AP2 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. 02.AP2 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. 01.AP8 SECTION 8 -01, EROSION CONTROL AND WATER POLLUTION CONTROL April 5, 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 10 1 rl 1 I IThe 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 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 t 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 1 make the Contracting Agency liable to the Contractor for any Work delays. 8- 01.3(1)B 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: 1 3. Offsite Water 11 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)B 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 cellulose fiber mulch or wood fiber mulch is used as a tracer, the application rate shall not exceed 250 - pounds per acre. 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 ". In the fourth paragraph, "MBFM" is revised to read "MBFM /FRM ". 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 cellulose fiber mulch or wood fiber mulch is used as a tracer, the application rate shall not exceed 250 - pounds per acre. The paragraph "Soil Binding Using Bonded Fiber Matrix (BFM)" is supplemented with the following: The BFM 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. 12 IThe last paragraph including title is revised to read: ' Soil Binding Using Mechanically- Bonded Fiber Matrix (MBFM) or Fiber Reinforced Matrix (FRM) The MBFM /FRM 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: 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' Eastern Washington (West of the Cascade Mountain crest) (East of the Cascade Mountain crest) March 1 through May 15 October 1 through November 15 only September 1 through October 1 '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: 1 13 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: 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 then 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). 14 I8- 01.3(9)B Gravel Filter, Wood Chip or Compost Berm When the depth of accumulated sediment and debris reaches approximately '/2 the height of an internal device or '/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. ' 15 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: 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 '/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. ' 15 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. 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 bid item "Mulching with MBFM" is revised to read "Mulching with MBFM /FRM ". 019 I02.AP8 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 1 17 identified by the Contracting Agency shall be controlled on the project in accordance with the weed and pest control plan. 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)6 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 WSDOT 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. in 1 fl I 1. I 1 L� 1 1 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. 19 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: I Eastern Washington (East of the Cascade Mountain crest) October 1 through November 15 t 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. 20 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 pay for furnishing and spreading the mulch onto the existing soil. ', 03.AP9 SECTION 9 -03, AGGREGATES ' January 4, 2010 In this Division, all references to "AASHTO TP 61" are revised to read "AASHTO T 335 ". ' 14.AP9 SECTION 9 -14, EROSION CONTROL AND ROADSIDE PLANTING April 5, 2010 9 -14.3 Fertilizer In the first paragraph, the second sentence is revised to read: It may be separate or in a mixture containing the percentage of total nitrogen, available phosphoric acid, water - soluble potash, or sulfur in the amounts specified. t9- 14.4(1) Straw This section is revised to read: Straw shall be in an air dried condition free of noxious weeds, seeds, and other materials detrimental to plant life. Hay is not acceptable. ' All straw material shall be Certified Weed Free Straw using North American Weed Management Association (NAWMA) standards or the Washington Wilderness Hay and Mulch (WWHAM) program run by the Washington State Noxious Weed Control Board. Information can be found at http: / /www.nwcb.wa.gov. In lieu of Certified Weed Free Straw, the Contractor shall provide documentation that ' the material is steam or heat treated to kill seeds, or shall provide U.S., Washington, or other State's Department of Agriculture laboratory test reports, dated within 90 days prior to the date of application, showing there are no viable seeds in the straw. Straw mulch shall be suitable for spreading with mulch blower equipment. 9- 14.4(2) Wood Cellulose Fiber This section including title is revised to read: 9- 14.4(2) Fiber Mulch All Fiber Mulch materials shall be in a dry condition free of noxious weeds, seeds, and other materials detrimental to plant life. Fiber Mulch shall be suitable for spreading with a hydroseeder or mulch blower equipment. This section is su pp lemented with the followin g new sub-sections: u 1 21 9- 14.4(2)A Cellulose Fiber Mulch Cellulose Fiber Mulch shall be recycled (pulp) fiber such as newsprint, magazine stock, corrugated cardboard, cotton or straw. It shall be free from chemical printing ink, germination inhibitors, and chlorine bleach and shall contain no rock, metal, and plastic. If Cellulose Fiber Mulch contains cotton or straw, the Contractor shall provide documentation that the material is steam or heat treated to kill seeds, or shall provide U.S., Washington, or other State's Department of Agriculture laboratory test reports, dated within 90 days prior to the date of application, showing there are no viable seeds in the mulch. Cellulose Fiber Mulch shall be manufactured in such a manner that when agitated in slurry tanks with water, the fibers will become uniformly suspended, without clumping, to form a homogeneous slurry. When hydraulically applied, the material shall form a strong moisture - holding mat that allows the continuous absorption and infiltration of water. Cellulose Fiber Mulch shall contain a dye to facilitate placement and inspection of the material. Dye shall be non -toxic to plants, animals, and aquatic life and shall not stain concrete or painted surfaces. Cellulose Fiber Mulch furnished by the Contractor shall be pre - packaged by the manufacturer. The Contractor shall supply independent test results from the National Transportation Product Evaluation Program (NTPEP) or other accredited, independent testing laboratory as approved by the Engineer to assure compliance with the minimum requirements in the following table: Properties Test Method Requirements Water Holding Capacity ASTM D 7367 1,000 percent minimum Organic Matter Content ASTM D 586* 90 percent minimum Moisture Content ASTM D 644* 15 percent maximum Seed Germination ASTM D 7322* 200 percent minimum Enhancement Performance in ASTM D 6459 with 0.12 -inch C Factor = 0.15 Protecting Slopes from average raindrop size. Test maximum using Rainfall- Induced Erosion in one soil type. Soil tested Revised Universal shall be loam as defined by Soil Loss Equation the National Resources (RUSLE) Conservation Service (NRCS) Soil Texture Triangle * ** * ASTM test methods developed for Rolled Erosion Control Products (RECPs) with the only modification being that Hydraulic Erosion Control Products (HECPs) are applied to the test plot. ** *Available at: http: / /soils.usda.gov/ education / resources /lessons /texture /textural tri hi.jpq 22 1 n A 1 1 fi 1 t 9- 14.4(2)B Wood Fiber Mulch ' Wood Fiber Mulch shall be thermally processed, defibrated, wood fiber from natural or recycled wood chips or similar woody material. The wood shall be manufactured to produce long- strand fibers that physically interlock to form a strong moisture holding mat that allows the absorption and infiltration of water. Wood Fiber Mulch shall be free from paper, straw, cotton, jute, hemp, coconut, rock, metal, and plastic. Wood Fiber Mulch shall contain a dye to facilitate placement and inspection of the ' material. Dye shall be non -toxic to plants, animals, and aquatic life and shall not stain concrete or painted surfaces. Wood Fiber Mulch shall be manufactured in such a manner that when agitated in slurry tanks with water, the fibers will be uniformly suspended to form a homogeneous slurry. Wood Fiber Mulch furnished by the Contractor shall be pre - packaged by the manufacturer. The Contractor shall supply independent test results from the National Transportation Product Evaluation Program (NTPEP) or other accredited, independent testing laboratory as approved by the Engineer to assure compliance with the minimum requirements in the following table: 11 11 1 L� Properties Test Method Requirements Long Strand Fibers WSDOT Test Method T 126 A minimum of 50% of the fiber, by mass, is collected on the combination of No. 8, No. 16, and No. 24 sieves Water Holding Capacity ASTM D 7367 1,300 percent minimum Organic Matter Content ASTM D 586* 90 ercent minimum Moisture Content ASTM D 644* 15 percent maximum Seed Germination ASTM D 7322* 300 percent minimum Enhancement Performance in ASTM D 6459 with 0.12 -inch C Factor = 0.15 Protecting Slopes from average raindrop size. Test maximum using Rainfall- Induced Erosion in one soil type. Soil tested Revised Universal shall be loam as defined by Soil Loss Equation the NRCS Soil Texture (RUSLE) Triangle ' ** * ASTM test methods developed for Rolled Erosion Control Products (RECPs) with the only modification being that Hydraulic Erosion Control Products (HECPs) are applied to the test plot. ** *Available at: http: / /soils.usda.gov/ education / resources /lessons /texture /textural tri hi ipq 9- 14.4(3) Bark or Wood Chips The first paragraph is revised to read: 1 23 Bark or wood chip mulch shall be derived from Douglas fir, pine, or hemlock species and shall not contain resin, tannin, or other compounds in quantities that would be detrimental to plant life. Sawdust shall not be used as mulch. This section is supplemented with the following: Bark or wood chips when tested shall be according to WSDOT Test Method T 123 prior to placement and shall meet the following loose volume gradation: Sieve Size Percent Passing Minimum Maximum 2" 95 100 No. 4 0 30 9- 14.4(4) Wood Strand Mulch This first paragraph is revised to read: Wood strand mulch shall be a blend of angular, loose, long, thin wood pieces that are frayed, with a high length -to -width ratio and shall be derived from native conifer or deciduous trees. A minimum of 95 percent of the wood strand shall have lengths between 2 and 10- inches. At least 5 percent of the length of each strand shall have a width and thickness between ' /,g and %2 -inch. No single strand shall have a width or thickness greater than %2 -inch. The mulch shall not contain salt, preservatives, glue, resin, tannin, or other compounds in quantities that would be detrimental to plant life. Sawdust or wood chips or shavings shall not be acceptable. Products shall be tested according to WSDOT Test Method 125 prior to acceptance. 9- 14.4(6) Gypsum This section is revised to read: Gypsum shall consist of Calcium Sulfate (CaSO42H2O) in a pelletized or granular form. 100 percent shall pass through a No. 8 sieve. 9- 14.4(7) Tackifier This section is revised to read: Tackifiers are used as a tie -down for soil, compost, seed, and /or mulch. Tackifier shall contain no growth or germination inhibiting materials, and shall not reduce infiltration rates. Tackifier shall hydrate in water and readily blend with other slurry materials. All tackifiers shall meet the following requirements: Properties Test Method Requirements Viscosity* ASTM D 2364 4000 cPs minimum *Testing shall be performed by an accredited independent laboratory. This section is supplemented with the following new sub - sections: 24 1 1 1 J t IJ� 1 9- 14.4(7)A Organic Tackifier Organic tackifier shall be derived from natural plant sources and shall have an MSDS that demonstrates to the satisfaction of the Engineer that the product is not harmful to plants, animals, and aquatic life. 9- 14.4(7)6 Synthetic Tackifier Synthetic tackifier shall have an MSDS that demonstrates to the satisfaction of the Engineer that the product is not harmful to plants, animals, and aquatic life. 9- 14.4(8) Compost In the third paragraph, number 1. is revised to read: 1. Compost material shall be tested in accordance with U.S. Composting Council Testing Methods for the Examination of Compost and Composting ( TMECC) 02.02 -13, "Sample Sieving for Aggregate Size Classification ". Fine Compost shall meet the following gradation: Sieve Size Percent Passing Minimum Maximum 2" 100 1 " 95 100 /g" 90 100 '/4" 75 100 Maximum particle length of 6- inches. Medium Compost shall meet the following gradation: Sieve Size Percent Passing Minimum Maximum 2" 100 1" 95 100 /g" 90 100 '/4" 75 85 Maximum particle length of 6- inches. Medium Compost shall have a Carbon to Nitrogen ratio (C:N) between 18:1 and 30:1. The Carbon to Nitrogen ratio shall be calculated using the dry weight of "Organic Carbon" using TMECC 04.01A divided by the dry weight of "Total N" using TMECC 04.02D. Coarse Compost shall meet the following gradation: Sieve Size Percent Passing Minimum Maximum 3" 100 ill 90 100 3/4" 70 100 '/4" 40 60 Maximum particle length of 6- inches. 25 In number 8. of the third paragraph, the reference to "manufacturer" is revised to read "Contractor ". 9- 14.4(8)A Compost Approval This sections title is revised to read: 9- 14.4(8)A Compost Submittal Requirements The first sentence is revised to read: The Contractor shall submit the following information to the Engineer for approval: Number 1. is revised to read: The Qualified Products List printed page or a Request for Approval of Material (DOT Form 350 -071 EF). In number 3., the reference to "manufacturer" is revised to read "Contractor" and the reference to "analyses" is revised to read "analysis ". 9- 14.4(8)B Compost Acceptance This section is revised to read: Fourteen days prior to application, the Contractor shall submit a sample of the compost approved for use, and a STA test report dated within 90 calendar days of the application, and the list of feed stocks by volume for each compost type to the Engineer for review. The Contractor shall use only compost that has been tested within 90 calendar days of application and meets the requirements in Section 9- 14.4(8). Compost not conforming to the above requirements or taken from a source other than those tested and accepted shall not be used. 9- 14.4(9) Bonded Fiber Matrix (BFM) This section is revised to read: Bonded Fiber Matrix (BFM) shall be a hydraulically - applied blanket/mulch /matrix comprised of biodegradable, thermally processed, defibrated, long strand fibers from natural or recycled wood chips or similar woody material, weed free straw, cotton, coconut, jute, and /or hemp. The fibers shall physically interlock to form a strong moisture holding mat that allows the absorption and infiltration of water. BFM shall be free from rock, metal, or plastic. It shall contain no more than 15 percent recycled paper and meets the requirements in Section 9- 14.4(2)A. The BFM shall be manufactured in such a manner that when agitated in slurry tanks with water, the fibers will be uniformly suspended to form a homogeneous slurry. Within 48 hours the BFM shall bond with the soil surface to create a continuous, absorbent, flexible erosion resistant blanket that allows for seed germination and plant growth. 