Loading...
HomeMy WebLinkAboutColumbia Asphalt & Gravel, Inc. - Fire Station 95 Pavement Repair Ciro C- L.ER1( Corte. 04L Construction Contract Specifications & Bid Documents Bid Opening: 10.7.2011 I . 4 . Time: 4:00 PM Location: . 411 141 c t ork City of Yakima - Clerks Office � f 44 VEDEO• Fire Station 95 - Pavement Repair 807 East Nob Hill Boulevard City of Yakima - Engineering .:.. _ .: _ ... City of Yakima No. 2265 September 2011 This contract provides for the improvement of Fire Station 95, by removing and replacing cement concrete pavement and asphalt concrete pavement, stabilizing the subgrade and other work, all in accordance with the attached Contract Plans, these Contract Provisions, and City of Yakima - Engineering the Standard Specifications. 129 North Second Street Yakima, WA 98901 Engineering Department Phone City f Yakima (509)575 -6111 y Engineering Construction FAX - - -.. Engineering Division (509)576 -6314 Engineering Design FAX i . 129 North Second Street (509) 576 -6305 - - Yakima, Washington � DEPARTMENT OF COMMUNITY AND ECONOMIC DEVELOPMENT v-r Yom. 129 North Second Street � �, '•..''',, Yakima, Washington 98901 • • ..' , Phone: (509) 575 -6113 • Fax (509) 576 -6792 ',,, 0 co" e. '',''* * ' Michael Morales Director 11 ' o_ '' ��cO RpORATV 1 9 - - October 20, 2011 • Columbia Asphalt & Gravel, Inc. PO Box 9337 Yakima, WA 98909 ATTN: Larry Sali, President Project: Fire Station 95 — Pavement Repair City of Yakima Project No. 2265 Dear Mr. Sali: The City Manager of the City of Yakima has authorized award of the above referenced project to your company on the basis of your low bid submitted on October 7th, 2011, in the amount of $105,497.16. This letter is official notification of the award of the contract to your company by the City of Yakima. Enclosed is one set of the specifications, proposal and contract documents for your information. Also enclosed are three copies of the Contract and performance bond form. Please sign and return all copies of the contract form to this office, along with the fully executed performance bond and certificate of insurance within ten (10) calendar days. Your attention is directed to Section 1 -07.18 Public Liability and Property Damage Insurance (APWA GSP) of the Construction Contract Specifications for coverage limits, additional insurance requirements and special ACORD form wording. We have also included a liability checklist for you and your surety's convenience. When these items have been approved, the City will execute the contract form and bind a.signed - contract, certificate, and proposal into contract document books. The three completed books will be distributed to the City Clerk, City Engineer, and Contractor. Please contact Bruce Floyd, (509) 575 -6138, within ten (10) days of this date, to schedule a pre- construction conference and discuss various forms and documentation that must be completed and turned in to him at that Conference. The Notice to Proceed will also be discussed - at the Pre - construction Conference. For your information, we are enclosing a copy of the bid summary for this project. Sincerely, D, v,,_ ,-.\--- Doug Mayo, P.E., City cc: Bruce Floyd, Construction Supervisor Susie Cutter, Contract Specialist City Clerk File -. c,,,k 4u.,.,..ta.,,0,q: 5 -5 -n12 • Etigurc:uo:g 57' -GI1I • :\',. ghbor.ho,,d Serviccv 575 (401 • Philtmnt: J75-bi3_ )(oozy beow. Call be fore l you d,a - MI MI IIIII MI ME 1111111 MI 111.11 ME IIIIII .11111 MI 1111111 ME MEM ME Mill 11.II MN BID SUMMARY - . Columbia Asphalt & Gravel, ENGINEERS Inc Granite Construction Co. FIRE STATION 95 - NOB HILL BOULEVARD ESTIMATE Yakima WA Yakima, WA CITY PROJECT NO. 2265 ITEM Bid Security 5 %BID BOND 5% BID BOND 5% BID BOND ' NO ITEM QTY UNIT .. UNIT PRICE . AMOUNT - UNIT PRICE AMOUNT . UNIT PRICE . AMOUNT UNIT PRICE AMOUNT;"'., . 1 SPCC PLAN 1 LS 5500.00 - 5500.00 5500.00 - $500.00 . $100.00 S100.00 , . 2 MOBILIZATION 1 LS $5 798.80 $5798.80 56,845.00 5 $5 727.00 $ 6,727.00 2 TEMPORARY TRAFFIC CONTROL I LS $2,500.00 $2,500.00 $2,500.00 $2,500.00 $500.00 i $500.00 3 SA W CUT, PER INCH DEPTH . 160 LF $1.00 $160.00 $1.00 $160.00 $4.00 $640.00 4 UNSUITABLE FOUNDATION EXCAVATION INCL HAUL - . 60 CY ' $2500 $2,000.00 $38.00 $3,040.00 $39.00 $3, 120.00 5 ROADWAY EXCAVATION, INCL HAUL 420. CY $25.00 $70,500.00 $37.00 $15,540.00 $38.00. $15,960.00 ' 6 CRUSHED SURFACING BASE COURSE 569 TON $15.00 $8,535.00 $29.00 ; S11,380,00 518.00 $10,242.00 . . 