26 f BFM shall contain a dye to facilitate placement and inspection of the material. Dye shall be non -toxic to plants, animal, and aquatic life and shall not stain concrete or painted surfaces. BFM shall be furnished premixed by the manufacturer. The BFM shall be furnished with an MSDS that demonstrates to the satisfaction of the Engineer that the product is not harmful to plants, animals, and aquatic life. Under no circumstances will field mixing of additives or components be acceptable. The Contractor shall supply independent test results from the National Transportation Product Evaluation Program (NTPEP) or other accredited independent testing laboratory as approved by the Engineer to assure compliance with the minimum requirements in the following table: Properties Test Method Requirements Long Strand Fibers WSDOT Test Method T A minimum of 50% of the 126 fiber, by mass, is collected on the combination of No. 8, No. 16, and No. 24 sieves Tackifier, Type A or See Section 9- 14.4(7)A Minimum 10 percent by Type B weight of a cross - linked, polysaccharide, hydro - colloid tackifier Water Holding Capacity ASTM D 7367 1,300 percent minimum Organic Matter Content ASTM D 586* 90 percent minimum Moisture Content ASTM D 644* 15 percent maximum Seed Germination ASTM D 7322* 500 percent minimum Enhancement Performance in ASTM D 6459 with C Factor = 0.10 Protecting Slopes from 0.12 -inch average maximum using Revised Rainfall- Induced Erosion raindrop size. ** Test in Universal Soil Loss one soil type. Soil Equation (RUSLE) tested shall be loam as defined by the NRCS Soil Texture Triangle * ** Thickness ASTM D 6525* 0.10 -inch minimum Ground Cover ASTM D 6567* 97 percent minimum Mass Per Unit Area ASTM D 6566* 10.0 oz/ d2 minimum " ASTM test methods developed for Rolled Erosion Control Products (RECPs) with the only modification being that Hydraulic Erosion Control Products (RECPs) are applied to the test plot. ** Utah State Protocol of 2.5:1 slope with rainfall simulated at 5- inches per hour for 60 minute duration, or TTI Protocol of 2:1 slope with rainfall simulated at 3.5- inches per hour with three successive test durations of 30 minutes each test in 24 hour intervals may be substituted. * ** Available at: http: / /.soils.usda.gov/ education / resources /lessons /texture /textural tri hi.ipq 1 27 9- 14.4(10) Mechanically Bonded Fiber Matrix (MBFM) This section including title is revised to read: 9- 14.4(10) Mechanically Bonded Fiber Matrix (MBFM) or Fiber Reinforced Matrix (FRM) The MBFM /FRM shall be a hydraulically - applied blanket/mulch /matrix comprised of biodegradable, thermally processed, defibrated, long- strand fibers from natural or recycled wood chips or similar woody material, straw, coconut, jute, and /or hemp. The MBFM /FRM shall contain a minimum of 5% by weight of biodegradable or photodegradable polyfibers that are bent in multiple locations on each strand and that physically interlock with the wood fibers to form a strong moisture holding mat that allows the absorption and infiltration of water. The MBFM /FRM shall contain a cross - linked polysaccharide tackifier. MBFM /FRM shall be free from paper, rock, metal, and plastic. MBFM /FRM shall be manufactured in such a manner that when agitated in slurry tanks with water, the fibers will be uniformly suspended to form a homogeneous slurry. The MBFM /FRM shall require no curing period upon application, and shall bond with the soil surface to create a continuous, porous, absorbent, and flexible erosion resistant blanket that allows for seed germination and plant growth. MBFM /FRM shall be furnished premixed by the manufacturer. The MBFM /FRM shall be furnished with an MSDS that demonstrates to the satisfaction of the Engineer that the product is not harmful to plants, animals, and aquatic life. Under no circumstances will field mixing of additives or components be acceptable. The Contractor shall supply independent test results from the National Transportation Product Evaluation Program (NTPEP) or other accredited independent testing laboratory as approved by the Engineer to assure compliance with the minimum requirements in the following table: Properties Test Method Requirements Long Strand Fibers WSDOT Test Method T 126 A minimum of 50% of the fiber, by mass, is collected on the combination of No. 8, No. 16, and No. 24 sieves Tackifier, Type A or See Section 9- 14.4(7)A Minimum 10 percent by Type B weight of a cross - linked, polysaccharide, hydro - colloid tackifier Water Holding ASTM D 7367 1,500 percent minimum Capacity Organic Matter ASTM D 586* 90 percent minimum Content Moisture Content ASTM D 644* 15 percent maximum Seed Germination ASTM D 7322* 500 percent minimum Enhancement A 1 1 t Performance in ASTM D 6459 with 0.12 -inch C Factor = 0.05 Protecting Slopes average raindrop size.** maximum using Revised from Rainfall- Induced Test in one soil type. Soil Universal Soil Loss Erosion tested shall be loam as Equation (RUSLE) Erosion defined by the NRCS Soil Equation (RUSLE) Texture Triangle * ** Thickness ASTM D 6525* 0.15 -inch minimum Ground Cover ASTM D 6567* 98 percent minimum Mass Per Unit Area ASTM D 6566* 11.0 oz/ d2 minimum * ASTM test methods developed for Rolled Erosion Control Products (RECPs) with the only modification being that Hydraulic Erosion Control Products (HECPs) are applied to the test plot. ** Utah State Protocol of 2.5:1 slope with rainfall simulated at 5- inches per hour for 60 minute duration, or TTI Protocol of 2:1 slope with rainfall simulated at 3.5- inches per hour with three successive test durations of 30 minutes each test in 24 hour intervals may be substituted. * ** Available at: http: / /soils.usda.gov/ education / resources /lessons /texture /textural tri hi.ipg 9- 14.5(1) Polyacrylamide (PAM) The third and fourth sentences are revised to read: The minimum average molecular weight shall be greater than 5 mg /mole and minimum 30 percent charge density. The product shall contain at least 80 percent active ingredients and have a moisture content not exceeding 10 percent by weight. This section is supplemented with the following: PAM shall be delivered in a dry granular or powder form. 9- 14.5(2) Erosion Control Blanket This section is revised to read: Temporary erosion control blanket shall be made of natural plant fibers and meet the following requirements: Properties ASTM Test Method Requirements Protecting D 6459 with 0.12 -inch Maximum C factor of Slopes from average raindrop size.* 0.15 using Revised Rainfall- Induced Test in one soil type. Soil Universal Soil Loss Erosion tested shall be loam as Equation (RUSLE) defined by the NRCS Soil Texture Trian le ** Dry Weight per D 6475 0.36 lb/sq. yd. Unit Area minimum Performance in D 6460 Test in one soil 1.0 lb/sq. ft. minimum Protecting type. Soil tested shall be Earthen loam as defined by the Channels from NRCS Soil Texture 29 Stormwater- Triangle ** Requirements Induced Erosion D 4355 Minimum 80 percent Seed D 7322* 200 percent minimum Germination 500 hours in a xenon arc Enhancement device Netting, if present, shall be biodegradable with a life span not to exceed one year J 1 * Utah State Protocol of 2.5:1 slope with rainfall simulated at 5- inches per hour for 60 minute duration, or TTI Protocol of 2:1 slope with rainfall simulated at 3.5- inches per hour with three successive test durations of 30 minutes each test in 24 hour intervals may be substituted. ** Available at: ' http: / /soils.usda.gov/ education / resources /lessons /texture /textural tri hi ipq Permanent erosion control blanket or turf reinforcing mat shall consist of UV stabilized r fibers, filaments, or netting and shall meet the following requirements: Properties ASTM Test Method Requirements UV Stability D 4355 Minimum 80 percent strength retained after 500 hours in a xenon arc device Protecting Slopes D 6459 with 0.12 -inch Maximum C factor of from Rainfall- average raindrop size.* Test 0.15 using Revised Induced Erosion in one soil type. Soil tested Universal Soil Loss shall be loam as defined by Equation (RUSLE) the NRCS Soil Texture -Triangle ** Dry Weight per D 6475 0.50 lb/sq. yd. minimum Unit Area D 6460 Test in one soil type. 2.0 lb/sq. ft. minimum Soil tested shall be loam as defined by the NRCS Soil Texture Triangle** Seed Germination D 7322 200 percent minimum Enhancement * Utah State Protocol of 2.5:1 slope with rainfall simulated at 5- inches per hour for 60 minute duration, or TTI Protocol of 2:1 slope with rainfall simulated at 3.5- inches per hour with three successive test durations of 30 minutes each test in 24 hour intervals may be substituted. ** Available at: http: / /soils.usda.gov/ education / resources /lessons /texture /textural tri hi ipq This section is supplemented with the following new sub - section: 1 F i 9- 14.5(2)A Erosion Control Blanket Approval ' The Contractor shall select Erosion Control Blanket products that bear the Quality and Data Oversight and Review (QDOR) seal from the Erosion Control and Technology Council (ECTC). All materials selected shall be currently listed on the QDOR products list available at http:www.ectc.orq /gdor. 30 r-, J 9- 14.5(4) Geotextile - Encased Check Dam ' In the second paragraph, the second and third sentences are revised to read: The geotextile material shall overhang the foam by at least 6- inches at each end, and shall have apron type flaps that extend a minimum of 24- inches on each side of the ' check dam. The geotextile material shall meet the requirements for Temporary Silt Fence in Section 9 -33. 9- 14.5(5) Wattles This section is revised to read: Wattles shall consist of cylinders of biodegradable plant material such as straw, coir, compost, wood chips, excelsior, or wood fiber or shavings encased within biodegradable netting. Wattles shall be a minimum of 5- inches in diameter. Netting material shall be clean, evenly woven, and free of encrusted concrete or other contaminating materials such as preservatives. Netting material shall be free from cuts, tears, or weak places and shall have a minimum lifespan of 6 months. ' Compost filler shall be Coarse Compost and shall meet the material requirements as specified in Section 9- 14.4(8). If wood chips are used they shall meet the material requirements as specified in Section 9- 14.4(3). If wood shavings are used, 80 percent of the fibers shall have a minimum length of 6- inches between 0.030 and 0.50- inches wide, and between 0.017 and 0.13- inches thick. 9- 14.5(6) Compost Sock This section is revised to read: 31 Compost socks shall consist of extra heavy weight biodegradable fabric, with a minimum strand thickness of 5 mils. The fabric shall be filled with Coarse Compost. Compost Socks shall be at least 8- inches in diameter. The fabric shall be clean, evenly woven, and free of encrusted concrete or other contaminating materials and shall be free from cuts, tears, broken or missing yarns, and be free of thin, open, or weak areas and shall be free of any type of preservative. Coarse Compost filler shall meet the material requirements as specified in Section 9- 14.4(8). ' Wood stakes for compost socks shall be made from untreated Douglas fir, hemlock, or pine species. Wood stakes shall be 2 -inch by 2 -inch nominal dimension and 36- inches in length, 9- 14.5(7) Coir Log This section is revised to read: Coir logs shall be made of 100 percent durable coconut (coir) fiber uniformly compacted within woven netting made of bristle coir twine with minimum strength of 80 ' Ibs tensile strength. The netting shall have nominal 2 -inch by 2 -inch openings. Log segments shall have a maximum length of 20 feet, with a minimum diameter as shown in the Plans. Logs shall have a minimum density of 7 Ibs /cf. t 31 Stakes shall be untreated Douglas fir, hemlock, or pine species. Wood stakes shall have a notch to secure the rope ties. Rope ties shall be of '/4 -inch diameter commercially available hemp rope. 9- 14.6(1) Description The fourth paragraph is revised to read: Cuttings are live plant material without a previously developed root system. Source plants for cuttings shall be dormant when cuttings are taken. All cuts shall be made with a sharp instrument. Cuttings may be collected. If cuttings are collected, the requirement to be nursery grown or held in nursery conditions does not apply. Written permission shall be obtained from property owners and provided to the Engineer before cuttings are collected. The Contractor shall collect cuttings in accordance with applicable sensitive area ordinances. Cuttings shall meet the following requirements: A. Live branch cuttings shall have flexible top growth with terminal buds and may have side branches. The rooting end shall be cut at an approximate 45 degree angle. B. Live stake cuttings shall have a straight top cut immediately above a bud. The lower, rooting end shall be cut at an approximate 45 degree angle. Live stakes are cut from one to two year old wood. Live stake cuttings shall be cut and installed with the bark intact with no branches or stems attached, and be '/2 to 1'/2 -inch in diameter. C. Live pole cuttings shall have a minimum 2 -inch diameter and no more than three branches which shall be pruned back to the first bud from the main stem. Rhizomes shall be a prostrate or subterranean stem, usually rooting at the nodes and becoming erect at the apex. Rhizomes shall have a minimum of two growth points. Tubers shall be a thickened and short subterranean branch having numerous buds or eyes. 9- 14.6(2) Quality The first paragraph is revised to read: At the time of delivery all plant material furnished shall meet the grades established by the latest edition of the American Standard for Nursery Stock, (ASNS) ANSI Z60.1 and shall conform to the size and acceptable conditions as listed in the Contract, and shall be free of all foreign plant material. The third paragraph is revised to read: All plant material shall be purchased from a nursery licensed to produce plants for sale in Washington State. This section is supplemented with the following new paragraph: All nurseries and nursery vendors must have a business license issued by the Washington State Department of Licensing with a "Nursery" endorsement. Upon 32 rrequest, the Contractor shall furnish the Engineer with copies of the applicable licenses and endorsements. 9- 14.6(3) Handling and Shipping Item numbers 8 and 9 are revised to read: ' 8. Size. (Height, runner length, caliper, etc. as required.) 9. Signature of shipper by authorized representative. Item numbers 10 and 11 are deleted. 9- 14.6(7) Temporary Storage The first paragraph is revised to read: Plants stored under temporary conditions prior to installation shall be the responsibility of the Contractor. 1 r r r r r r r r r r- 33 t t s rl SPECIAL PROVISIONS 1 1 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. 35 DIVISION 1 GENERAL REQUIREMENTS INTRODUCTION TO THE SPECIAL PROVISIONS (July 31, 2007 APWA GSP) The work on this project shall be accomplished in accordance with the Standard Specifications for Road, Bridge and Municipal Construction, 2010 edition, as issued by the Washington State Department of Transportation ( WSDOT) and the American Public Works Association (APWA), Washington State Chapter (hereafter "Standard Specifications "). The Standard Specifications, as modified or supplemented by the Amendments to the Standard Specifications and these Special Provisions, all of which are made a part of the Contract Documents, shall govern all of the Work. These Special Provisions are made up of both General Special Provisions (GSPs) from various sources, which may have project- specific fill -ins; and project- specific Special Provisions. Each Provision either supplements, modifies, or replaces the comparable Standard Specification, or is a new Provision. The deletion, amendment, alteration, or addition to any subsection or portion of the Standard Specifications is meant to pertain only to that particular portion of the section, and in no way should it be interpreted that the balance of the section does not apply. The project- specific Special Provisions are not labeled as such. The GSPs are labeled under the headers of each GSP, with the date of the GSP and its source, as follows: (May 18, 2007 APWA GSP) (August 7, 2006 WSDOT GSP) (April 27, 2009 Yakima GSP) Also incorporated into the Contract Documents by reference are: • Manual on Uniform Traffic Control Devices for Streets and Highways, currently adopted edition, with Washington State modifications, if any • Standard Plans for Road, Bridge and Municipal Construction, WSDOT /APWA, current edition Contractor shall obtain copies of these publications, at Contractor's own expense. 1 DESCRIPTION OF WORK (March 13, 1995) This project consists of two mobile homes to be removed or demolished, demolition of 2 sheds, septic tanks, decommissioning wells, and other site rehabilitation tasks on two City of Yakima owned parcels located on Cowiche Canyon Road* ** 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. Contract Execution Date The date the Contracting Agency officially binds the agency to the contract. 37 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. 1 -02 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: (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; W 1 (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 No. of Sets Basis of Distribution Reduced plans (11" x 17 ") 4 Furnished automatically and Contract Provisions upon award. Large plans (e.g., 22" x 0 Not available. 34 ") and Contract Provisions Additional plans and Contract Provisions may be purchased by the Contractor by payment of the cost stated in the Call for Bids. 1 -02.5 Proposal Forms (October 1, 2005 APWA GSP) Delete this section and replace it with the following: At the request of a bidder, the Contracting Agency will provide a proposal form for any project on which the bidder is eligible to bid. The proposal form will identify the project and its location and describe the work. It will also list estimated quantities, units of measurement, the items of work, and the materials to be furnished at the unit bid prices. The bidder shall complete spaces on the proposal form that call for, but are not limited to, unit prices; extensions; summations; the total bid amount; signatures; date; and, where applicable, retail sales taxes and acknowledgment of addenda; the bidder's name, address, telephone number, and signature; the bidder's D /M/WBE commitment, if applicable; a State of Washington Contractor's Registration Number; and a Business License Number, if applicable. Bids shall be completed by typing 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 fit 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 DM/MBE requirements are to be satisfied through such an agreement. Preparation Of Proposal (August 2, 2004) The fifth and sixth paragraphs of Section 1 -02.6 are deleted. 