7 0IIRIFI HP570 HirPerf.Geo Fabric 1250 SY $4.00 $5,000.00 ' - $6.30 $7,875.00 $6.00 $7,500.00 - t ; ~ 8 ASPHALT TREATED BASE 273 TON 580.03 $21,840.00 569.00 $18,837.00 S73.00 $19,929.00 9 HOT MIX ASPHALT(HMA) 3/4 PG 64 -28 273 TON $90.00 $24,570.00 $75.00 . $20.475.00 587.00 $23751.00 10 CEMENT CONCRETE PAVEMENT 13 CY $300.00 $3,900.00 ,$350.00. $4,55000 $400.00 $5,200.00 11 TIE BAR WITH DRILL HOLE _ 16 EA $3000 $480 $50 $80000 $70.00 $1,120.00 12 REPAIR OR REPLACEMENT 1 FA $5,000.00 $5,000,00 $5,000.00 55,000.00 55,000.00 $5,000.00 SUB TOTAL $91,783.80 SUB TOTAL: 697,502.00 SUB TOTAL: • $99,789.00 Tax (8,2%) $7,526.2? Tax (8.2 %) $7995.16 Tax (8.2%) $8.182.70 ' TOTAL: $99,310.07 TOTAL: $105,497:16 T OTAL: $ 107,971.70 C ITY ENGINEERS REPORT • �' i ° CITY OF YAKIMA COMPETITIVE BIDS WERE OPENED ON Oct. 7, 2011. ...; • 4;0, ALL BIDS HAVE BEEN REVIEWED BY THIS OFFICE. ` , 1 a .. a x AWARD MADE BY CITY MANAGER • FIRE STATION 95 - NOB HILL BOULEVARD I RECOMMEND THE CONTRACT BE AWARDED TO: Il , ° C ITY OF YAKIM PROJECT NO 2265 Columbia Asphalt & Gravel, Inc. . C i /O N Yakima, WA q �`�i�•. }'„ DATE CITY MANAGE 1 ° 11 / � i �1 � � " I ``, ,a t2 r11 a ' � SHEET j of I DATE CITY ENGINEER V - 1 1 1 CITY OF YAKIMA Fire 1 . 1 i 807 East Nob Hill Blvd. CITY PROJECT NO. 2265 1 1 SEPTEMBER 2011 1 s?, ER sy 9 - 29-El iks f't 14 i ibb 134. .. -- - ,, .� j • f � . % • i o f 9407 /S S J ONA L i Fire Station 95 — Pavement Repair 1 ' 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 4:00 PM on October 7, 2011 and will then and there be opened for the construction of CITY OF YAKIMA Fire Station 95 - Pavement Repair ' City Project No. 2265 ' This contract provides for the improvement of Fire Station 95, by removing and replacing cement concrete pavement and asphalt concrete pavement, stabilizing the subgrade and other work, all in accordance with the attached Contract Plans, these Contract Provisions, and the Standard Specifications. ' 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 and insurance within the time stated in the specifications, the bid proposal deposit shall be forfeited to the City of Yakima. ' Project questions should be directed to Dan Ford, Project Design Engineer at 509 - 576 -6754. 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 t on the grounds of race, color or national origin in consideration for an award. Informational copies of maps, plans, and specifications are on file for inspection in the Office of the City Engineer of Yakima in Yakima, Washington. ' The City reserves the right to reject any or all bids and proposals. 9 1 Y p p DATED this 29h day of September, 2011 DEBORAH KLOSTER CITY CLERK Fire Station 95 — Pavement Repair 3 I I CONTENTS CITY OF YAKIMA Fire Station 95 - Pavement Repair I City Project No. 2265 SECTION PAGE I INVITATION TO BID 3 STANDARD SPECIFICATIONS I Standard Specifications 7 Amendments to the 2011 Standard Specifications 7 CONTRACT PROVISIONS • I Special Provisions 51 Project Description 52 Definitions 52 Bid Procedures and Conditions 53 P 1-02 1 -03 Award and Execution of Contract 57 1 -04 Scope of the Work 58 1 -05 Control of Work 59 1 -06 Control of Material 62 I 1 -07 Legal Relations and Responsibilities to the Public 63 1 -08 Prosecution and Progress 72 1 -09 Measurement and Payment 76 1 -10 Temporary Traffic Control 78 2 -03 Roadway Excavation and Embankment 79 2 -07 Watering 79 4 -06 Asphalt Treated Base 80 5 -04 Hot Mix Asphalt 80 P8-01 Erosion Control and Water Pollution Control 86 8 -30 Repair or Replacement (New Section) 86 Revised Standard Plans 87 Contract Form 93 Performance Bond Form 95 I Informational Certificate of Insurance 97 Minimum Wage Affidavit Form 101 PREVAILING WAGE RATES I P revailing Wage Rates 103 PROPOSA Proposal Form 125 I Item Proposal Bid Sheet 127 Bid Bond Form 129 Compliance with Immigration and Naturalization Act 131 P Non - Collusion Declaration 132 Non - Discrimination Provision 133 Women and Minority Business Enterprise Policy 135 Council Resolution 136 Affirmative Action Plan 137 I Bidders Certification 139 Subcontractors Certification 140 Materially and Responsive 141 I I Fire Station 95 — Pavement Repair 5 PROPOSAL SIGNATURE SHEET 143 BIDDERS CHECKLIST 145 PLANS & DETAILS Standard Details . Attached Project Details Attached Construction Plans Attached 1 Fire Station 95 — Pavement Repair 6 ' 1 INTRODUCTION The following Amendments and Special Provisions shall be used in conjunction with the 2011 Standard Specifications for Road, Bridge, and Municipal Construction. ' AMENDMENTS TO THE STANDARD SPECIFICATIONS ' The following Amendments to the Standard Specifications are made a part of this contract and supersede any conflicting provisions of the Standard Specifications. For informational purposes, the date following each Amendment title indicates the implementation date of the ' Amendment or the latest date of revision. Each Amendment contains all current revisions to the applicable section of the Standard ' Specifications and may include references which do not apply to this particular project. SECTION 1 -01, DEFINITIONS AND TERMS ' August 2, 2011 . 1- 01.2(1) Associations and Miscellaneous The abbreviation and definition "AREA American Railway Engineering Association" is ' replaced with the following: AREMA American Railway Engineering and Maintenance Association SECTION 1 -02, BID PROCEDURES AND CONDITIONS July 11,2011 1 -02.5 Proposal Forms The first paragraph is revised to read: ' At the request of a prequalified Bidder, the Contracting Agency will provide a physical Proposal Form for any project on which the Bidder is eligible to Bid. For certain projects ' selected at the sole discretion of the Contracting Agency, the Bidder may also be authorized to access an electronic Proposal Form for submittal via Trns.Port Expedite® software and BidExpress®. 