1 -02.7 Bid Deposit (October 1, 2005 APWA GSP) Supplement this section with the following: Bid bonds shall contain the following: 1. Contracting Agency- assigned number for the project; 2. Name of the project; 3. The Contracting Agency named as obligee; 4. The amount of the bid bond stated either as a dollar figure or as a percentage which represents five percent of the maximum bid amount that could be awarded; 5. Signature of the bidder's officer empowered to sign official statements. The signature of the person authorized to submit the bid should agree with the signature on the bond, and the title of the person must accompany the said signature; 6. The signature of the surety's officer empowered to sign the bond and the power of attorney. If so stated in the Contract Provisions, bidder must use the bond form included in the Contract Provisions. 40 ' 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 Proiect Name and Project Number as stated in the Advertisement for Bids clearly marked on the ' outside of the envelope, or as otherwise stated in the Bid Documents, to ensure proper handling and delivery. Public Opening of Proposal ' Section 1 -02.12 is supplemented with the following: Date of Opening Bids ' Sealed bids are to be received at one of the following locations prior to the time Specified: 1. At the City Clerk's Office, City of Yakima, 129 N. 2nd Street, Yakima, WA ' 98901 until 2:00 pm 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. Contact ' Project Engineer Dana Kallevig at (509) 576 -6605 with any questions about this project. ' 1 -02.13 Irregular Proposals (March 25, 2009 APWA GSP) Revise item 1 to read: ' 1. A proposal will be considered irregular and will be rejected if: a. The Bidder is not prequalified when so required; b. The authorized proposal form furnished by the Contracting Agency is not used or is altered; ' c. The completed proposal form contains any unauthorized additions, deletions, alternate Bids, or conditions; d. The Bidder adds provisions reserving the right to reject or accept the award, ' or enter into the Contract; e. A price per unit cannot be determined from the Bid Proposal; f. The Proposal form is not properly executed; ' g. The Bidder fails to submit or properly complete a Subcontractor list, if applicable, as required in Section 1 -02.6; h. The Bidder fails to submit or properly complete a Disadvantaged, Minority or Women's Business Enterprise Certification, if applicable, as required in ' Section 1 -02.6; i. The Bid Proposal does not constitute a definite and unqualified offer to meet the material terms of the Bid invitation; or ' j. More than one proposal is submitted for the same project from a Bidder under the same or different names. ' 41 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. 1 -03 AWARD AND EXECUTION OF CONTRACT 1 -03.1 Consideration of Bids (January 23, 2006 APWA GSP) Revise the first paragraph to read: After opening and reading proposals, the Contracting Agency will check them for correctness of extensions of the prices per unit and the total price. If a discrepancy exists between the price per unit and the extended amount of any bid item, the price per unit will control. If a minimum bid amount has been established for any item and the bidder's unit or lump sum price is less than the minimum specified amount the Contracting Agencv 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 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 Agencv. Within twenty (20) 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 42 r 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 twenty (20) additional calendar days for return of the documents, provided the Contracting Agency deems the circumstances warrant it. 1 -03.4 Contract Bond ' (October 1, 2005 APWA GSP) Revise the first paragraph to read: The successful bidder shall provide an executed contract bond for the full contract amount. This contract bond shall: 1. Be on a Contracting Agency- furnished form; ' 2. Be signed by an approved surety (or sureties) that: a. Is registered with the Washington State Insurance Commissioner, and ' b. Appears on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner, 3. Be conditioned upon the faithful performance of the contract by the Contractor within the prescribed time; 4. Guarantee that the surety shall indemnify, defend, and protect the Contracting Agency against any claim of direct or indirect loss resulting from the failure: a. Of the Contractor (or any of the employees, subcontractors, or lower tier ' subcontractors of the Contractor) to faithfully perform the contract, or b. Of the Contractor (or the subcontractors or lower tier subcontractors of the Contractor) to pay all laborers, mechanics, subcontractors, lower tier ' subcontractors, 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). r 1 -04 SCOPE OF THE WORK 1 -04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda (October 1, 2005 APWA GSP) Revise the second paragraph to read: Any inconsistency in the parts of the contract shall be resolved by following this order of precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 1. Addenda, 2. Proposal Form, 3. Special Provisions, including APWA General Special Provisions, if they are included, 4. Contract Plans, 5. Amendments to the Standard Specifications, 6. WSDOT Standard Specifications for Road, Bridge and Municipal Construction, 7. Contracting Agency's Standard Plans (if any), and 8. WSDOT Standard Plans for Road, Bridge, and Municipal Construction. 1 -05 CONTROL OF WORK 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. 44 Fiji 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 -05.11 Final Inspection ' Delete this section and replace it with the following: 1 -05.11 Final Inspections and Operational Testing ' (October 1, 2005 APWA GSP) 1- 05.11(1) Substantial Completion Date tWhen 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 t intended use, the Engineer will, by written notice, so notify the Contractor giving the reasons therefore. 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 t inspection, the Contractor by written notice, shall request the Engineer to schedule a final inspection. The Engineer will set a date for final inspection. The Engineer and the Contractor will then make a final inspection and the Engineer will notify the ' Contractor in writing of all particulars in which the final inspection reveals the work incomplete or unacceptable. The Contractor shall immediately take such corrective ' measures -as are necessary to remedy the listed deficiencies. Corrective work shall be pursued vigorously, diligently, and without interruption until physical completion of ' 45 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 -05.15 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 46 fl �J CJ ' 1 -06 CONTROL OF MATERIAL 1- 06.2(1) Samples and Tests for Acceptance ' This section of. the standard specifications is supplemented and added to the construction contract specifications and bid documents: The Contractor shall be responsible for scheduling and paying for all material testing ' required for this project. All testing services shall be performed by an independent, certified testing firm and /or laboratory meeting the approval of the Engineer. The Contractor shall submit information relating to the qualifications of the proposed testing firm to the Engineer for review and approval prior to the preconstruction conference. The testing frequencies listed below may be modified to assure compliance with specifications. In each case, the Engineer may require additional tests be performed at the Contractor's expense, if test results do not meet the ' required densities and results. Moisture density curves for each type of material encountered and copies of all test ' results shall be submitted to the Engineer as construction progresses for Trench Backfilling, Embankment Compaction, Subgrade Preparation, and Ballast and Crushed Surfacing. The sampling frequency is as follows: ' Trench Backfilling Compaction tests shall be taken at a frequency and at depths sufficient to document that the required density has been achieved. At a minimum, one (1) ' compaction test shall be taken for each 100 linear feet of main pipeline trench and one (1) test for each street crossing. At alternating 100 -foot locations along the main trench line, tests shall be taken at 1 -foot, 2 -foot and 3 -foot ' depths below finish grade. Compaction shall conform to Section 7- 08.3(3) or 7- 09.3(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 ' 47 mail delivery service to the Proiect 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. ' 1 -06 CONTROL OF MATERIAL 1- 06.2(1) Samples and Tests for Acceptance ' This section of. the standard specifications is supplemented and added to the construction contract specifications and bid documents: The Contractor shall be responsible for scheduling and paying for all material testing ' required for this project. All testing services shall be performed by an independent, certified testing firm and /or laboratory meeting the approval of the Engineer. The Contractor shall submit information relating to the qualifications of the proposed testing firm to the Engineer for review and approval prior to the preconstruction conference. The testing frequencies listed below may be modified to assure compliance with specifications. In each case, the Engineer may require additional tests be performed at the Contractor's expense, if test results do not meet the ' required densities and results. Moisture density curves for each type of material encountered and copies of all test ' results shall be submitted to the Engineer as construction progresses for Trench Backfilling, Embankment Compaction, Subgrade Preparation, and Ballast and Crushed Surfacing. The sampling frequency is as follows: ' Trench Backfilling Compaction tests shall be taken at a frequency and at depths sufficient to document that the required density has been achieved. At a minimum, one (1) ' compaction test shall be taken for each 100 linear feet of main pipeline trench and one (1) test for each street crossing. At alternating 100 -foot locations along the main trench line, tests shall be taken at 1 -foot, 2 -foot and 3 -foot ' depths below finish grade. Compaction shall conform to Section 7- 08.3(3) or 7- 09.3(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 ' 47 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. 1 -07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1 -07.1 Laws to be Observed (October 1, 2005 APWA GSP) Supplement this section with the following: In cases of conflict between different safety regulations, the more stringent regulation shall apply. The Washington State Department of Labor and Industries shall be the sole and paramount administrative agency responsible for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA). 48 11 1 t n 7 t 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 T following: 1 -07.2 State Sales Tax ' (October 1, 2005 APWA GSP) 1- 07.2(1) General Rule 170 ' 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. 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 49 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). 1 -07.5 ENVIRONMENTAL REGULATIONS 1- 07.5(4) Air Quality Supplement this section 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: 50 (March 13, 1995) No hydraulic permits are required for this project unless the Contractor's operations use, divert, obstruct, or change the natural flow or bed of any river or stream, or ' utilize any of the waters of the State or materials from gravel or sand bars, or from stream beds. ' Load Limits Section 1 -07.7 is supplemented with the following: ' (March 13, 1995) If the sources of materials provided by the Contractor necessitates hauling over roads other than State Highways, the Contractor shall, at the Contractor's expense, make all arrangements for the use of the haul routes. 1 -07.15 Temporary Water Pollution /Erosion Control 1- 07.15(1) 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. rMaintenance 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 t materials shall not be discharged to any sanitary sewer without approval of the local sewer authority. ' 51 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): 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 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 t other verification. 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: Cascade Natural Gas Corp.401 N 509 - 457 -5905 Charter Communications 509 - 575 -1697 Pacific Power 509 - 575 -3146 1St St. Yakima, WA 98901 1005 N. 16th Ave. Yakima, WA 98902 P.O. Box 1729 Qwest 8 W. 2 d Ave. Room 304 509 - 575 -7183 City of Yakima Water Division 2301 Fruitvale Blvd 509 - 575 -6196 City of Yakima Wastewater Div. 2220 E. Viola 509 - 575 -6077 Yakima, WA 98907 Yakima, WA 98902 Yakima, WA 98902 Yakima, WA 98901 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. 52 r �I F1 1 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. ' 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 (May 10, 2006 APWA GSP) 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. 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. ' 53 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)B. 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 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. 54 171 $1,000,000 Personal &Advertising Injury, each offence ' Stop Gap / Employers' Liability ' $1,000,000 Each Accident $1,000,000 Disease - Policy Limit 1 $1,000,000 Disease - Each Employee 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 Cowiche Canyon Parcel Rehabilitation, City Project No. 2239. ' 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 r 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 $1,000,000 Disease - Policy Limit 1 $1,000,000 Disease - Each Employee 1- 07.18(5)B 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. Public Convenience And Safety Construction Under Traffic Section 1- 07.23(1) is supplemented with the following: (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. Minimum WZCZ distances are measured from the edge of traveled way and will be determined as follows: 56 r. t 1 I; 1 1 1 l 1 J b, `" D - -" ; P:osted Speed' stance'Fr'om ay 35 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 -08 PROSECUTION AND PROGRESS 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. Add the following new section: 1- 08.0(2) Hours of Work (May 25, 2006 APWA GSP) ' Except in the case of emergency or unless otherwise approved by the Contracting Agency, the normal straight time working hours for the contract shall be any ' consecutive 8 -hour period between 7:00 a.m. and 6:00 p.m. of a working day with a 57 1 maximum 1 -hour lunch break and a 5 -day work week. The normal straight time 8- hour working period for the contract shall be established at the preconstruction conference or prior to the Contractor commencing the work. If a Contractor desires to perform work on holidays, Saturdays, Sundays, or before 7:00 a.m. or after 6:00 p.m. on any day, the Contractor shall apply in writing to the Engineer for permission to work such times. Permission to work longer than an 8- hour period between 7:00 a.m. and 6:00 p.m. is not required. Such requests shall be submitted to the Engineer no later than noon on the working day prior to the day for which the Contractor is requesting permission to work. Permission to work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and between the hours of 10:00 p.m. and 9:00 a.m. on weekends or holidays may also be subject to noise control requirements. Approval to continue work during these hours may be revoked at any time the Contractor exceeds the Contracting Agency's noise control regulations or complaints are received from the public or adjoining property owners regarding the noise from the Contractor's operations. The Contractor shall have no claim for damages or delays should such permission be revoked for these reasons. Permission to work Saturdays, Sundays, holidays or other than the agreed upon normal straight time working hours Monday through Friday may be given subject to certain other conditions set forth by the Contracting Agency or Engineer. These conditions may include but are not limited to: requiring the Engineer or such assistants as the Engineer may deem necessary to be present during the work; requiring the Contractor to reimburse the Contracting Agency for the costs in excess of straight -time costs for Contracting Agency employees who worked during such times, on non Federal aid projects; considering the work performed on Saturdays, Sundays, and holidays as working days with regards to the contract time; and considering multiple work shifts as multiple working days with respect to contract time even though the multiple shifts occur in a single 24 -hour period. Assistants may include, but are not limited to, survey crews; personnel from the Contracting Agency's material testing lab; inspectors; and other Contracting Agency employees when in the opinion of the Engineer, such work necessitates their presence. 