1 - 02.6 Preparation of Proposal The first paragraph is revised to read: The Contracting Agency will accept only those Proposals properly executed on physical forms it provides, or electronic forms that the bidder has been authorized to access. Unless it approves in writing, the Contracting Agency will not accept Proposals on forms attached to the Plans and stamped "Informational ". The second paragraph is revised to read: 1 All prices shall be in legible figures (not words) written in ink or typed, and expressed in U.S. dollars and cents. The Proposal shall include: ' 1. A unit price for each item (omitting digits more than four places to the right of the decimal point), ' 2. An extension for each unit price (omitting digits more than two places to the right of the decimal point), and Fire Station 95 — Pavement Repair 7 1 3. The total Contract price (the sum of all extensions). In the space provided on the signature sheet, the Bidder shall confirm that all Addenda have been received. The third paragraph is revised to read: The Bidder shall submit with the Bid a completed Disadvantaged Business Enterprises (DBE) Utilization Certification, when required by the Special Provisions. For each and every DBE firm listed on the Bidder's completed DBE Utilization Certification, the Bidder shall submit written confirmation from that DBE firm that the DBE is in agreement with the DBE participation commitment that the Bidder has made in the Bidders completed DBE Utilization Certification. WSDOT Form 422 -031 EF (DBE Written Confirmation Document) is available for this purpose. Bidder must submit good faith effort documentation with the DBE Utilization Certification ONLY In The Event the bidder's efforts to solicit sufficient DBE participation have been unsuccessful. Directions for delivery of the DBE Written Confirmation Documents and DBE Good Faith Effort documentation are included in Section 1 -02.9 Delivery of Proposal and Section 1 -02.10 Withdrawing, Revising or Supplementing Proposal. 1 -02.7 Bid Deposit This section is revised to read: A deposit of at least 5- percent of the total Bid shall accompany each Bid. This deposit may be cash, certified check, cashier's check, or a proposal bond (Surety bond). For projects that are selected by the Contracting Agency to be bid electronically, the proposal bond may be in either a physical format, or an electronic format via Surety2000.com or Insurevision.com and BidExpress®. When a physical bid deposit or proposal bond is furnished to accompany an electronic Proposal Form, the Bid deposit shall be received by the Contracting Agency at the location specified for receipt of bids prior to the time set for receipt of Bids. Any proposal bond shall be on a form acceptable to the Contracting Agency and shall be signed by the Bidder and the Surety. A proposal bond shall not be conditioned in any way to modify the minimum 5- percent required. The Surety shall: (1) be registered with the Washington State Insurance Commissioner, and (2) appear on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner. The failure to furnish a Bid deposit of a minimum of 5- percent with the Bid or as a physical supplement to the electronic Proposal Form shall make the Bid nonresponsive and shall cause the Bid to be rejected by the Contracting Agency. 1- 02.8(2) Lobbying Certification The last paragraph is revised to read: The Certification for Federal -Aid Contracts (Form DOT 272 -040) may be reproduced from the Proposal form. The disclosure form is available from the Washington State Department of Transportation's Contract Ad & Award Office, Transportation Building, Olympia, Washington 98504. 1 -02.9 Delivery of Proposal This section is revised to read: For projects scheduled for bid opening in Olympia, each Proposal shall be sealed and submitted in the envelope provided with it, or electronically via Trns.Port Expedite® Fire Station 95 — Pavement Repair 8 software and BidExpress® at the location and time identified in Section 1- 02.12. The Bidder shall fill in all blanks on this envelope to ensure proper handling and delivery. For projects scheduled for bid opening in other locations, each Proposal shall be sealed and submitted in the envelope provided with it, at the location and time identified in Section 1- 02.12. The Bidder shall fill in all blanks on this envelope to ensure proper handling and delivery. ' The Contracting Agency will not open or consider any Proposal or any supplement to a Proposal that is received after the time specified for receipt of Proposals, or received in a ' location other than that specified for receipt of Proposals. NOTE: Certain documents that are required for an electronic Bid Proposal to be ' responsive CANNOT be submitted electronically via Trns•Port Expedite® software and BidExpress®. These documents