1 -08.3 Progress Schedule The first and second paragraphs 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 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. This section is supplemented with the following: 58 1 J 1 1 1 I 1 1 1 f] 1 1 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 his weekly activity schedule, or in a sequence differing from that which he has shown on his schedule, the Engineer may order the Contractor to delay unscheduled activities until they are included on a subsequent weekly activity schedule.. ' 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 project site within ten days of the Notice to Proceed Date, unless otherwise approved in writing. The Contractor shall diligently pursue the work to the physical completion date within the time specified in the contract. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the contract. Time For Completion (March 13, 1995) Section 1 -08.5 is supplemented with the following: This project shall be physically completed within * ** 10 * ** working days. ' (June 28, 2007 APWA GSP, Option A p ) ' 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 59 1 then the fifth day of that week will be charged as a working day whether or not the Contractor works on that day. Revise the sixth paragraph to read: The Engineer will give the Contractor written notice of the completion date of the contract after all the Contractor's obligations under the contract have been performed by the Contractor. The following events must occur before the Completion Date can be established: 1. The physical work on the project must be complete; and 2. The Contractor must furnish all documentation required by the contract and required by law, to allow the Contracting Agency to process final acceptance of the contract. The following documents must be received by the Project Engineer prior to establishing a completion date: a. Certified Payrolls (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 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: 0 I F� iJ 1 1�1 1 Progress payments for completed work and material on hand will be based upon ' progress estimates prepared by the Engineer. A progress estimate cutoff date will be established at the preconstruction conference. The initial progress estimate will be made not later than 30 days after the Contractor commences the work, and successive progress estimates will be made every month thereafter until the Completion Date. Progress estimates made during progress of the work are tentative, and made only for the purpose of determining progress payment. The progress estimates are subject to change at any time prior to the calculation of the Final Payment. The value of the progress estimate will be the sum of the following: 1. Unit Price Items in the Bid Form — the approximate quantity of acceptable units of work completed multiplied by the unit price. 2. Lump Sum Items in the Bid Form — 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 -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: 61 The Northwest Laborers - Employers Training Trust 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 Lump Sum Bid for Project (No Unit Items) Section 1- 10.4(1) is supplemented with the following: (August 2, 2004) The proposal contains the item "Project Temporary Traffic Control," lump sum. The provisions of Section 1- 10.4(1) shall apply. 62 L� DIVISION 2 EARTHWORK 2 -02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 2 -02.0 General (NEW SECTION) ' The Contractor shall refer to and adhere to all information in the "Phase 1 Environmental Site Assessment" (Attached file on CD) completed by Landau Associates for all environmental concerns, including asbestos removal, for Worksite #1 unless otherwise directed by City Engineer. There are no known environmental concerns on Worksite #2. The following are specific requirements that shall be met for this phase of the project: 1. The Contractor shall file a "Notice of Demolition and Renovation" with the Yakima County Clean Air Authority. Copy shall be provided to City Engineer. ' 2. The Contractor shall obtain a Demolition Permit as required by Yakima County Public Services Building and Fire Division. 3. The Contractor shall notify the Department of Ecology of intent to decommission wells at least 72 hours prior to beginning work per RCW 18.104.048. 2 -02.1 Description Section 2 -02.1 is supplemented with the following: (March 13, 1995) This work shall consist of removing, handling, and disposing of asbestos in the following areas: * ** The 1982 mobile home located at Worksite #1, 5505 Cowiche Canyon ' Road. * ** 2 -02.3 Construction Requirements ' Section 2 -02.3 of the Standard Specifications is supplemented with the following: (February 17, 1998) * ** Removal of Obstructions Specific Site Work At the address as detailed herein, specific site work shall be accomplished: (Including, but not limited to the following) Worksite #1 Yakima County Parcel No. 181309 -34013 ' 5505 Cowiche Canyon Road • Remove and /or demolish and dispose of 1982 mobile home including all foundations, decks, supports, ect... • Demolish and dispose of existing shed. • Remove shrubbery around mobile homes and in driveway. • Remove and /or demolish and dispose of 1950 mobile home including all foundations, decks, supports, ect... 63 Locate, clean, and remove or demolish all existing septic tanks, in accordance with local regulations. Locate and decommission existing wells. Except for the existing diversion dam and weir and irrigation pipe, perform complete site clean up removing and disposing of everything non natural found on the parcel from Cowiche Canyon Road to the east bank of Cowiche Creek, from the southern fence boundary to the fence on the north end (including the removal of that fence) unless otherwise directed. Worksite #2 Yakima County Parcel No. 181316 -23401 6202 Cowiche Canyon Road • Demolish and dispose of existing shed. • Remove and dispose of all non natural materials of vacated pump pit and use native material to fill and smooth surface. • Perform complete site clean up removing and disposing of everything non natural found on the parcel from Cowiche Canyon Road to the south bank of Cowiche Creek, from the western fence boundary to the east end of the parcel unless otherwise directed. Prior to beginning any demolition or removal, the Contractor shall verify that all public utilities have been located and disconnected from the structures. The Contractor shall notify the City Engineer immediately if any utilities are found to be connected. The Contractor shall verify, prior to commencing demolition operations, that none of the structures are occupied. If persons are found to be in the structures, the Contractor shall cease operations and contact the City Engineer immediately. The Contractor shall also verify that no domestic animals remain in or around any of the structures. If previously unknown underground fuel or heating oil storage tanks are located, the Contractor shall contact the City Engineer. If the City Engineer determines they shall be removed and disposed of in accordance with applicable requirements and regulations. Cost for removal and disposal of these unknown tanks will be as provide in 1 -04.7. The Contractor shall shut off, cap, and otherwise protect existing public utility lines in accordance with the requirements of the public agency or utility having jurisdictions. Any septic tanks shall be pumped, cleaned and demolished in accordance with the Yakima County Health District. The Contractor shall install and maintain all applicable traffic control measures necessary to perform the work. All costs associated with the furnishing, installing and maintaining of these signs, barricades, flaggers, etc. shall be included in the unit contract prices and no further payment will be made. The Contractor will be allowed to move any and all of the buildings, without demolition, a long as all permitting requirements have been met. No additional compensation will be made for the transportation of the building and structures. The sites shall be left clean of any construction debris, or garbage. The building areas shall be graded to provide a smooth appearance once the buildings and 64 L� structures have been removed. The import of any borrow material (if required) to fill areas shall be incidental. The Contractor is encouraged to recycle any and all materials from the demolition of these buildings and structures. No additional compensation for the reuse or recycling of these materials will be made. 1 1 1 r i i i All wells are to be decommissioned according to the standards defined in WAC 173- 160 -381. The WAC can be found online at: http: // apps .leg.wa.gov /wac /default.aspx ?cite= 173- 160 -381 (September 30, 1996) Asbestos Handling And Disposal Prior to performance of any contract work, the Contractor shall obtain all permits from, and provide notification to, the Washington State Department of Labor and Industries, the U.S. EPA, the local air pollution control agency, and other permitting and regulatory agencies with jurisdiction over the work involving asbestos as the law requires. Prior to commencing asbestos related work, the Contractor shall provide the Engineer with written verification of approvals and notifications that have been given and /or obtained from the required jurisdictional agencies, and the Contractor's schedule for all work involving asbestos removal. The schedule shall include the sequencing and scheduling of asbestos related work, and coordination with subcontractors. The Contractor shall notify the Engineer when all approvals have been received and notifications have been made, as required by the agencies involved. The Contractor shall ensure the safety of all workers, visitors to the site, and the general public in accordance with all applicable laws, rules, and regulations. The Contractor shall designate a Washington State Certified Asbestos Supervisor (CAS) to personally supervise the asbestos removal and to ensure that the handling and removal of asbestos is accomplished by certified asbestos workers, pursuant to Washington State Department of Labor and Industries standards. The Contractor shall ensure that the removal and disposal of asbestos meets the requirements of EPA regulation 40 CFR Part 61, local health department regulations, and all other applicable regulations. 65 All material to be removed from the buildings and structures shall become the ' property of the Contractor and shall be removed from the site. No disposal site has been provided for the refuse from these buildings and structures. tAll disposal and /or salvage shall be off site and shall be at the discretion of the demolition contractor except where applicable ordinances, statutes, and laws ' require otherwise. Written notice of demolition shall be given to the Yakima County Clean Air Authority, on their form, 10 days prior to beginning work. _ Decommissioning Wells 1 1 1 r i i i All wells are to be decommissioned according to the standards defined in WAC 173- 160 -381. The WAC can be found online at: http: // apps .leg.wa.gov /wac /default.aspx ?cite= 173- 160 -381 (September 30, 1996) Asbestos Handling And Disposal Prior to performance of any contract work, the Contractor shall obtain all permits from, and provide notification to, the Washington State Department of Labor and Industries, the U.S. EPA, the local air pollution control agency, and other permitting and regulatory agencies with jurisdiction over the work involving asbestos as the law requires. Prior to commencing asbestos related work, the Contractor shall provide the Engineer with written verification of approvals and notifications that have been given and /or obtained from the required jurisdictional agencies, and the Contractor's schedule for all work involving asbestos removal. The schedule shall include the sequencing and scheduling of asbestos related work, and coordination with subcontractors. The Contractor shall notify the Engineer when all approvals have been received and notifications have been made, as required by the agencies involved. The Contractor shall ensure the safety of all workers, visitors to the site, and the general public in accordance with all applicable laws, rules, and regulations. The Contractor shall designate a Washington State Certified Asbestos Supervisor (CAS) to personally supervise the asbestos removal and to ensure that the handling and removal of asbestos is accomplished by certified asbestos workers, pursuant to Washington State Department of Labor and Industries standards. The Contractor shall ensure that the removal and disposal of asbestos meets the requirements of EPA regulation 40 CFR Part 61, local health department regulations, and all other applicable regulations. 65 2 -02.4 Measurement Section 2 -02.4 is supplemented with the following Decommissioning Well is to be measured per each for each Well to be decommissioned. 2 -02.5 Payment Section 2 -02.5 is supplemented with the following: (September 30, 1996) "Removal and Disposal of Asbestos Material ", lump sum. "Decommissioning Well ", per each 1 1 1 I 1 1 C 1 1 1 1 I 1 I DIVISION 8 MISCELLANEOUS CONSTRUCTION 8 -01 EROSION CONTROL AND WATER POLLUTION CONTROL Construction Requirements General (April 3, 2006) Erodible Soil Eastern Washington The eighth paragraph of Section 8- 01.3(1) is revised to read: Erodible soil not being worked whether at final grade or not, shall be covered within the following time period using an approved soil cover practice, unless authorized by the Engineer: July 1 through September 30 30 days October 1 through June 30 15 days 67 DIVISION 9 MATERIALS 9 -14 EROSION CONTROL AND ROADSIDE PLANTING Compost Section 9- 14.4(8) is supplemented with the following: Compost blended with Topsoil Type C to produce 5% Amended Topsoil Type C and 10% Amended Topsoil Type C shall have the following specifications: Material must meet the definition for "composted materials" in WAC 173 -350 section 220.This code is available online at http: / /www.ecy.wa.gov/ programs /swfa /facilities /350.html. Organic matter content between 35 and 65 percent as determined by loss of ignition test method (ASTM D 2974). pH between 5.5 and 7.0. Carbon:nitrogen ration between 20:1 and 35:1. Maximum electrical conductivity of 3 ohms /cm. Moisture content range between 35 and 50 percent. No viable weed seeds. Manufactured inert material (plastic, concrete, ceramics, etc.) should be less than 1 percent on a dry weight or volume basis. Metals should not be in excess of limits on the following table: Metal Limit(mg /kg dry weight) Arsenic <= 20 ppm Cadmium <= 10 ppm Copper <= 750 ppm Lead <= 150 ppm Mercury <= 8 ppm Molybdenum <= 9 ppm Nickel <= 210 ppm Selenium <= 18 ppm .: 1 ' STANDARD PLANS August 3, 2009 The State of Washington Standard Plans for Road, Bridge and Municipal Construction M21 -01 transmitted under Publications Transmittal No. PT 09 -013, effective August 3, 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 -1 a In the TYPE 10 WOOD POST ASSEMBLY, delete callout — NESTED THRIE BEAM In the TYPE 11 WOOD POST ASSEMBLY, THE 18" button head bolt is revised to 25" C -1 b ' In the ANCHOR POST ASSEMBLY, the above ground 7 1/2" long bolt connecting the Wood Breakaway Post to the Foundation Tube is revised to 10" long. C -3, C -313, C -3C Note 1 is revised as follows: replace reference F -2b with F -10.42 CC =5 In the A CONNECTION, "Type 3 transition pay limit" is revised to "transition pay limit". C -10 (sheet 2 of 2) COVER PLATE DETAIL, dimension of the 1" dia. holes, changes from 8" to 3" F -10.20 GENERALNOTE 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.) 69 J -28.40 Add to the end of Note 4. DO NOT OVERTIGHTEN. After State Inspection, Burr threads to prevent nut rotation. J- 40.10, Section A replace 3" MIN. with 3" MAX. 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. M -20.30 LEFT EDGE OF LANE PLACEMENT DETAIL Dimension 4" replaced with 1" 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- 10.20- 00......10/05/07 A- 50.20 - 00.....11 A- 10.30- 00......10/05/07 A- 30.35- 00......10/12/07 A- 20.10- 00 ........ 8/31 /07 A- 30.10- 00 ...... 11 /08/07 A- 30.15- 00 ...... 11 /08/07 A- 30.30- 00 ...... 11 /08/07 A- 50.20 - 00.....11 /17/08 A- 30.35- 00......10/12/07 A- 50.30- 00.....11/17/08 A- 40.10- 00......10/05/07 A- 50.40- 00.....11/17/08 A- 40.20- 00........9/20/07 A- 60.10- 00.....10/05/07 A- 40.50- 00 ..... 11 /08/07 A- 60.20- 00.....10/05/07 A- 50.10 - 00.....11 /17/08 A- 60.30- 00 ..... 11 /08/07 70 B- 5.20- 00 .......... 6/01 /06 B- 5.40- 00 .......... 6/01 /06 B -30.10 B -5.60- 00 .......... 6/01 /06 B- 75.20- 01.......6/10/08 B- 10.20- 00 ........ 6/01 /06 rB- B- 10.40- 00 ........ 6/01 /06 B- 75.50- 01.......6/10/08 B- 10.60- B- 30.80- 00........6/08/06 00........6/08/06 B- 75.60- 00.......6/08/06 B- 15.20- 00 ........ 6/01 /06 B- 30.90- 01........9/20/07 B- 15.40- 00 ........ 6/01 /06 B- 80.20- 00.......6/08/06 B- 15.60- 00 ........ 6/01 /06 B- 35.20- 00........6/08/06 B- 20.20- B- 80.40- 00 01 ....... 