include: 1. DBE Written Confirmation Documents; and, ' 2. Good Faith Effort Documentation; and, ' 3. Cash, certified checks, cashier's checks, or a proposal bond (Surety bond) in formats other than via Surety2000.com or Insurevision.com. ' The Bidder shall provide all documents that are required for an electronic Bid Proposal to be responsive (but cannot be submitted electronically via Trns•Port Expedite® software and BidExpress®) as a supplement to their electronic Bid Proposal in one of the following ' methods: 1. Physically in a sealed envelope marked as "BID SUPPLEMENT" and bearing the ' Bidders company name, project title, Bid date, and description of contents (for example: DBE Written Confirmation, DBE Good Faith Efforts, Proposal Deposit, etc.); or, ' 2. Except for Item #3 above, by facsimile to the following FAX number: (360) 705- 6966. ' E- mailed submittals are not acceptable. The Contracting Agency is not responsible for delayed, partial, failed, illegible or partially legible FAX document transmissions, and such documents may be rejected as incomplete at the Bidder's risk. 1 -02.10 Withdrawal or Revision of Proposal This section including title is revised to read: ' Withdrawing, Revising, or Supplementing Proposal After submitting a physical Bid Proposal to the Contracting Agency, the Bidder may ' withdraw, revise, or supplement it if: 1. The Bidder submits a written request signed by an authorized person, and ' 2. The Contracting Agency receives the request before the time set for receipt of Proposals. ' The original physical Bid Proposal may be supplemented, or revised and resubmitted as the official Bid Proposal if the Contracting Agency receives it before the time set for receipt of Proposals. Faxed Bid revisions and supplements will be accepted only if they are Fire Station 95 — Pavement Repair 9 1 submitted in accordance with the "Example Format for Facsimile Bid Changes" instructions 111 posted on the WSDOT website at http: / /www.wsdot.wa.gov /biz /contaa /bulletin /. E- mailed requests to withdraw, revise or supplement a Proposal are not acceptable. The contracting Agency is not responsible for delayed, partial, failed, illegible or partially legible FAX document transmissions, and such documents may be rejected as incomplete at the Bidders risk. The Contracting Agency will not accept requests to revise or withdraw electronic Bid Proposals. Such requests shall be furnished directly to BidExpress® and in accordance with their terms and conditions. 1 -02.13 Irregular Proposals In the first paragraph, Item h beneath item number 1 is revised to read: h. The Bidder fails to submit or properly complete a Disadvantaged Business Enterprise Utilization Certification, if applicable, as required in Section 1 -02.6; In the first paragraph, item I beneath item number 1 is revised to read: i. The Bidder fails to submit written confirmation from each DBE firm listed on the Bidder's completed DBE Utilization Certification that they are in agreement with the bidders DBE participation commitment, if applicable, as required in Section 1 -02.6, or if the written confirmation that is submitted fails to meet the requirements of the Special Provisions; Item 1 in the first paragraph is supplemented with the following: j. The Bidder fails to submit DBE Good Faith Effort documentation, if applicable, as required in Section 1 -02.6, or if the documentation that is submitted fails to demonstrate that a Good Faith Effort to meet the Condition of Award was made; or k. The Bid Proposal does not constitute a definite and unqualified offer to meet the material terms of the Bid invitation. SECTION 1 -06, CONTROL OF MATERIALS January 3, 2011 1 -06.1 Approval of Materials Prior to Use This section is supplemented with the following new sub - section: 1 1- 06.1(4) Fabrication Inspection Expense In the event the Contractor elects to have items fabricated beyond 300 miles from Seattle, Washington the Contracting Agency will deduct from payment due the Contractor costs to perform fabrication inspection on the following items: • Steel Bridges and Steel Bridge components • Cantilever Sign Structures and Sign Bridges • Prestressed Concrete Girders and Precast Bridge Components • Cylindrical, Disc, Pin, and Spherical Bearings • Modular Expansion Joints • Epoxy Coated Reinforcing Steel • Painted and Powder Coated Luminaire and Signal Poles • Additional items as may be determined by the Engineer Fire Station 95 — Pavement Repair 10 I I The deductions for fabrication inspection costs will be as shown in the Payment Table below. I Zone Place of Fabrication Reduction in Payment 1 . Within 300 airline miles None from Seattle I 2 Between 300 and 3,000 $700.00 per *inspection day airline miles from Seattle . 3 Over 3,000 airline miles $1,000 per *inspection day, I from Seattle but not less than $2,500 per trip *Note - An inspection day includes any calendar day or portion of a calendar day I spent inspecting at or traveling to and from a place of fabrication. Where fabrication of an item takes place in more than one zone, the reduction in payment I will be computed on the basis of the entire item being fabricated in the furthest of zones where any fabrication takes place on that item. The rates for Zone 2 and 3 shall be applied for the full duration time of all fabrication I inspection activities to include but not limited to; plant approvals, prefabrication meetings, fabrication, coatings and final inspection. 1- 06.2(2)A General I Table 2 "Pay Factors" on page 1 -39 is revised to read: I Table 2 Pay Factors PAY FACTOR Minimum Required Percent of Work Within Specification Limits for a Given Factor (PU + PL) - 100 Category n=3 n=4 n=5 n=6 n=7 n=8 n=9 n=10 n=12 n=15 n=18 n=23 n_30 n=43 n=67 I to to to to to to to to n_11 n=14 n=17 n_22 n=29 n=42 n=66 .o 1.05 100 100 100 100 100 100 100 100 100 100 1.04 100 99 97 95 96 96 96 97 97 97 97 I 1.03 1.02 100 98 96 94 92 93 93 94 95 95 96 96 99 97 94 91 89 90 91 92 93 93 94 94 1.01 100 100 100 98 95 92 89 87 88 89 90 91 92 92 93 1.00 69 75 78 80 82 83 84 85 86 87 88 89 90 91 92 0.99 66 72 76 78 80 81 82 83 84 85 86 87 89 90 91 0.98 64 70 74 76 78 79 80 81 82 84 85 86 87 88 90 I 0.97 63 68 72 74 76 77 78 79 81 82 83 84 86 87 88 0.96 61 67 70 72 74 75 76 78 79 81 82 83 84 86 87 0.95 59 65 68 71 72 74 75 76 78 79 80 82 83 84 86 0.94 58 63 67 69 71 72 73 75 76 78 79 80 82 83 85 I 0.93 57 62 65 67 69 71 72 73 75 76 78 79 80 82 84 0.92 55 60 63 66 68 69 70 72 73 75 76 78 79 81 82 0.91 54 59 62 64 66 68 69 70 72 74 75 76 78 79 81 0.90 53 57 61 63 65 66 67 69 71 72 74 75 77 78 80 I 0.89 0.88 51 56 59 62 63 65 66 68 69 71 72 74 75 77 79 50 55 58 60 62 64 65 66 68 70 71 73 74 76 78 0.87 49 53 57 59 61 62 63 65 67 68 70 71 73 75 77 0.86 48 52 55 58 59 61 62 64 66 67 69 70 72 74 76 I (Continued) I Table 2 "Pay Factors" on page 1 -40 is revised to read: I I Fire Station 95 — Pavement Repair 11 I Table 2 Pay Factors (continued) PAY FACTOR Minimum Required Percent of Work Within Specification Limits for a Given Factor (P + PL - 100 Category n=3 n =4 n=5 n=6 n =7 n =8 n =9 n =10 n =12 n =15 n =18 n =23 n =30 n =43 n =67 111 to to to to to to to to n =11 n =14 n =17 n =22 n =29 n =42 n =66 ^� 0.85 46 51 54 56 58 60 61 62 64 66 67 69 71 72 75 0.84 45 49 53 55 57 58 60 61 63 65 66 68 70 71 73 0.83 44 48 51 54 56 57 58 60 62 64 65 67 69 70 72 111 0.82 43 47 50 53 54 56 57 59 61 62 64 66 67 69 71 0.81 41 46 49 51 53 55 56 58 59 61 63 64 66 68 70 0.80 40 44 48 50 52 54 55 56 58 60 62 63 65 67 69 0.79 39 43 46 49 51 52 54 55 57 59 61 62 64 66 68 0.78 38 42 45 48 50 51 52 54 56 58 59 61 63 65 67 0.77 36 41 44 46 48 50 51 53 55 57 58 60 62 64 66 0.76 35 39 43 45 47 49 50 52 54 56 57 59 61 63 65 0 75 33 38 42 44 46 48 49 51 53 54 56 58 60 62 64 REJECT Values Less Than Those Shown Above Reject Quality Levels Less Than Those Specified for a 0.75 Pay Factor Note: If the value of (P„ + - 100 does not correspond to a (P + P - 100 value in this table, use the next smaller (P + P - 100 value. SECTION 1 -07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 111 August 1, 2011 1 -07.2 Sales Tax The third sentence in the first paragraph is revised to read: The Contractor shall contact the Contract Payment section of the Division of Accounting & Financial Services of the Department of Transportation, Olympia WA for questions on sales tax. The first sentence in the third paragraph is revised to read: The Contracting Agency will pay the retained percentage only if the Contractor has obtained from the State Department of Revenue a certificate showing that all Contract - related taxes have been paid (RCW 60.28.051). 1 07.5(3) State Department of Ecology Item No. 4. in the first paragraph is revised to read: 4. Perform Work in such a manner that all materials and substances not specifically identified in the Contract documents to be placed in the water do not enter waters of the State, including wetlands. These include, but are not limited to, petroleum products, hydraulic fluid, fresh concrete, concrete wastewater, process wastewater, slurry materials and waste from shaft drilling, sediments, sediment -laden water, chemicals, paint, solvents, or other toxic or deleterious materials. 1 07.9(1) General The second sentence in the fourth paragraph is revised to read: When the project involves highway Work, heavy Work and building Work, the Contract Provisions may list a Federal wage and fringe benefit rate for the highway Work, a separate Federal wage and fringe benefit rate for both the heavy Work and the building Work. 1 07.13(4) Repair of Damage The last sentence in the first paragraph is revised to read: Fire Station 95 — Pavement Repair 12 ' 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 -07.14 Responsibility for Damage The third, fourth and fifth paragraphs are revised to read: Subject to the limitations in this section and RCW 4.24.115 the Contractor shall indemnify, defend, and save harmless the State, Governor, Commission, Secretary, and all officers and employees of the State from all claims, suits, or actions brought