11/21/06 ' 6- 20.40- B- 82.20- 00 02........6/10/08 B- 20.60- 02........6/10/08 B- 25.20 - 00........6/08/06 B- 25.60- 00 ........ 6/01 /06 B -30.10 L A- 60.40- 00......8/31 /07 B- 30.50- 00........6/01/06 00........6/08/06 B- 75.20- 01.......6/10/08 B- 30.20- 01 ...... 11/21/06 rB- 30.30- B- 75.50- 01.......6/10/08 00 ........ 6/01 /06 B- 30.80- 00........6/08/06 B- 30.40- B- 75.60- 00.......6/08/06 00 ........ 6/01 /06 B- 30.90- 01........9/20/07 B- 85.40- 00.......6/08/06 B- 80.20- 00.......6/08/06 C- 1 ....................2 /10/09 B- 35.20- 00........6/08/06 C -1 a ..................2/10/09 B- 80.40- 00 C -1 b ................10/31/03 B- 35.40- 00........6/08/06 C -1 c ..................5/30/97 B- 82.20- 00 C -1 d ................10 /31 /03 L A- 60.40- 00......8/31 /07 B- 30.50- 00........6/01/06 ........ 6/01 /06 B- 75.20- 01.......6/10/08 B- 40.40- 00 ........ B- 30.70- 01........8/31/07 B- 85.20- 00 ....... B- 75.50- 01.......6/10/08 B- 45.20- 00 ........ B- 30.80- 00........6/08/06 B- 85.30- 00 ....... B- 75.60- 00.......6/08/06 B- 45.40- 00 ........ B- 30.90- 01........9/20/07 B- 85.40- 00.......6/08/06 B- 80.20- 00.......6/08/06 ..................3/14/97 B- 35.20- 00........6/08/06 ................. 7/3/08 B- 80.40- 00 ....... 6/01 /06 B- 35.40- 00........6/08/06 B- 82.20- 00 ....... 6/01 /06 B- 40.20- 00........6/01/06 ........ 6/01 /06 B- 85.10- 01.......6/10/08 B- 40.40- 00 ........ 6/01 /06 B- 85.20- 00 ....... 6/01 /06 B- 45.20- 00 ........ 6/01 /06 B- 85.30- 00 ....... 6/01 /06 B- 45.40- 00 ........ 6/01 /06 B- 85.40- 00.......6/08/06 B- 90.40- 00.......6/08/06 B- 50.20- 00........6/01/06 B- 85.50- 01.......6/10/08 B- 55.20- 00 ........ 6/01 /06 B- 90.10- 00.......6/08/06 C- 4f ...................6/30/04 B- 60.20- 00........6/08/06 C- 14j ............... B- 90.20- 00.......6/08/06 C- 5 ..................10 B- 60.40- 00 ........ 6/01 /06 B- 90.30- 00.......6/08/06 C- 6 ....................5 /30/97 B- 65.20- 00 ........ 6/01 /06 B- 90.40- 00.......6/08/06 ..................3/14/97 B- 65.40- 00 ........ 6/01 /06 B- 90.50- 00.......6/08/06 B- 70.20- 00 ........ 6/01 /06 B- 95.20 - 01.......2/03/09 B- 70.60- 00 ........ 6/01 /06 B- 95.40- 00.......6/08/06 C- 4e ..................2/20/03 C- 14i ................. 2/10/09 C- 4f ...................6/30/04 C- 14j ............... 12/02/03 C- 5 ..................10 /31/03 C- 14k ................. 2/10/09 C- 6 ....................5 /30/97 C- 15a ................. 7/3/08 C- 6a ..................3/14/97 C- 15b ................. 7/3/08 71 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- 00........2/06/07 C- 2c ..................6/21 /06 C- 7 .................. 10 /31 /03 C- 20.40- 00........2/06/07 C- C- 7a ................10/31 /03 C- 20.42- 00........2/03/09 2d ..................6/21 /06 C- C- 8 ....................2 /10/09 C- 22.14- 00........2/03/09 2e ..................6/21 /06 C- 2f ...................3/14/97 C- 8a .................. 7/25/97 C- 22.16- 00........2/03/09 C- 2g ..................7/27/01 C- 8b .................. 2/10/09 C- 22.40- 01......10/05/07 C- 2h ..................3/28/97 C- 8e .................. 2/21/07 C- 23.60- 00........2/06/07 C- C- 8f ...................6/30/04 C- 25.18- 01........9/20/07 2i ...................3/28/97 C- 2j ...................6/12/98 C- 10 .................. 7 /31/98 C- 25.20- 03........2/03/09 C- C- 13 ....................7 /3/08 C- 25.22- 02........2/03/09 2k ..................7/27/01 C- C-1 3a ..................7/3/08 C- 25.26- 00........2/03/09 2n .................. 7/27/01 C- C-1 3b ................7/3/08 C- 25.80- 01........7/3/08 2o ..................7/13/01 C- C- 13c .................7/3/08 C- 28.40- 00........2/06/07 2p ................10/31 /03 C- C- 14a .................7/3/08 C- 40.14- 00........2/03/09 3 ..................10 /04/05 C- C- 14b ................7/26/02 C- 40.16- 00........2/03/09 3a ................10/04/05 C- 3b ................10/04/05 C- 14c ................. 7/3/08 C- 40.18.00........2 /03/09 C- 3c ..................6/21 /06 C- 14d ................. 7/3/08 C- 90.10- 00........7/3/08 C- 4 ....................2 /21/07 C- 14e ................. 7/3/08 C- 4b ..................6/08/06 C- 14h ............... 2/10/09 D- 2.02- 00........11/10 /05 D- 2.44- 00........11/10 /05 D -3b 6/30/04 72 1 1 11 1 f 1 1 D- 2.04- 00........11/10 /05 D- 2.46- 00........11/10 /05 D -3c 6/30/04 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 F- 80.10- 00 ....... 1 /23/07 D -2.12- D- 2.64- 01........1/06/09 F- 40.15- 00........2/07/07 D- 10.15- 01......12/02/08 00........11 /10/05 F- 40.16- 00........2/07/07 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- D- 2.80- 00........11/10 /05 D- 10.35- 00 ......... 7/8/08 00........11 /10/05 D -2.30- D- 2.82- 00........11/10 /05 D- 10.40- 01......12/02/08 00........11 /10/05 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- Ma ..................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 73 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 /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 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 - 00 ...... 1 /06/09 00......11 /08/07 J- 1f ....................6/23/00 J- 9a .................. G- 24.40- G- 60.30- 00 ....... 8/31 /07 G- 95.10- 00 ..... 11 /08/07 01......12/02/08 7 /18/97 J- 28.40- 00.......8/07/07 J- 3b ...................3/04/05 G- 24.50- G- 70.10- 00......10/5/07 G- 95.20- 01......7/10/08 00.....11 /08/07 11 b .................9/02/05 G- 95.30- 01......7/10/08 H- 10.10- 00 .......... 7/3 /08 H- 32.10- 00.......9/20/07 1- 50.20- 00 .......... 8/31 /07 H- 70.10- 00......9/05/07 /07 H- 10.15- 00 .......... 7/3 /08 H- 60.10- 01 ......... 7/3/08 H- 70.20- 00......9/05/07 /07 H- 30.10- 00......10/12/07 /07 H- 60.20- 01 ......... 7/3/08 H- 70.30- 01 ...... 11 /17/08 1- 10.10- 00 ......... 8/31 /07 1- 30.50- 00 ....... 11 /14/07 1- 50.20- 00 .......... 8/31 /07 1- 30.10- 00.........9/20 /07 1- 40.10- 00.........9/20 /07 1- 60.10- 00 ........ 8/31 /07 1- 30.20- 00.........9/20 /07 1- 40.20- 00.........9/20 /07 1- 60.20- 00 ........ 8/31 /07 1- 30.30- 00.........9/20 /07 1- 50.10- 00.........9/20 /07 1- 80.10- 00 ........ 8/31 /07 1- 30.40 - 00 ....... 10/ 12/07 J- 1f ....................6/23/00 J- 9a .................. 4/24/98 J- 28.30- 00.......8/07/07 J- 3 .....................8 /01 /97 J- 10 .................. 7 /18/97 J- 28.40- 00.......8/07/07 J- 3b ...................3/04/05 J- J- 28.42- 00.......8/07/07 11 b .................9/02/05 J- 3c ...................6/24/02 J- 12 .................. 2 /10/09 J- 28.45- 00.......8/07/07 J- 3d .................11/05/03 J- 16a ................ 3/04/05 J- 28.50- 00.......8/07/07 J- 5 .....................8 /01/97 J- 16b ................ 2/10/09 J- 28.60- 00.......8/07/07 J- 6c ...................4/24/98 J- 16c ................. 2/10/09 J- 28.70- 00......11/08/07 J- 7a ...................9/12/01 J- 18 ................. 2 /10/09 J- 40.10- 00.......1/06/09 74 1-1 1 1 u J- 7c ...................6/19/98 J- 19 ................. 2 /10/09 J- 40.30- 00......1/06/09 J- 7d ...................4/24/98 L- 20.10- 00........2/07/07 J- 20 ................. 9 /02/05 J- 75.10- 00......2/10/09 L- 30.10- 00........2/07/07 J- 8a ...................5/20/04 L- 40.20- 00 J- 28.10- 00......8/07/07 M- 2.60- 01 ......... J- 75.20- 00......2/10/09 M- 3.10- 02......... J- 8b ..................5/20/04 J- 28.22- 00.......8/07/07 J- 75.30- 00.......2/10/09 ......... 7/3/08 J- 8c ...................5/20/04 J- 28.24- 00.......8/07/07 J- 90.10- 00.......2/10/09 M- 40.60- 00......9/20/07 J- 8d ..................5/20/04 M-20.20-01 J- 28.26- 01......12/02/08 J- 90.20- 00.......2/10/09 K- 10.20- 01......10/12/07 K- 26.40- 01......10/12/07 K- 40.60- 00.......2/15/07 K- 10.40- 00........2/15/07 K- 30.20- 00........2/15/07 K- 40.80- 00.......2/15/07 K- 20.20- 01......10/12/07 K- 30.40- 01......10/12/07 K- 55.20- 00.......2/15/07 K- 20.40- 00........2/15/07 K- 32.20- 00........2/15/07 K- 60.20- 02 ......... 7/3/08 K- 20.60- 00........2/15/07 K- 32.40- 00........2/15/07 K- 60.40- 00.......2/15/07 K- 22.20- 01......10/12/07 K- 32.60- 00........2/15/07 K- 70.20- 00.......2/15/07 K; 24.20- 00........2/15/07 K- 32.80- 00........2/15/07 K- 80.10- 00 ....... 2/21 /07 K- 24.40- 01......10/12/07 K- 34.20- 00........2/15/07 K- 80.20- 00.....12/20/06 K- 24.60- 00........2/15/07 K- 36.20- 00........2/15/07 K- 80.30- 00 ....... 2/21 /07 K- 24.80- 01......10/12/07 K- 40.20- 00........2/15/07 K- 80.35- 00 ....... 2/21 /07 K- 26.20- 00........2/15/07 K- 40.40- 00........2/15/07 K- 80.37- 00.......2/21/07 L- 10.10- 00 ........ 2/21 /07 L- 40.10- 00 ........ 2/21 /07 L- 70.10- 01 ....... 5/21 /08 L- 20.10- 00........2/07/07 1 /30/07 L- 40.15- 00 ........ 2/21 /07 L- 70.20- 01 ....... 5/21 /08 L- 30.10- 00........2/07/07 1 /30/07 L- 40.20- 00 ........ 2/21 /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- 7.50- 01 ......... 1 /30/07 M- 24.60- 02.......2/06/07 M- 9.50- 01 ......... 1 /30/07 M- 40.10- 00......9/20/07 M- 9.60- 00.......2/10/09 M- 40.20- 00...10/12/07 M- 11.10- 01.......1/30/07 M- 40.30- 00......9/20/07 M- 15.10- 01.......2/06/07 M- 40.40- 00......9/20/07 M- 17.10- 02 ......... 7/3/08 M- 40.50- 00......9/20/07 M- 20.10- 01 ....... 1 /30/07 M- 40.60- 00......9/20/07 M-20.20-01 ....... 1/30/07 M- 60.10- 00......9/05/07 75 M- 3.20- 01 ......... 1 /30/07 M- 20.30- 01 ....... 1 /30/07 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 CONTRACT THIS AGREEMENT, made and entered into in triplicate, this o._ day of �y , , 2010, by and between the City of Yakima, hereinafter called the Owner, and Russell Crane Service 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: $ $32,262.10 , for Cowiche Canyon Parcel Rehabilitation, Project No. 2239, 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 Ten (10) 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 111, day after the date ' on which the City issues the Notice to Proceed. If said work is not completed within the time specified, the Contractor agrees to pay to the Owner the sum specified in the Standard Specifications for each and every day said work remains uncompleted after expiration of the specified time, as liquidated damages. ' The Contractors shall provide and bear the expense of all equipment, work and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in this contract and every part thereof, except such as are mentioned in the specifications to be furnished by the City of Yakima. ' II. The City of Yakima hereby promises and agrees with the Contractor to employ, and does employ the Contractor to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the attached plans and specifications and the terms and conditions herein contained and hereby contracts to pay for the same according to the attached specifications and the schedule of unit or itemized prices hereto attached, at the time and in the manner and upon the conditions provided for in this contract. III. 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 this Lr day of NO% 2010 Russell Its President (President, Owner, etc.) Address: 1008 N. 1st Street Yakima, WA 98901 77 Bond # WAC48803 PERFORMANCE BOND BOND TO CI'T'Y OF YAKIMA KNOW ALL MEN BY THESE PRESENTS: Thatwe, the undersigned, Russell Crane Service, Inc a Washington CorporatbnasPrincipaiand Merchants Bonding Company(MLItual) _a corporation organized and exislN under the laws of the State of Iowa as a surely corporation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors with munidpai corporations, as surety, are jointly and severoly held and firmly bound to the CITY OF YAKIMA in the penal sum of $_ 32, 262.10 for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or personal rettative3, 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 2�_ day cf October 2D-1-0. 0, Never -@ue -less, the conditions of the above obligations are such that: WHEREAS, pursuant to adlon taken by the Yaldma Oty Council on 2S October _ 20—LO— the City Manager and City Cork of the CITY OF YAKIMA has let or is about to gel to the said Russell Crane Service, Inc . the above bounded Principal, a certain contract', the said contractbeing numbered WAC48803 . and providing for Cowiche Canyan Parcel Rehabilitation (which conftd Is referred to herein ad is made a part hereof as though attached hereoo), and, Project # 2239 WHEREAS, the said Principal has accepted, or Is about to aocW, the said contract, and undertake to perform the work therein pmvkW for in the manner and within the time set font; NOW THEREFORE, if the said Russell Crane Serve, Inc shall faithfully perform all of the provisions of said contract In the manner and within the Urne therein set forth, or within such extenslons of time as may be granted under said contract, and shall pay all laborers, mechanics, sub-oontractm and matedal men, arid al persons who shall supply said principal or sub-conlradoss with provisions and supplies for the carrying on of said work, and shelf hold said CITY OF YAKIMA, their employees, agents, and elected or appointed officials, harmless from any damage oaasioned to any person or property by reason of any carelessness or negligence on the part of said principal, or any sub. conbWor in the performance of said work and shag Indem* and hold the CITY OF YAKIb1A, lfs employees, agents, and elected or appointed ottidals, harmless from any damage or expense by reason of failure of performance as specified in said contract or from defects appearing or developing to the material or workmanship provided or performed under said contract, then and in that event this obligation shall be void; but otherwise i( shag be and remain in full force a�rleffad. Kusse - rza!;ra,ne Service, Inc. ` (Caatrarim) (Pdrd Mama) Y 79 ""Ir ERCHANTS . BONDING COMPANY POWER OF ATTORNEY Know All Persons By These Presents, that the MERCHANTS BONDING COMPANY (MUTUAL), a corporation duly organized under the laws of the State of Iowa, and having its principal office in the City of Des Moines, County of Polk, State of Iowa, hath made, constituted and appointed, and does by these presents make, constitute and appoint Keith Degginger, Kenneth L. McIntosh, Rachelle Schlenker, Susan Chrysler, Ginger R. Carlson, Karla Jagla- Reitz, Leonard Wallick of Mukilteo and State of Washington its true and lawful Attorney-in-Fact, with full power and authority hereby conferred in its name, place and stead, to sign, execute, acknowledge and deliver in its behalf as surety any and all bonds, undertakings, recognizances or other written obligations in the nature thereof, subject to the limitation that any such instrument shall not exceed the amount of: TWO MILLION ($2,000,000.00) DOLLARS and to bind the MERCHANTS BONDING COMPANY (MUTUAL) thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officers of the MERCHANTS BONDING COMPANY (MUTUAL), and all the acts of said Attorney -in -Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This Powerof- Attomey is made and executed pursuant to and by authority of the following Amended Substituted and Restated By- Laws adopted by the Board of Directors of the MERCHANTS BONDING COMPANY (MUTUAL) on November 16, 2002. ARTICLE 11, SECTION 8 - The Chairman of the Board or President or any Vice President or Secretary shall have power and authority to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof. ARTICLE II, SECTION 9 - The signature of any authorized officer and the Seal of the Company may be affixed by facsimile to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed. In Witness Whereof, MERCHANTS BONDING COMPANY (MUTUAL) has caused these presents to be signed by its President and its corporate seal to be hereto affixed, this 25th day of May . 2010. . �p1NG Co ORQOR . q'. .y 4C. 1933 c• STATE OF IOWA COUNTY OF POLK ss. MERCHANTS BONDING COMPANY (MUTUAL) By /—f-z7 7 President On this 25th day of May , 2010 , before me appeared Larry Taylor. to me personally known, who being by me duly sworn did say that he is President of the MERCHANTS BONDING COMPANY (MUTUAL). the corporation described In the foregoing instrument, and that the Seal affixed to the said instrument is the Corporate Seal of the said Corporation and that the said instrument was signed and sealed in behalf of said Corporation by authority of its Board of Directors. In Testimony Whereof, I have hereunto set my hand and affixed my Official Seal at the City of Des Moines, Iowa, the day and year first above written. ap� CINDY SMYTH m ,F Comission Number 173504 My Commission Expires I/ March 16, 2012 Notary Public, Polk County, Iowa STATE OF IOWA COUNTY OF POLK ss. 1, William Warner, Jr., Secretary of the MERCHANTS BONDING COMPANY (MUTUAL), do hereby certify that the above arid,foregoing' is a true and correct copy of the POWER -OF- ATTORNEY executed by said MERCHANTS BONDING COMPANY (MUTUAL); which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Company on this day of a,XtkG Co*-. . _ 0- :yJ 1933 : ti ' POA 0001 (1/09) Secretary ACORO® CERTIFICATE OF LIABILITY INSURANCE DATE (MM /DD 10/27/20010 10 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Ginger Carlson NAME: g PHONE Ext)w (425) 740 -5200 FAX No: (425)740 -5201 Degginger McIntosh and Associates ADORESS:gingerODMAinsurance.com 3977 Harbour Pointe Blvd. SW PRODUCER p0016494 EACH OCCURRENCE INSURERS AFFORDING COVERAGE NAIC# Mukilteo WA 98275 INSURED INSURERAMaXum Indemnity Company PERSONAL &ADV INJURY INSURERB:American Economy Insurance Co. L19690 Russell Crane Service, Inc. INSURER C:Alterra America Insurance Co. GEN'L AGGREGATE LIMIT APPLIES PER: POLICY X PRO LOC 1008 N. 1St St. - INSURER D: " INSURER E: B AUTOMOBILE INSURER F: Yakima WA 98901 ' COVERAGES RFRTIF1rATF NIIMRFR• 10 /11 GL. BA. UMB. SG. IM RFVIRICIN NIIMRFR- THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL SUBR WVD POLICY NUMBER POLICY EFF MM /DD/YYYY POLICY EXP MM /DD/YYYY LIMITS A GENERAL LIABILITY X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE � OCCUR X X GLP601057302 9/3/2010 9/3/2011 EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED PREMISES Ea occurrence 50,000 $ MED EXP (Any one person) $ EXCLUDED PERSONAL &ADV INJURY $ 11000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY X PRO LOC PRODUCTS - COMP /OP AGG $ 2,000,000 $ B AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS 02CE21798114 9/3/2010 9/3/2011 COMBINED SINGLE LIMIT (Ea accident) $ 11000,000 X BODILY INJURY (Per person) $ BODILY INJURY (Peraccident) $ PROPERTY DAMAGE (Per accident) $ $ $ A X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE EXC60105702 9/3/2010 9/3/2011 EACH OCCURRENCE $ 51000.000 AGGREGATE $ 5,000,000 DEDUCTIBLE RETENTION $ 10,000 $ X $ A �6AOxB�f{6kJ4Mi4XISDCD(Ob1C )OXXEMPLOYERS' LIABILITY YIN ANY PROPRIETOR/PARTNER/EXECUTIVE ❑ OFFICERIMEMBER EXCLUDED? (Mandatory In NH) If yes, describe under DESCRIPTION OF OPERATIONS below NIA GLP601057302 WA STOP GAP 9/3/2010 9/3/2011 NC STATU- X OTH- I E.L. EACH ACCIDENT $ 11000,000 E.L. DISEASE - EA EMPLOYE $ 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 C INLAND MARINE - RIGGERS & HOOK LIABILITY MAXA4IM0011039 9/3/2010 9/3/2011 LIMIT $2,000,000 DEDUCTIBLE $2,500 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, ff more space Is required) City of Yakima, their agents, employees, and elected of appointed officials are included as Additional Insureds for Project #2239 per form CG2010(0704) with respect to any and all operations of the Named Insured. Coverage includes Completed Operations per form CG2037(0704), and a Per Project Aggregate per form E255(1/2/03). All endorsements apply per required Written Contract. See form PJ(01 /2003) for Policy Cancellation Clause. CERTIFICATE HOLDER CANCFI I ATIAN (509)576-6305 bfloyd@ci.yakima.wa.us SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Yakima ACCORDANCE WITH THE POLICY PROVISIONS. ATTN: Bruce Floyd AUTHORIZED REPRESENTATIVE 129 N 2nd Street Yakima, WA 98901 -2613 Ken McIntosh /VOS — 'ACORD 25 (2009/09) ©1988 -2009 ACORD CORPORATION. All rights reserved. IN S025 (200909) The ACORD name and logo are registered marks of ACORD Common Policy Conditions All Coverage Parts included in this policy are subject to the following conditions: A) CANCELLATION 1. The first Named Insured shown in the Declarations may cancel this policy by mailing or delivering to us advance written notice of cancellation. 2. We may cancel this policy by mailing or delivering to the first Named Insured written notice of cancellation at least: a. 10 days before the effective date of cancellation if we cancel for nonpayment of premium; or b. 30 days before the effective date of cancellation if we cancel for any other reason. 3. We will mail or deliver our notice to the first Named Insured's last mailing address known to us. 4. Notice of cancellation will state the effective date of cancellation. The policy period will end on that date. 5. If this policy is cancelled, we will send the first Named Insured any premium refund due. If we cancel, the refund will be pro rata. If the first Named Insured cancels, the refund may be less than pro rata. The cancellation will be effective even if we have not made or offered a refund. 6. If notice is mailed, proof of mailing will be sufficient proof of notice. B) CHANGES This policy contains all the agreements between you and us concerning the insurance afforded. The first Named Insured shown in the Declarations is authorized to make changes in the terms of this policy with our consent. This policy's terms can be amended or waived only by endorsement issued by us and made a part of this policy. C) EXAMINATION OF YOUR BOOKS AND RECORDS We may examine and audit your books and records as they relate to this policy at any time during the policy period and up to three years afterward. D) INSPECTIONS AND SURVEYS We have the right but are not obligated to: 1. Make inspections and survey at any time; 2. Give you reports on the conditions we find; and 3. Recommend changes. Any inspections, surveys, reports or recommendations relate only to insurability and the premiums to be charged. We do not make safety inspections. We do not undertake to perform the duty of any person or organization to provide for the health or safety of workers or the public. And we do not warrant that conditions: 1. Are safe or healthful; or 2. Comply with laws, regulations, codes or standards. This condition applies not only to us, but also to any rating, advisory, rate service or similar organization that makes insurance inspections, surveys, reports or recommendations. E) PREMIUMS The first Named Insured shown in the Declarations: 1. Is responsible for the payment of all premiums; and 2. Will be the payee for any return premiums we pay. F) TRANSFER OF YOUR RIGHTS AND DUTIES UNDER THIS POLICY Your rights and duties under this policy may not be transferred without our written consent except in the case of death of an individual named insured. If you die, your rights and duties will be transferred to your legal representative but only while acting within the scope of duties as your legal representative. Until your legal representative is appointed, anyone having proper temporary custody of your property will have your rights and duties but only with respect to that property. IN WITNESS WHEREOF, Maxum Indemnity Company has caused this policy to be signed by its President and Secretary at Alpharetta, Georgia, but it is not binding unless signed on the Declarations Page by our Authorized Representative. sl�� (3. u,�� -u— ecretary PJ (01!2003) President IPOLICY NUMBER: GLP601057302 COMMERCIAL GENERAL LIABILITY CG 20 10 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS; LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Additional Insured Person(s) or Organization(s): Location(s) Of Covered Operations Blanket - Any person or organization for whom you are performing operations when you and such person or organization have agreed in writing in a contract or agreement prior to the date of loss that such person or organization be added as an additional insured on your policy. Information required to complete this Schedule if not shown above will be shown in the Declarations. A. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) desig- nated above. ' CG 20 10 07 04 B. With respect to the insurance afforded to these additional insureds, the following additional exclu- sions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equip- ment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its in- tended use by any person or organization other than another contractor or subcontractor en- gaged in performing operations for a principal as a part of the same project. Copyright, Insurance Services Office, Inc., 2004 Page 1 of 1 POLICY NUMBER: GLP 6010573 -02 COMMERCIAL GENERAL LIABILITY CG 20 37 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s): Location And Description Of Completed Operations BLANKET AS REQUIRED BY VIRTUE OF WRITTEN VARIOUS CONTRACT Information required to complete this Schedule. if not shown above. will be shown in the Declarations. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the schedule of this endorsement performed for that additional insured and included in the "products - completed operations hazard ". CG 20 37 07 04 © ISO Properties, Inc.; 2004 Page 1 of 1 ❑ THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement, effective 09/03/2010 at 12:01 A.M. Standard time, forms a part of Policy Number GLP601057302 issued to Russell Crane Service, Inc. by Maxum Indemnity Company. This endorsement modifies insurance provided for under the following: ' COMMERCIAL GENERAL LIA B I L I TY COVERAGE FORM (OCCURRENCE) AMENDMENT- AGGREGATE LIMITS OF INSURANCE (PER PROJECT) 1 The General Aggregate Limit under LIMITS OF INSURANCE (Section III) applies separately to each of your projects away from premises owned by or rented to you. $2,000,000 Per Project General Aggregate With A Policy Maximum General Aggregate Limit Of $5,000,000 E255 (1/2/2003) Page 1 of 1 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. Subscribed and sworn to before me on this Notary Public in and for the State of Washington residing at Contractor day of 85 201 PREVAILING WAGE RATES Ll L n ' 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. ' In as much 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: tDepartment of Labor and Industries ESAC Division PO Box 44540 ' Olympia, Washington 98504 -4540 Telephone: 360- 902 -5335 ' 87 State of Washington , Department of Labor & Industries Prevailing Wage Section - Telephone 360 - 902 -5335 PO Box 44540, Olympia, WA 98504 -4540 ' Washington State Prevailing Wage , The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of , overtime calculation requirements are provided on the Benefit Code Key. Journey Level Prevailing Wage Rates for the Effective Date: 9/20/2010 Gourit ;, -Y � ,;,,';" `:;: ;Trade ," ..... -Job; C(assificat on;�' ._ Wa'' a Holida Y' ' Overtim "e- Yakima Asbestos Abatement Workers Journey Level $17.83 1 Yakima Boilermakers Journey Level $35.48 1 Yakima : Brick Mason Journey Level $40.03 5A 1M 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 fln 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 Et Tenders Diver $100.28 5D 1M 8A Yakima Divers Et Tenders Diver On Standby $56.68 5D 1 M Yakima Divers Et Tenders Diver Tender $52.23 5D 1M Yakima Divers Et Tenders Surface Rcv Et Rov Operator $52.23 5D 1M Yakima Divers Et Tenders Surface Rcv Et Rov Operator Tender $48.85 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 8L Yakima Dredge Workers Mates And Boatmen $49.57 5D 1T 8L Yakima Dredge Workers Oiler $49.19 5D 1T 8L Yakima Drywall Applicator Journey Level $37.70 5D 1M M. Ll Yakima Drywall Tapers Journey Level $31.71 5A 1 P Yakima.- f;. �. Electrical- Fikture M'ri` n n rk a to a ce_'1No er s Journe i Level Y:•. =`M 43'-32 $ ; . 1" ' Yakima Electricians - Inside Cable Splicer $52.41 5A 1 E Yakima ;: Electricians - Anside Journey. Level- ":: ` $50:60 Yakima Electricians - Inside Welder $54.75 5A 1E Yakima;, 'Eleectrician' - Motor Shop ` Draftsman :'''' ' ;` :_ '$95^37 Yakima Electricians - Motor Shop Journey Level $14.69 1 Yakima `, .,: Electricians :' Powerline„ '.'. Cable. Splicer:'';,':..; <„ $61..08.. 5A ' — 4A',' „':'” Construction Yakima Electricians - Powerline Certified Line Welder $55.81 5A 4A Construction Yakimaa -, ""0 owerline`' " :.:" Ground erson`, = `''' <' ' "_' ,'$39.83 5A: Construction Yakima Electricians - Powerline Head Groundperson $42.02 5A 4A Construction Yakima. . Electncians Power line Hea" Lme:E' uit meet..L 0" 55:8.1: :r .., ..: .�- ..; -:.: :, Co st uction Yakima Electricians - Powerline Jackhammer Operator $42.02 5A 4A Construction Yakima :.) ' Electricians'- Povwerlin e Journe ''Level` : ",;: °` Y Line arson':; 55.8 1 5A 4A' ' Construction Yakima Electricians - Powerline Line Equipment Operator $47.20 5A 4A Construction Yakima; Electricians -- Powerline ' Pofe ,Sprayer;" :':..:,' ° $55.81 5A 4A `a, Construction Yakima Electricians - Powerline Powderperson $42.02 5A 4A Construction Yakima. °' Elect Yomc TecHnicians :: `Journey Level''';`.': . $23.40 "J" Yakima Elevator Constructors Mechanic $67.91 4A Elevator;,- Constructors. 'w,:.? ' Mechame..In:Char e'.:: :. 73:87 Yakima Fabricated Precast Concrete Products Craftsman $8.72 1 Fabricated Precast' � Concrete Pr , Y.: -Journe . Level.:' :` $8.55 Yakima Fence Erectors Fence Erector $13.79 1 Yakima'.:,.' Ft" i' rs --, _ Jourriey'Cevel "' "- :'.. :..' ',$24.'62 Yakima Glaziers Journey Level $22.43 61 1B Yakima, L Heat Er Frost Insulators And Asbestos. Workers' . Journey' Ievel-' : :... „ . ` $25.32 Yakima Heating Equipment Mechanics Journey Level $34.85 1 Yakima..... Hod Gam -' ' 6' Mason enders T' - Le el ", � Journe v Y • $ 32.55 5D Yakima Industrial Engine And Machine Mechanics Journey Level $15.65 1 99 Yakima Industrial Power Vacuum Journey Level $9.24 1 Cleaner Yakima Inland Boatmen Journey Level $8.55 1 Yakima Inspection /Cleaning /Sealing Cleaner Operator, Foamer Operator $9.73 1 Of Sewer Et Water Systems By Remote Control Yakima Inspection /Cleaning /Sealing Grout Truck Operator $11.48 1 Of Sewer Et Water Systems By Remote Control Yakima Inspection /Cleaning /Sealing Head Operator $12.78 1 Of Sewer Et Water Systems By Remote Control Yakima Inspection /Cleaning Technician $8.55 1 Of Sewer E: Water Systems By Remote Control Yakima, Inspection /Cleaning /Sealing Tv Truck Operator $10.53 1 . Of Sewer Et Water Systems By Remote Control Yakima Insulation Applicators Journey Level $37.70 5D 1M Yaki.ma'.. Ironworkers Journeyman. $50..94 5A 10", " Yakima Laborers Air, Gas Or Electric Vibrating Screed $31.61 5D 1 H Yakima Laborers Airtrac Drill,Operator, $32.55 5D 1H Yakima Laborers Ballast Regular Machine $31.61 5D 1H Yakima Laborers Batch Weighman $29.65 5D 1H 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 1H 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 1 H Yakima Laborers Chipping Gun(30 Lbs. And Over) $32.16 5D 1 H Yakima Laborers Choker Setter $31.61 5D 1H Yakima Laborers Chuck Tender $31.61 5D 1H Yakima Laborers Clary Power Spreader $32.16 5D 1H Yakima Laborers Clean -up Laborer $31.61 5D 1H Yakima Laborers Concrete Dumper /chute Operator $32.16 5D 1H Yakima Laborers Concrete Form Stripper $31.61 5D 1H .% t t I - u Yakima Laborers " Concrete Placement Crew $32:16 5D "" 1 H " Yakima Laborers Concrete Saw Operator /core Driller $32.16 5D 1 H Yakima Laborers Crusher Feeder $29.65 5D 1 H Yakima Laborers Curing Laborer $31.61 5D 1 H Yakima Laborers Demolition: :Wrecking "Et Moving "(incL "Charred Material)' $31.61 5D 1 H Yakima Laborers Ditch Digger $31.61 5D 1H Yakima Laborers . Diver $32.55 5D ,." " ` "' . ". 1 H . 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 1 H Yakima Laborers Epoxy Technician $31.61 "," " 5D..", 1H .. Yakima Laborers Erosion Control Worker $31.61 5D 1 H Yakima Laborers" Faller Et Bucker Chain Saw" $32.16 .'' " ; 5D: ' — 1 H' —" Yakima Laborers Fine Graders $31.61 5D 1 H Yakima " Laborers, ' " ' " Firewatch . $29.65':, ..5D,,, 1H " Yakima Laborers Form Setter $31.61 5D 1 H Yakima " "., Laborers. "" Gabian"Basket Builders $31.61 5D" 1H . Yakima Laborers General Laborer $31.61 5D 1 H Yakima Laborers Grade, Checker Et Transit Person $32:55 5D.-,'. " . " 1'H Yakima Laborers Grinders $31.61 5D 1 H Yakima - Laborers,. Grout Machine Tender"' $31.61 ". 5D. 1H " .. Yakima Laborers Groutmen (pressure)including Post Tension Beams $32.16 5D 1 H Yakima' Laborers Guardrail Erector $31.61 5D" 1 H 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 Yakima Laborers Jackhammer $32.161 5D 1H Yakima" ." . Laborers Laserbeam Operator p $32."6 1 5D .:: ., " 1 H Yakima Laborers Maintenance Person $31.61 5D 1 H Yakima Laborers Manhole Builder--.' mudman $32.16 5D 1 H Yakima Laborers Material Yard Person $31.61 5D 1 H 91 Yakima Laborers Miner $32.55 5D 1 H Yakima Laborers Mortarman Et Hodcarrier $32.16 5D 1H Yakima Laborers Motorman -dinky Locomotive $32.16 5D 1H Yakima Laborers Nozzleman (concrete Pump, Green Cutter When Using Combination Of High Pressure Air Et Water On Concrete Et Rock, Sandblast, Gunite, Shotcrete, Water Bla $32.16 5D 1H Yakima Laborers Pavement Breaker $32.16 5D 1 H 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 1H Yakima Laborers Pipe Pot Tender $32.16 5D 1H Yakima Laborers Pipe Reliner $32.16 5D 1H 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 Et Similar Electric, Air Et Gas Operated Tools $32.16 5D 1H Yakima Laborers Tamper (multiple Et Self - propelled) $32.16 5D 1H 0 J L 1 Yakima Laborers. Timber :Person;_.Sewer.;,::><4`$3246' la er-' Shorer &'' ` :;5D' 1H "" Yakima Laborers Toolroom Person (at Jobsite) $31.61 5D 1H Yakima Laborers. " ". To :1:? P,e Yakima Laborers Track Laborer $31.61 5D 1 H Yakima . Laborer's., Track;Liner' 'over ;'$32:.16 SD:; j Yakima Laborers Truck Spotter $31.61 5D 1 H Yakima; Latio`rers r: T- r u" 'e 0 erator D` Yakima Laborers Vibrator $32.16 5D 1 H .., t.,,k..h.:..u,C�. -.� Yakim ,;. a . ^wi...�Y:�- -... -- L r r abo a s. liSeamer .; "` ;; "'- 31,.61% Y•5D 1'HF- WX".'; : -- a = =. :' Yakima Laborers Watchman $27.11 5D 1 H Y ki _ Laborers :Weld ' rya : . t �r <;• Yakima Laborers Well Point Laborer $32.16 5D 1H T11 Laborers Window':Wastier %cleaner Yakima Laborers - Underground General Laborer Et Topman $31.61 5D 1H Sewer Et Water Yakima..