for injuries to, or death of, any persons or damages resulting from construction of the Work or in consequence of any negligence or breach of contract regarding the Work, or the use of any improper materials in the Work, caused in whole or in part by any act or omission by the Contractor or the agents or employees of the Contractor during performance or at any time before final acceptance. In addition to any remedy authorized by law, the State may retain so much of the money due the Contractor as deemed necessary by the Engineer to ensure indemnification until disposition has been made of such suits or claims. Subject to the limitations in this section and RCW 4.24.115, the Contractor shall indemnify, defend, and save harmless any county, city, or region, its officers, and employees connected with the Work, within the limits of which county, city, or region the Work is being performed, all in the same manner and to the same extent as provided above for the protection of the State, its officers and employees, provided that no retention of money due ' the Contractor be made by the State except as provided in RCW 60.28, pending disposition of suits or claims for damages brought against the county, city, or district. Pursuant to RCW 4.24.115, where such claims, suits, or actions result from the concurrent negligence of (a) the indemnitee or the indemnitee's agents or employees and (b) the Contractor or the Contractor's agent or employees, the indemnity provisions provided in the t preceding paragraphs of this section shall be valid and enforceable only to the extent of the Contractor's negligence or the negligence of its agents and employees. This section is supplemented with the following: THE CONTRACTOR SPECIFICALLY ASSUMES ALL POTENTIAL LIABILITY FOR t ACTIONS BROUGHT BY EMPLOYEES OF THE CONTRACTOR AND, SOLELY FOR THE PURPOSE OF ENFORCING THE DEFENSE AND INDEMNIFICATION OBLIGATIONS SET FORTH IN SECTION 1- 07.14, THE CONTRACTOR SPECIFICALLY WAIVES ANY IMMUNITY GRANTED UNDER THE STATE INDUSTRIAL INSURANCE LAW, RCW TITLE 51. THIS WAIVER HAD BEEN MUTUALLY NEGOTIATED BY THE PARTIES. THE CONTRACTOR SHALL SIMILARLY REQUIRE THAT EACH SUBCONTRACTOR IT RETAINS IN CONNECTION WITH THE PROJECT COMPLY WITH THE TERMS OF THIS ' PARAGRAPH, WAIVE ANY IMMUNITY GRANTED UNDER RCW TITLE 51 AND ASSUME ALL LIABILITY FOR ACTIONS BROUGHT BY EMPLOYEES OF THE SUBCONTRACTOR. t 1 -07.15 Temporary Water Pollution /Erosion Control The fourth paragraph is deleted. ' 1- 07.15(1) Spill Prevention, Control and Countermeasures Plan This section is deleted in its entirety and replaced with the following: ' The Contractor shall prepare and implement a project- specific spill prevention, control, and countermeasures plan (SPCC Plan) for the duration of the project. The Contractor shall submit the plan to the Project Engineer no later than the date of the preconstruction Fire Station 95 — Pavement Repair 13 I conference. No on -site construction activities may commence until the Contracting Agency accepts an SPCC Plan for the project. SPCC Plan template and guidance information is available at: http: / /www.wsdot.wa.gov/ Environment /HazMat /Spill Prevention. htm. The SPCC Plan shall address all fuels, petroleum products and hazardous materials, as defined in Chapter 447 of the WSDOT Environmental Procedures Manual (M 31 -11). Occupational safety and health requirements that may pertain to SPCC Plan implementation are contained in, but not limited to, WAC 296 -824 and WAC 296 -843. The SPCC Plan shall address conditions that may be required by Section 3406 of the current International Fire Code, or as approved by the local Fire Marshal. , Implementation Requirements The Contractor shall update the SPCC Plan throughout project construction so that the written plan reflects actual site conditions and practices. The Contractor shall update the SPCC Plan at least annually and maintain a copy of the updated SPCC Plan on the project site. The Contractor shall fully implement the SPCC Plan, as accepted and updated, at all times. SPCC Plan Element Requirements The SPCC Plan shall set forth the following information in the following order: 1. Responsible Personnel Identify the names, titles, and contact information for the personnel responsible for implementing and updating the plan and for responding to spills. 2. Spill Reporting List the names and telephone numbers of the Federal, State, and local agencies the Contractor shall notify in the event of a spill. 3. Project and Site Information ' Describe the following items: A. The project Work. r B. The site location and boundaries. C. The drainage pathways from the site. D. Nearby waterways and sensitive areas and their distances from the site. I 4. Potential Spill Sources Describe each of the following for all potentially hazardous materials brought or generated on -site (including materials used for equipment operation, refueling, maintenance, or cleaning): A. Name of material and its intended use. ' B. Estimated maximum amount on -site at any one time. C. Location(s) (including any equipment used below the ordinary high water line) where the material will be staged, used, and stored and the distance(s) from nearby waterways and sensitive areas. Fire Station 95 — Pavement Repair 14 ' 5. Pre - Existing Contamination Describe any pre- existing contamination and contaminant sources (such as buried pipes or tanks) in the project area that are described in the Contract provisions and Plans. Identify equipment and work practices that shall be used to prevent the ' release of contamination. 6. Spill Prevention and Response Training Describe how and when all project personnel, including refueling personnel and other Subcontractors, shall be trained in spill prevention, containment, and response and in the location of spill response kits. 7. Spill Prevention Describe the following items: ' A. The contents and locations of spill response kits that the Contractor shall supply and maintain that are appropriately stocked, located in close ' proximity to hazardous materials and equipment, and immediately accessible. B. Security measures for potential spill sources to prevent accidental spills and vandalism. C. Methods used to prevent stormwater from contacting hazardous materials. D. Secondary containment for each potential spill source listed in 4, above. Secondary containment structures shall be in accordance with Section S9.D.9 of Ecology's Construction Storm water General NPDES Permit, where secondary containment means placing tanks or containers within ' an impervious structure capable of containing 110% of the volume contained in the largest tank within the containment structure. Double - walled tanks do not require additional secondary containment. E. BMP Methods used to prevent discharges to ground or water during mixing and transfers of hazardous materials and fuel. Methods to control pollutants shall use BMPs in accordance with Ecology's Construction ' Stormwater General NPDES Permit. BMPs guidance is provided in Ecology's Stormwater Management Manuals, such as Volume II — Construction Stormwater Pollution Prevention, BMP C153 and Volume IV Source Control BMPs. F. Refueling procedures for equipment that cannot be moved from below ' the ordinary high water line. G. Daily inspection and cleanup procedures that ensure all equipment used ' below the ordinary high water line is free of all external petroleum -based products. H. Routine equipment, storage area, and structure inspection and maintenance practices to prevent drips, leaks or failures of hoses, valves, fittings, containers, pumps, or other systems that contain or transfer hazardous materials. I. Site inspection procedures and frequency. Fire Station 95 — Pavement Repair 15 I 8. Spill Response Outline the response procedures the Contractor shall follow for each scenario listed below, indicating that if hazardous materials are encountered or spilled during construction, the Contractor shall do everything possible to control and contain the material until appropriate measures can be taken. Include a description of the actions the Contractor shall take and the specific on -site spill response equipment that shall be used to assess the spill, secure the area, contain and eliminate the spill source, clean up spilled material, decontaminate I equipment, and dispose of spilled and contaminated material. A. A spill of each type of hazardous material at each location identified in 4, above. B. Stormwater that has come into contact with hazardous materials. C. A release or spill of any pre- existing contamination and contaminant source described in 5, above. D. A release or spill of any unknown pre- existing contamination and contaminant sources (such as buried pipes or tanks) encountered during project Work. 1 E. A spill occurring during Work with equipment used below the ordinary high water line. If the Contractor will use a Subcontractor for spill response, provide contact information for the Subcontractor under item 1 (above), identify when the Subcontractor shall be used, and describe actions the Contractor shall take while waiting for the Subcontractor to respond. 9. Project Site Map ' Provide a map showing the following items: A. Site location and boundaries. , B. Site access roads. C. Drainage pathways from the site. D. Nearby waterways and sensitive areas. 1 E. Hazardous materials, equipment, and decontamination areas identified in 4, above. ' F. Pre - existing contamination or contaminant sources described in 5, above. G. Spill prevention and response equipment described in 7 and 8, above. 10. Spill Report Forms I Provide a copy of the spill report form(s) that the Contractor shall use in the event of a release or spill. Fire Station 95 — Pavement Repair 16 1 ' Payment Payment will be made in accordance with Section 1 -04.1 for the following bid item when it is included in the Proposal: 111 "SPCC Plan," lump sum. When the written SPCC Plan is accepted by Contracting Agency, the Contractor shall 1 receive 50- percent of the lump sum Contract price for the plan. The remaining 50- percent of the lump sum price will be paid after the materials and equipment called for in the Plan are mobilized to the project. 