- :. Laborers:.' Underground . P,ipe• Layer`: Y :` -- Sewer Et`•Water- Yakima Landscape Construction Irrigation Or Lawn Sprinkler Installers $9.00 1 Yakima p Landsca e Construction L e' E ui merit," > an Operators.Or Truck ;;_ Drivers 15:45 1 - Yakima Landscape Construction Landscaping Or Planting Laborers $9.00 1 Yakima Lathers Journey Level $3730 Yakima Marble Setters Journey Level $40.03 5A 1M Yakima Metal Fabrication (In Shop) • Fitter ", $12.00 ; ;' °,;:::: ;; `:': , '1 Yakima Metal Fabrication (In Shop) Laborer $10.31 1 Yakima Metal Fabrication`(In Shop) "•, Mach-ine Operator:; ,':: " ; $1!1:32. Yakima Metal Fabrication (In Shop) Painter $12.00 1 Yakima :,,.,:, Metal Fabrication (In,Shop) .Welder:: ",•:., '. -:::: '•. "`' "` : ..,: ..$1,1.32` Yakima Millwright Journey Level $26.05 1 Yakima Modular Buitdin s ..., . Jou�ne Y Leve Yakima Painters Journeyman $28.12 6Z 1 W Yakima -. Rile Driver ,: Joarne Level" Yakima Plasterers Journey Level $46.63 5B 111 Yakima :` w: Playground;EE,Park ; Eguipment;lnstallers. Journe "Levee't "-' ":'- -' .: .- • ' 8.55 Yakima Plumbers Et Pipefitters Journey Level $28.75 1 Yakima .,; Power Equipment Operators Asphalt Plant"bperators:.. $5b.39.:Y_:,,,, 5D = >1_T .` .: 8P: ; Yakima Power Equipment Operators Assistant Engineer 1 $47.12 5D 1T 8P 93 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: Eg "uipment 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:Eguipment Operators Compressor .,„ $47.12 5D 1T" 8P Yakima Power Equipment Operators Concrete Pump: Truck Mount With Boom Attachment Over 42 M $50.39 5D 1T 8P Yakima Power Equipment Operators Concrete Finish Machine -laser Screed $47.12 5D 1T 8P Yakima Power Equipment Operators Concrete Pump - Mounted Or Trailer High Pressure Line Pump, Pump High Pressure. $49.48 5D 1T 8P Yakima Power Equipment Operators Concrete Pump: Truck Mount With Boom Attachment Up To 42m $49.90 5D. 1T 8P Yakima Power Equipment Operators Conveyors $49.48 5D 1T 8P Yakima Power Equipment Operators Cranes: 20 Tons Through 44 Tons With Attachments Overhead, Bridge Type Crane: 20 Tons Through 44 Tons $49.90 5D 1T 8P Yakima Power Equipment Operators Cranes: 100 Tons Through 199 Tons, or 150' of boom (including jib with attachments); Overhead, bridge type, 100 tons and over; Tower crane up to 175' in height, base to boom. $50.94 5D 1T 8P Yakima Power Equipment Operators Cranes: 200 Tons To 300 Tons;:,0r'250' Of,, Boom (including Jib With Attachments).;; .. $51.51 5D 1T 8P Yakima Power Equipment Operators Cranes: 45 Tons Through 99 Tons, Under 150' Of Boom (including Jib With Attachments) $50.39 5D 1T 8P Yakima Power Equipment Operators Cranes: A -frame - 10 Tons And Under $47.12 5D 1T 8P Yakima Power Equipment Operators Cranes: Friction 100 Tons Through 199 Tons $51.51 5D 1T 8P 94 J J Yakima.:. Power- Eguipment:.Operators Cranes::Fdc' tiori..Over 200'Ton $52;:07. 5D.; -,':.' % Yakima Power Equipment Operators Cranes: Over 300 Tons Or 300' Of Boom (including Jib With Attachments) $52.07 5D 1T 8P Yakima" Power Equipment`Operators', Cranes::.Throu h 19, • .'::' Tons With Attachments; A frame Over 10.Tons+ ; $49:48 ;':.;. 5D..'" - " ' ....' 1T; . :`' ~ %: ';.8P..i :..;. ; Yakima Power Equipment Operators Crusher $49.90 5D 1T 8P Yak'ima-, Power'`Egui' mehf :Operrators' Deck Engineer /deck - °, °': > .Winches" (power '.a:' f.`' '$49':90.: h. Yakima Power Equipment Operators Derricks, On Building Work $50.39 5D 1T 8P Yakima` "' P.ower' °Egiai' "ment'0` erators'�Dozer�' N °t , uad9 :HD�41 �, a �< r��" ` Yakima Power Equipment Operators Dozers D -9 Et Under $49.48 555DD 1T 8P Yakima : ',", Power Eguipment'Ope`rators "Dri,ll'0ilers: AugerType: Truck' Or Crane Mount -" D — — $,.P fa %: = Yakima Power Equipment Operators Drilling Machine $49.90 5D 1T 8P Yakima Power.Eguipiiient.Operators Elevator And Man- lift:°i;:: n at;,'; Permanent Ad Shf. T . ,e" ;$47:12 "' 5D:. ;. 1T. 8P''. Yakima Power Equipment Operators Finishing Machine, Bidwell And Gamaco Et Similar Equipment $49.90 5D 1T 8P Yakima F Pow r- e EguipmeritOperators Forklift: 3000: LtSsAnd. ": `:' 'Wit e ts�" Over i• li Atta'chm n $49:48 > 5D . -. ; 1 T "° :: `` . ` : 8P':'c . , Yakima Power Equipment Operators Forklifts: Under 3000 Lbs. With Attachments $47.12 5D 1T 8P Yakima' :..'.. ; Power Eguipment'Operators Grade Engineer: Usirig.` Blue Prints, Cut Sheets;:, Etc ' $ , "90, ,''.5D,' . 1T' „';'" — .:`8P , ' — w. Yakima Power Equipment Operators Gradechecker /stakeman $47.12 5D 1T 8P Yakima - .;: Power Equipment Operators G, ua"rdrail;Purich /Auger:::. ;: $49:90 ' ::, . 5D "' :. `: ;;, 1T,;,, -:; 8P;' . Yakima Power Equipment Operators Hard Tail End Dump Articulating Off- Road Equipment 45 Yards. Et Over $50.39 5D 1T 8P Yakima P w:. o er E ui `m�ent•i � r ` O� e ators q p p Hard T i a t End�.Dum Articula`in - t Off.. • g'. road Equip"'men't`Un der =45 Yards $ 49 :9.0 5D: • — .. 1.T� — . •8P`�' — — Yakima Power Equipment Operators Horizontal /directional Drill Locator $49.48 5D 1T 8P Yakima.: Power E ui rn "ent .0 'era q p tors p Horizontal /dire i' n ct o al' Drill 0 er P atoc= $ 49.90 5 D .1T` 8P' Yakima Power Equipment Operators Hydralifts /boom Trucks Over 10 Tons $49.48 5D 1T 8P 95 Yakima Power Equipment Operators Hydralifts /boom Trucks,. 10 Tons And Under $47.12 5D 1T 8P Yakima Power Equipment Operators Loader, Overhead 8 Yards. Et Over $50.94 5D 1T 8P Yakima Power Equipment Operators Loader, Overhead, 6 Yards. But Not Including 8 Yards $50.39 5D 1T 8P Yakima Power Equipment Operators Loaders, Overhead Under 6 Yards $49.90 5D 1T 8P Yakima Power Equipment Operators Loaders, Plant Feed $49.90 5D 1T_, 8P Yakima Power Equipment Operators Loaders: Elevating Type Belt $49.48 5D 1T 8P Yakima ;;. Power Eguipment•'Operators Locomotives; "All. ' ; : ;. $49:90 , " •. 5D 1T` '' ", ,.8P . Yakima Power Equipment Operators Material Transfer Device $49.90 5D 1T 8P Yakima Power Equipment Operators Mechanics, All (leadmen $0.50 Per Hour Over Mechanic) $50.94 5D 1T. " . 8P Yakima Power Equipment Operators Mixers: Asphalt Plant $49.90 5D 1T 8P Yakima Power Equipment Operators Motor Patrol Grader ". Non- finishing $49.48 5D 1T 8P Yakima Power Equipment Operators Motor Patrol Graders, Finishing $50.39 5D 1T 8P Yakima Power Equipment Operators Mucking. Machine, Mole, Tunnel`Drilf, Boring,`. Road Header And /or Shield_ $50.39 5D _ 1T . "- . 8P Yakima Power Equipment Operators Oil Distributors, Blower Distribution 8 Mulch Seeding Operator $47.12 5D 1T 8P Yakima Power Equipment Operators Outside Hoists (elevators And Manlifts), Air Tuggers,strato $49.48 5D 1T 8P Yakima Power Equipment Operators Overhead, Bridge Type: 45 Tons Through 99 Tons $50.39 5D 1T 8P Yakima Power. Equipment Operators Pavement Breaker.. $47.12 5D 1T 8P Yakima Power Equipment Operators Pile Driver (other Than Crane Mount) $49.90 5D 1T 8P Yakima Power Equipment Operators Plant Oiler - Asphalt, Crusher $49.48 5D 1T 8P Yakima Power Equipment Operators Posthole Digger, Mechanical $47.12 5D 1T 8P Yakima Power Equipment Operators Power Plant $47.12 5D 1T 8P Yakima Power Equipment Operators Pumps - Water $47.12 5D 1T 8P Yakima .. Power Equipment Operators Quick Tower - No Cab, Under, 100 Feet In Height Based To Boom $47.12 5D 1T 8P I 1 LI rj I I I I I I I I I I I I 11 I I I I Yakima Power Equipment Operators Remote Control $50.39 5D 1T 8P Operator On Rubber Tired Earth Moving Equipment nt, Operat6rs jgg6r Ap Man.. .$47. 12 '1 H T ' P Yakima Power Equipment Operators Rottagon $50.39 5D 1T 8P .66erators, h�- 47.12 it '.8p 7T77777�7_i Yakima Power Equipment Operators Roller, Plant Mix Or $49.48 5D 1T 8P Multi-lift Materials Yak Power Equipment -. bpeeatb`rs; Jk6t"p- Yakima Power Equipment Operators Transporters,, All Track Or'Truck Type $50.39 5D 1T 8P Yakima Power Equipment Operators Trenching Machines $49.48 5D 1T 8P Yakima Power'Eguipment Operators Truck Crane Oiler /driver- 100 Tons And Over :$49.90 5D 1T ` 8P Yakima Power Equipment Operators Truck Crane Oiler /driver Under 100 Tons $49.48 5D 1T 8P Yakima Power Equipment Operators Truck Mount Portable, Conveyor $49.90 5D IT 8P Yakima Power Equipment Operators Welder $50.39 5D IT 8P Yakima Power Equipment Operators Wheel Tractors, Farman Type . $47.12 .: 5D 1T 8P Yakima Power Equipment Operators Yo Yo Pay Dozer $49.90 5D 1T 8P Yakima Power Equipment;_ Operators= Underground Asphalt Plant 'Operators -$50.39 5D. 1T.; '8P Sewer Et Water Yakima Power Equipment Operators- Underground Assistant Engineer $47.12 5D 1T 8P Sewer Et Water Yakima Power Equipment Operators- Underground, Barrier Machine (zipper) $49.90 .. 5D 1T 8P Sewer Et. Water Yakima Power Equipment Operators- Underground Batch Plant Operator, Concrete $49.90 5D 1T 8P Sewer Et Water Yakima Power Equipment' Operators- Underground Bobcat, $47.12 5D 1T 8P Sewer Et,Water Yakima Power Equipment Operators Underground Brokk - Remote Demolition Equipment $47.12 5D 1T 8P Sewer Et Water Yakima Power Equipment Operators Underground Brooms , $47.12 5D 1T 8P Sewer Et Water Yakima Power Equipment Operators- Underground Bump Cutter $49.90 5D 1T 8P Sewer Et Water Yakima Power Equipment Operators- Underground Cableways $50.39 5D 1T 8P Sewer Et Water Yakima Power Equipment Operators- Underground Chipper $49.90 5D 1T 8P Sewer Et Water Yakima Power Equipment Operators- Underground Compressor $47.12 5D 1T 8P Sewer Et Water Yakima Power Equipment Operators- Underground Concrete Pump: Truck Mount With Boom $50.39 5D 1T 8P .; 1 t 1 Ll L r 99 Sewer Et Water Attachment Over 42 M Yakima Power - Equipment- Concrete:Finish ".Machine'' $47;:1,2 ;= ";; %.;5D:;::..; ,:,, 1l- ". 8P Operators Underground .: Aaser:Scr'eea, Sewer Et Water, Yakima Power Equipment Concrete Pump - $49.48 5D 1T 8P Operators- Underground Mounted Or Trailer High Sewer Et Water Pressure Line Pump, Pump High Pressure. Yakima , Pow6r`EQuipme'nt° , Operators, .. , Under ,round; Concrete,: xPtue. m k - "TfUCk- d' s•.,.. Mount With Boom'- j:_ , - • 1 _ 8P:'.: - Sewer- Et:Water- • A ttacfiment U :To 42in Yakima Power Equipment Conveyors $49.48 5D 1T 8P Operators- Underground Sewer Et Water Yakima <- - 'Power- E ui ment q p - - 0- `erators = :Under r ound Cranes: "20 Tons; T' " "° Throu`h:44=Tons >With`Y�� '3M Aftachmenfs'Ov`erh "ead" mod..: L g. :yPe- °Tons- .Throe h'44Ton g. x`$49 9,R 3^3.'x.;: < "yY' .N Iv: ° >' ; "'a..•• 3 :SDI,;';: ;:.Y,: ;.y., J. C, t, •` ter a .r; `v > ' "r�r':;,ii:C< <y` `1 T,.• ".8P:;:. C::.• _ Sew e ter - - w: _ - Yakima Power Equipment Cranes: 200 Tons To 300 $51.51 5D 1T 8P Operators- Underground Tons, Or 250' Of Boom Sewer Et Water (including Jib With Attachments) Yakima. Power'Eg6i'pmen`4` t Operators= Undergrouhd' ` ' Through ".99.',Tons;' Under' 150''Of Boom (including Sewer Et'- Water' Jib "With'Aftachments)., . Yakima Power Equipment Cranes: A -frame - 10 $47.12 5D 1T 8P Operators- Underground Tons And Under Sewer Et Water Yakima'" Power Equipment, ." Cranes:. Friction 1,00 - $51:5,1`.:::":'.5D ': ,',: ':" 1T:: Operators- Underground ' Tons Through 199,Tons , Sewer. Et Water. .. Yakima Power Equipment Cranes: Friction Over $52.07 5D 1T 8P Operators- Underground 200 Tons Sewer Et Water Yakima' Power Equipment. Operators Under 'round` ' P g Cranes: Over 300 Tons r Or`3ry f 00'- 0 Boom " $52:07 ,kq ;5_D`:'tP`- 1T _ 8P: _ Sewer Et Water.. i " '. , „.. (inc Jib`With' ” Attachments Yakima Power Equipment Cranes: Through 19 $49.48 5D 1T 8P Operators- Underground Tons With Attachments Sewer Et Water A -frame Over 10 Tons Yakima °_ .Power.. Equipm n - - -- e t._._--_ 0 erators . Under. round' P g -Sewer, Et' Water Crusher -- - -__:- — - -- -- $49:90 „5D'; ';' - it 8P . Yakima Power Equipment Deck Engineer /deck $49.90 5D 1T 8P Operators- Underground Winches (power) Sewer Et Water Yakima :P6w er,Eguipment'. . : n Building $50:_3,9. - "5D _0p erators U ]'be Work`: ` 99 100 1 Sewer Ft Water Yakima Power Equipment Operators- Underground Dozer Quad 9, HD 41, D10 and Over $50.39 5D 1T 8P Sewer Et Water Yakima Power:Equipment .: Operators- Underground Dozers D 79 Et Under $49:48 5D 1T 8P Sewer Et Water . . Yakima Power Equipment Operators- Underground Drill Oilers: Auger Type, Truck Or Crane Mount $49.48 5D 1T 8P Sewer Et Water Yakima Power Equipment Operators- Underground Drilling Machine $49.90 5D 1T 8P Sewer Et Water Yakima Power Equipment Operators- Underground Elevator And Man -lift: Permanent And Shaft Type $47.12 5D 1T 8P Sewer Et Water Yakima Power Equipment Operators- Underground, Finishing Machine, Bidwell And Gamaco Et Similar, Equipment $49.90 5D 1T 8P Sewer Et Water . Yakima Power Equipment Operators Underground Forklift: 3000 Lbs And Over With Attachments $49.48 5D 1T 8P Sewer Et Water Yakima Power Equipment ,:• Operators - '.Underground Forklifts: Under 3000 Lb "s.' With Attaclments $47.12 5D :.. 1T : 8P.. Sewer Et Water.. Yakima Power Equipment Operators Underground Grade Engineer: Using Blue Prints, Cut Sheets, Etc $49.90 5D 1T 8P Sewer Et Water Yakima Power Equipment Operators- Underground Gradechecker /stakeman $47.12 5D 1T 8P Sewer Et Water Yakima Power Equipment Operators- Underground Guardrail Punch /Auger $49.90 5D 1T 8P Sewer Et Water Yakima Power Equipment Operators Underground Hard Tail End Dump Articulating Off- Road Equipment 45 Yards. Et Over $50.39 5D IT 8P Sewer Et Water Yakima Power Equipment Operators- Underground Hard Tail End Dump Articulating Off -road Equipment Under 45 Yards $49.90 5D 1T 8P Sewer Et Water Yakima Power Equipment .. Operators- Underground Horizontal /directional Drill Locator ' $49.48 5D_. 1T 8P Sewer Et Water Yakima Power Equipment Operators Underground Horizontal /directional Drill Operator $49.90 5D 1T 8P Sewer Et Water Yakima Power Equipment Operators- Underground Hydralifts /boom Trucks Over 10 Tons $49.48 5D 1T 8P Sewer Et Water 100 1 1 1 Yakima Power Equipment Operators- Underground Hydralifts /boom Trucks, 10 Tons And Under $47.12 5D 1T 8P Sewer Et Water Yakima . Power,'Eciuipment Operators- Underground Loader, Overhead '8 Yards. Et Over $50.94 5D 1T 8P Sewer Et Water .. Yakima Power Equipment Operators- Underground Loader, Overhead, 6 Yards. But Not Including 8 Yards $50.39 5D 1T 8P Sewer Et Water Yakima Power Equipment Operators-,Underground Loaders, Overhead Under 6 Yards $49.90: 5D .. 1T 8P" Sewer Et Wat "er. Yakima Power Equipment Operators- Underground Loaders, Plant Feed $49.90 5D 1T 8P Sewer Et Water Yakima Power Equipment Operators- Underground Loaders: Elevating Type. Belt $49.48 5D,',,'-' .: : 1 T:' tAP, Sewer -Et Water Yakima Power Equipment Operators- Underground Locomotives, All $49.90 5D 1T 8P Sewer Et Water Yakima Power Equipment Operators- Underground Material Transfer Device $49:90 5D 1T. 8P. Sewer Et Water", Yakima Power Equipment Operators- Underground Mechanics, All (leadmen - $0.50 Per Hour Over Mechanic) $50.94 5D 1T 8P Sewer Et Water Yakima Power Equipment Operators- Underground Mixers: Asphalt, Plant " $49.90 , : 5D 1T " 8P., Sewer Et Water', Yakima Power Equipment Operators- Underground Motor Patrol Grader - Non - finishing $49.48 5D 1T 8P Sewer Et Water Yakima, Power Equipment Operators- Underground Motor Patrol Graders, Finishing $50:39 5D.::. _" -1T ,, 8P, Sewer Et Water,' Yakima Power Equipment Operators- Underground Mucking Machine, Mole, Tunnel Drill, Boring, Road Header And /or Shield $50.39 5D 1T 8P Sewer Et Water Yakima Power Equipment „ : Operators- Underground Oil Distributors, Blower Distribution Et Mulch Seeding Operator ,$47.12 5D 1T. 8P. Sewer Et Water Yakima Power Equipment Operators- Underground Outside Hoists (elevators And Manlifts), Air Tuggers,strato $49.48 5D 1T 8P Sewer Et Water Yakima Power Equipment Operators- Underground Overhead, Bridge Type: 45 Tons Through 99 Tons $50.39 5D 1T . - 8P Sewer & Water Yakima Power Equipment Pavement Breaker $47.12 5D 1T 8P 101 102 1 1 Operators- Underground Sewer Et Water Yakima Power. Equipment Operators- Underground Pile Driver;(other Than Crane-Mount) $49.90 5D if 8P Sewer Et Water Yakima Power Equipment Operators- Underground Plant Oiler - Asphalt, Crusher $49.48 5D 1T 8P Sewer Et Water Yakima Power - Equipment Operators- Underground Posthole Digger; Mechanical $47.12 5D 1T 8P Sewer Et Water Yakima Power Equipment Operators- Underground Power Plant $47.12 5D 1T 8P Sewer Et Water Yakima Power Equipment Operators- Underground Pumps - Water $47.12 5D 1T 8P Sewer Et Water Yakima Power Equipment Operators- Underground Quick Tower - No Cab, Under 100 Feet In Height Based To Boom $47.12 5D 1T 8P Sewer Et Water Yakima Power Equipment .. Operators Underground Remote Control, '- : : Operator On Rubber Tired Earth Moving Equipment $50.39 5D 1T. "., 81?` Sewer 8t-Water Yakima Power Equipment Operators- Underground Rigger And Bellman $47.12 5D 1T 8P Sewer Et Water Yakima Power Equipment Operators- Underground Rollagon $50.39 5D 1T 8P Sewer Et Water Yakima Power Equipment Operators- Underground Roller, Other Than Plant Mix $47.12 5D 1T 8P Sewer Et Water Yakima" Power Equipment: Operators:- Underground . Roller, Plant Mix Or Multi -lift Materials` $49.48 5D 1T 8P Sewer Et-Water Yakima Power Equipment Operators- Underground Roto -mill, Roto - grinder $49.90 5D 1T 8P Sewer Et Water Yakima Power Equipment Operators- Underground Saws - Concrete $49.48 5D 1T" 8P Sewer Et. Water Yakima Power Equipment Operators Underground Scraper, Self Propelled Under 45 Yards $49.90 5D 1T 8P Sewer Et Water Yakima Power Equipment Operators-' Underground Scrapers - Concrete Et Carry All . $49.48 5D 1T 8P Sewer Et Water Yakima Power Equipment Operators- Underground Scrapers, Self- propelled: 45 Yards And Over $50.39 5D 1T 8P Sewer Et Water 102 1 1 I I I I I I I I I I I I I I I I I Yakima ,Power Equipment ... 6ratoes­ Underground _;,.,j,$49.48 56,:,� ' Sewer- Et Water Yakima Power Equipment Operators- Underground Shotcrete/gunite Equipment $47.12 5D 1T 8P .Sewer Et Water Yakima,'' Power ,EcIuipment. Operators-. Underground," 'Excavator, Ba'ckh6e lractors, Under )� Metric Tons: $49'48 '51D .1"T 8P Se"wer Et'Water Yakima Power Equipment Operators- Underground Shovel, Excavator, Backhoe: Over 30 Metric Tons To 50 Metric Tons $50.39 5D 1T 8P Sewer Et Water -07.7 7- perators,-7,.,.'U'hder'G!-r'o-�u'-'n�d,�� 1 5�" T 6 3 0, r -00 8P ij': Sewer,,; Water Yakima Power Equipment Operators- Underground Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons $50.94 5D 1T .8P Sewer Et Water Yakima 0'�owr- E hj6nt qui Ob eratbrs­ Underground Sho' V'va' E x"' cavatorl,.-J,: Ba kh66s:�­,ve r M' e P Se­w'e'r, &'. er, Wa - - j: t Yakima Power Equipment Operators- Underground Slipform Pavers $50.39 5D 1T 8P Sewer Et Water Yakiffi a';z Pow et Equipment. il Operators - r'a't,brs- Undenz(ound Spreader,; T6psider'Et $50:39 1 T P, S"' r-Et ewe ;W- a er, Yakima Power Equipment Operators- Underground Subgrader Trimmer $49.90 5D 1T 8P Sewer Et Water ki"ma P6`wer:,E46i�nent Ob "r'a't6rs; Uhd gro' r " u e hd T 4 b66CE16v�toiri-� :S 4q;4 2v S ewer titer Yakima Power Equipment Operators- Underground Tower Crane Over 175'in Height, Base To Boom $51.51 5D 1T 8P Sewer Et Water Yakima` . Power" Equipment. Operators7Undergrou n d' Tower',.'. Crane,,Up To 175", In :He JR ' t;Base To Bo om. 1$50.'94 �;,51D�: :-Jf Sewer Et'Water Yakima ,Sewer Power Equipment Operators- Underground Transporters, All Track Or Truck Type $50.39 5D 1T 8P Et Water Yakima - Pbwer'Equipmen t Oper tor§- Underground Trenching Machines :":$49'.48 ".51) 8P Sewer Et Water Yakima Power Equipment Operators- Underground Truck Crane Oiler/driver - 100 Tons And Over $49.90 5D 1T 8P Sewer Et Water Yakima Power Equipment 0 �L Underground. :. rbund,� Trtuck'(fr6n*6'° iter rjver�l n­er 00 $49,4 5D 77: 8P , 103 104 1 1 1 Sewer Et Water Tons Yakima Power Equipment Operators- Underground Truck Mount Portable Conveyor $49.90 5D 1T 8P Sewer Et Water Yakima Power Equipment Operators= Underground Welder $50.39 5D 1T 8P Sewer Et Water " Yakima Power Equipment Operators- Underground Wheel Tractors, Farman Type $47.12 5D 1T 8P Sewer Et Water Yakima Power Equipment Operators- Underground Yo Yo Pay Dozer $49.90 5D 1T 8P Sewer Et Water Yakima Power Line Clearance Tree Journey Level In Charge $40.79 5A 4A Trimmers Yakima Power Line Clearance Tree Spray. Person $38.73 5A 4A Trimmers Yakima Power Line Clearance Tree Tree Equipment Operator $40.79 5A 4A Trimmers Yakima • .Power Line "Clearance Tree" Tree Trimmer $36.50 5A—% -. "",,. " "" 4A Trimmers Yakima Power Line Clearance Tree Tree Trimmer Groundperson $27.55 5A 4A Trimmers Yakima Refrigeration Et Air Conditioning Mechanics Journey Level $28.11 1 Yakima Residential Brick Mason Journey Level $29.00 1 Yakima Residential Carpenters. Journey Level $17.14 1 Yakima Residential Cement Masons Journey Level $11.86 1 Yakima Residential Drywall Applicators' Journey Level $18.00 1 . . Yakima Residential Drywall Tapers Journey Level $17.00 1 Yakima" Residential Electricians Journey-Level $21.98 1 Yakima Residential Glaziers Journey Level $22.43 61 1B Yakima. . Residential Insulation APplicato "rs";: Journey Level $14.38 1 Yakima Residential Laborers Journey Level $11.02 1 Yakima " . Residential Marble Setters Journey Level" $29.00 1 Yakima Residential Painters Journey Level $16.32 1 Yakima: Residential Plumbers Et Journey Level $20.55 1 Pipefitters Yakima Residential Refrigeration Et Journey Level $28.11 1 Air Conditioning Mechanics Yakima Residential Sheet Metal Journey Level $34.85 5A 1X Workers Yakima Residential Soft Floor Layers Journey Level $17.55 1 Yakima Residential Sprinkler Fitters hourney Level $8.55 1 104 1 1 1 r F I �71 105 (Fire Protection) Yakima Residential Stone Masons Journey Level $16.00 1 Yakima Residential Terrazzo:;: 'j , , f, `Journey Level' `: :''- " - . s. ; $8:55 Workers. Yakima Residential Terrazzo /Tile Journey Level $17.00 1 Finishers es de t al le.Setters, ' Journe: ;Level ":. '" '. '. ' Yakima Roofers Journey Level $12.00 1 Yakima" She et`'Met ' W r al, o leers ' Journe ;Level Yakima Shipbuilding Et Ship Repair Journey Level $8.55 1 Yakima; Sign .Maker s :, '`r: Journe..Level' - � Electncal: v ra Yakima Sign Makers Et Installers Journey Level $14.65 1 (Non- Electrical) .Yakima >�:: Soft.Fl c�L .0 ,Yd�j.'�'<.i`�ii�:. �JOurne' `Level =� Y:.:...,..., -r. ..�.. - .. - - - -• .. ...vx ..,.r., ". Yakima Solar Controls For Windows Journey Level $8.55 1 a;� - Sprinkter�- F_itters..(Fire:,� k: ^ "C' Journe �Leveh� <',: "q, Y. 26:36' _. 3 -�. ,'1s°� -:, •,,' - _ pf'otec. ti ,,- .'..... 7: - f Yakima Stage Rigging Mechanics Journey Level $13.23 1 (Non Structural) akima v.•:• Storie:Mas'ons <� e,.� t �� Yakima Street And Parking Lot Journey Level $8.55 1 Sweeper Workers Yakima S'urve.or` - - v e son= =;- .; -',' -' 9:25` .: • Yakima Surveyors Instrument Person $12.05 1 Yakima ,. Surveyors:.: a. '.; Party,Cfii, •: $Y5:05 , -" - .: ,. Yakima Telecommunication Journey Level $20.00 1 Technicians Yakima,.:" : Telephone Line • ` - .::, .: Cable, Splicer' 532:27. `' ;,:.5A:.': ;:::: 2B Construction;; =Outside , Yakima Telephone Line Hole Digger /Ground $18.10 5A 2B Construction - Outside Person Yakima . ; Telephone:Line::. - :: ; Installer (Repairer.) -; : $30:94 5A ..,: ',? ,..• ' 2B Construction, - :.Outside. Yakima Telephone Line Special Aparatus $32.27 5A 2B. Construction - Outside Installer I Yakima Telephone.Line: Special Apparatus; .... $31.62 5A'.' - — 2B Construction - .Outside •. ,. li'staller-11._ — Yakima Telephone Line Telephone Equipment $32.27 5A 2B Construction - Outside Operator (Heavy) Yakima Telephone Line; .,. .. Telephone Equipment $30.02 ',,. :: 5A 213, ::.'.. .. Construction'- Outside Operator_ (Light) Yakima Telephone Line Telephone Lineperson $30.02 5A 2B Construction - Outside Yakima Telephone Line Television $17:18 ' 5A;:'. 213. `. Construction - Outside Groundperson 105 Yakima Telephone Line Construction - Outside Television Lineperson /Installer $22.73 5A 2B Yakima Telephone Line Construction - Outside Television System Technician $27.09 5A 2B Yakima Telephone Line Construction - Outside Television Technician $24.35 5A 2B Yakima Telephone Line Construction - Outside Tree Trimmer. - $30.02 5A 2B Yakima Terrazzo Workers Journey Level $31.90 5A 1M Yakima Tile Setters. - Journey Level $31.90 5A 1M Yakima Tile, Marble & Terrazzo Journey Level $27.82 5A 1M Finishers Yakima Traffic Control Stripers Journey Level $38.90 5A 1 K Yakima Truck Drivers Asphalt Mix $14.19 1 Yakima Truck Drivers Dump. Truck Trailer(c.wa -760) $36.16 61 2G Yakima Truck Drivers Dump Truck(c.wa -760) $36.16 61 2G Yakima Truck Drivers Mixer7rucks $36:16 61 2G Yakima Truck Drivers Other Trucks (c.wa -760) $36.16 61 2G Yakima Well Drillers Ft Irrigation Irrigation Pump Installer '$25.44 1 Pump' Installers Yakima Well Drillers Ft Irrigation Oiler $9.20 1 Pump Installers Yakima, Well Drillers Ft Irrigation Well Driller $18.00 1 . Pump Installers 106 i Ll I ' Washington State Dept of Labor & Industries Yakima County Washington Wage Rates Effective date 9 -20 -2010 ' See this web page for rates: https: // fortress. wa. gov/ lni /wagelookup /prvWagelookup.aspx 1 107 Q 0 a PROPOSAL To the City Clerk Yakima, Washington This certifies that the undersigned has examined the location of: City of Yakima Cowiche Canyon Parcel Rehabilitation City Project No. 2239 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. 109 ITEM PROPOSAL BID SHEET, City of Yakima Cowiche Canyon Parcel Rehabilitation City Project No. 2239 ITEM PROPOSAL ITEM UNIT AMOUNT 7.9% 1 2 , 362.10 PRICE NO. PAYMENT SECTION CITY UNIT DOLLARS DOLLARS SPCC PLAN 1 1 LS 250.00 250.0 1 -07.15 2 MOBILIZATION 1 LS 500.00 500.0 1-097 3 PROJECT TEMPORARY TRAFFIC CONTROL 1 LS 150.00 150.00 1 -10.5 ROADSIDE CLEANUP 4 1 FA $5,000 $5,000 2 -01.5 REMOVAL OF STRUCTURE AND OBSTRUCTION 5 1 LS 2 -02.5 10, 800.00 10, 800.00 6 REMOVAL AND DISPOSAL OF ASBESTOS 1 LS 2 -02.5 3,900.00 3,900.00 7 DECOMMISION WELL 1 LS 2,600.00 5,200.00 2 -02.5 B REMOVING CONCRETE 200 TONS 20.50 4,100.00 2 -02.5 Total: ./ % BID BOND FORM Herewith find deposit in the form of a certified check, cashiers check, or cash in the amount of $ which amount is not less than five percent of the total bid. Sign Here BID BOND KNOW ALL MEN BY THESE PRESENTS: That we. Russell Crane Services Inc _ _, as principal. and as Surety, are held and firmly bound unto the City of Yakima. as Obligee. In the penal sum of % 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 cowi 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. October 10 SIGNED, SEALED AND DATED THIS 12 DA / r/ t' So xto�D &' F• Xe\ 20 Received return of deposit in the sum of S 113 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. 115 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." 116 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. 1 . 117 RESOLUTION NO. D- 4 8 16 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. �QQ ADOPTED BY THE CITY COUNCIL this. day of 1983. 1/ ATTEST: City Clerk 41AAAAA A. Y� -Mayor 118 AFFIRMATIVE ACTION PLAN ' The bidders, contractors and subcontractors will not be eligible for award of a contract under this Advertisement for Bids unless it certifies as prescribed, that it adopts the minimum goals and timetable of minority and women workforce utilization and specific affirmative action steps as set ' forth by the City of Yakima, This is directed at increasing minority and women workforce utilization by means of applying good faith efforts to carrying out such steps. However, no contractor or subcontractor shall be found to be in noncompliance solely on account of its failure to meet its goals within its timetables, but such contractor shall be given the opportunity to demonstrate that it has instituted all of the specific affirmative action steps specified by the City of Yakima, and has made every good faith effort to make these steps work toward the ' attainment of its goals, all to the purpose of expanding minority and women workforce utilization on all of its projects in the City of Yakima, Washington. In all cases, the compliance of a bidder, contractor or subcontractor will be determined in accordance with its respective obligations under the terms of these Bid Conditions. All bidders and all contractors and subcontractors performing or to perform work on projects subject to these Bid Conditions hereby agree to inform their subcontractors of their respective ' obligations under the terms and requirements of these Bid Conditions, including the provisions relating to goals of minority and women employment and training. Specific Affirmative Action Steps ' Bidders, contractors and subcontractors subject to this contract must engage in affirmative action directed at increasing minority and women workforce utilization, which is at least as extensive and ' as specific as the following steps: a. The contractor shall notify community organizations that the contractor has employment opportunities available and shall maintain records of the organizations' response. b. The contractor shall maintain a file of the names and addresses of each minority and ' women worker referred to him and what action was taken with respect to each such referred worker, and if the worker was not employed, the reasons therefore. If suchworker was not sent to the union hiring hall for referral or if such worker was not ' employed by the contractor, the contractor's file shall document this and the reasons therefore. c. The contractor shall promptly notify the City of Yakima Engineering Division an ' Contract Compliance Officer when the union or unions with whom the contractor has collective bargaining agreement has not referred to the contractor a minority or woman worker sent by the contractor or the contractor has other information that the ' union referral process has impeded him in his efforts to meet his goal.. d. The contractor shall participate in training programs in the area, especially those funded by the Department of Labor. ' e. The contractor shall disseminate his EEO policy within his own organization by including it in any policy manual; by publicizing it in company newspapers, annual ' reports, etc., by conducting staff, employee and union representatives' meetings to explain and discuss the policy; by posting of the policy; and by specific review of the policy with minority employees. ' f. The contractor shall disseminate his EEO policy externally by informing and discussing it with all recruitment sources; by advertising in news media, specifically 119 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. 120 L JI 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: RUSSELL CRANE SERVICE, INC. certifies that: 1. It intends to use the following listed construction trades in the work under the contract EQUIPMENT OPERATORS, TRUCK DRIVERS, LABORERS and; as to those trades for which it is required by these Bid Conditions to comply with these Bid Conditions, it adopts the minimum minority and women workforce utilization goals and the specific affirmative action steps for all construction work (both federal and non - federal) in the Yakima, Washington area subject to these Bid Conditions, those trades being: and; 2. It will obtain from each of its subcontractors and submit to the contracting or administering agency prior to the award of any sub - contract under this contract the Subcontractor Certification required by these Byd_Conditions. (Signature of Au 121 entative of Bidder) 1 1 Ll H r� 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 123 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 I 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. ' _J F1 124 1 PROPOSAL Cowiche Canyon Parcel Rehabilitation City Project No. 2239 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 X❑ IN THE AMOUNT OF 5% OF THE BID ** Receipt is hereby acknowledged of addendum( 0� %c OQO Sp,�, PP 509- 457 -6341 PHONE NUMBER FIRM NAME RUSSELL CRANE SERVICE, INC. (ADRESS) 1008 N. 1ST STREET YAKIMA, WA. 98901 STATE OF WASHINGTON CONTRACTORS LICENSE NUMBER RUSSEI *21204 Note: FEDERAL ID No. 19 11 11 10 � 15 1 514 17 1 WA STATE EMPLOYMENT SECURITY REFERENCE NO. 470330 -00 (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. 125 11 1 n BIDDER'S CHECK LIST The bidder's attention is especially called to the following forms, which must be executed, as required, and submitted on the form purchased from the City and bound in the Contract Documents: A. PROPOSAL The unit prices, extensions and total amounts bid must be shown in the spaces provided. B. BID BOND ACCOMPANYING BID This Bid Bond form is to be executed by the bidder and the surety company unless bid is accompanied by a certified check. The amount of this bond shall be not less than 5% of the total amount bid and may be shown in dollars or on a percentage basis. C. SUBCONTRACTOR LIST The form must be filled in 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. MBEIWBE 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. 1 127 L� L r PLANS AND DETAILS SHEETINDEX SHEET 2 WORKSITE #1 SITE PLAN SHEET 3 WORKSITE #2 SITE PLAN rr� • • � 11 + ++1 CITY OF Y ��� E Rs Sy�� F. N COWICHE CANYON PARCEL REHABILITATION 1: CITY OF Y KIMA B N . 2239 �SSI�IVAL A JO O WORKSITE #1 YAKIMA COUNTY PARCEL NO. 181309 -34013 5505 COWICHE CANYON ROAD NacHES RIVER \ -1__ ml m m ®mmm� @m as m it\ \ PLAN DISCLAIMER GO UNDERGROUND FEATURES SHOWN HEREON REPRESENT BEST AVAILABLE INFORMATION AS OBTAINED FROM LOCAL RECORDS AND VISIBLE SURFACE EVIDENCE. THE CONTRACTOR IS CAUTIONED TO VERIFY THE LOCATION AND DEPTH OF ALL WORKSITE #2 UNDERGROUND FACILITIES. STATE LAW REQUIRES THAT ALL EXCAVATION WORK MUST BE PROCEEDED BY NOTIFICATION TO YAKI MA COUNTY PARCEL NO. 181316 -23401 ALL OWNERS OF UNDERGROUND FACILITIES THROUGH A ONE NUMBER LOCATOR SERVICE: 1- 800 - 553 -4344 6202 COWICHE CANYON ROAD OCTOBER 2010 t��� ..: -�' aYyt�" :7;�*ts �'U• erg ,�•'�Yd.�,�r�,�ti M ra •ht y'+�r •4 �,: "�" ik •r"° '!.✓ + � �g, .« "�?":�. •a, '�i r°a' call, Aw _F �. a° �'YM�� � � ,f1 �; v w r � spy 1 +*y *��'�'j .*�M� v ✓ •'1'#'.Y � ;9t• INS" r �r k f � s, y WORN, �,. " `4�•�+. u: "�`*,y ' ' ! � a' ,•. .+1 l s" , . < Y �t ! to G r „ e t t � Nit • ,. �- ::• .. � !►'i`y�4�,.: it • i � ..'s '�K' i 1 t MITI Val ui is t. r .," k y • UJ uw 00 UW LL .u4..: 'IX 91c� APPROXIMATE CLEAN UP LIMITS. EXACT LIMITS TO BE DETERMINED ON SITE. i NOTES: 1 EXISTING SHED TO BE DEMOLISHED. E R S ()IF WASq � -b 91, 2 ABANDONDED WELL TO BE REMOVED AND HOLE TO BE FILLED WITH NATIVE MATERIAL. 39407 "'AG7.4 T of COWICHE CANYON City Of Yakima Project Eng: DMK Drawing Scales SITE PLAN 3 Engineering Division PARCEL REHABILITATION Drawn By: DMK Horizontal = Hscl 129 North Second Street Chkd. By: BHS Vertical Vscl 3 DATE REVISION BY Y.k—, W..hingk- CITY OF YAKIMA PROJECT NO. 2239