1 . The lump sum payment for "SPCC Plan" shall be full pay for all costs associated with creating and updating the accepted SPCC Plan, all costs associated with the set up of ' prevention measures, and implementing the current SPCC Plan as required by this Specification. As to other costs associated with releases or spills, including restocking spill kits, the Contractor may request payment as provided for in the Contract. No payment shall be made if the release or spill was caused by or resulted from the Contractor's operations, 1 negligence, or omissions. 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 designated by the Engineer at no additional cost to the 1 Contracting Agency. The fourth paragraph is revised to read: 1 Any pruning activity required to complete the Work as specified shall be performed by a Certified Arborist as designated by the Engineer. 1 1 -07.18 Public Liability and Property Damage Insurance This section is deleted in its entirety and replaced with the following: ' 1 -07.18 Public Liability and Property Damage Insurance The Contractor shall obtain and keep in force the following policies of insurance. The 1 policies shall be with companies or through sources approved by the State Insurance Commissioner pursuant to Chapter 48.05, RCW. Unless otherwise indicated below, the Fire Station 95 — Pavement Repair 17 policies shall be kept in force from the execution date of the Contract until the date of acceptance by the Secretary (Section 1- 05.12). 1. Owners and Contractors Protective (OCP) Insurance providing bodily injury and property damage liability coverage with limits of $3,000,000 per occurrence and, per project, in the aggregate for each policy period, written on Insurance Services Office (ISO) form CG0009 1204, together with Washington State Department of Transportation amendatory endorsement CG 2908 1195, specifying the Contracting Agency, the State, the Governor, the Commission, the Secretary , the Department and all officers and employees of the State as named insured. 2. Commercial General Liability (CGL) Insurance written under ISO Form CG0001 or its I equivalent with minimum limits of $3,000,000 per occurrence and in the aggregate for each one year policy period. This coverage may be any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $3,000,000 per occurrence and in the aggregate. Products and completed operations coverage shall be provided for a period of three years following Substantial Completion of the Work. 3. Commercial Automobile Liability Insurance providing bodily injury and property damage liability coverage for all owned and nonowned vehicles assigned to or used in the performance of the Work with a combined single limit of not less than $1,000, 000 each occurrence. This coverage may be any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $1,000,000 per occurrence with the State named as an additional insured or designated insured in connection with the Contractor's Performance of the Contract. If pollutants are to be transported, MCS 90 and CA 99 48 endorsements are required on the Commercial Automobile Liability insurance policy unless in- transit pollution risk is covered under a Pollution Liability insurance policy. 4. The Contractor shall be Named Insured and the Contracting Agency, the State, the Governor, the Commission, the Secretary, the Department, all officers and employees of the State, and their respective members, directors, officers, employees, agents and consultants (collectively the "Additional Insureds ") shall be included as Additional Insureds for all policies and coverages specified in this Section, with the exception of the OCP policy. Said insurance coverage shall be primary and non - contributory insurance with respect to the insureds and the Additional Insureds. Any insurance or self- insurance beyond that specified in this Contract that is maintained by any Additional Insured shall be in excess of such insurance and shall not contribute with it. All insurance coverage required by this Section shall be written and provided by "occurrence- based" policy forms rather than by "claims made" forms. All endorsements adding Additional Insureds to required policies shall be issued on (i) form CG 20 10 11 85 or a form deemed equivalent by the Contracting Agency, providing the Additional Insureds with all policies and coverages set forth in this Section, with the exception of the OCP and Commercial Auto policies or (ii) form CA 20 48 or forms deemed equivalent by Contracting Agency, providing the Additional Insureds with all coverage's required under the Commercial Automobile Liability. 5. The coverage limits to be provided by Contractor for itself and to the Contracting , Agency and Additional Insureds pursuant to this section or any Special Provision, shall be on a "per project" aggregate basis with the minimum limits of liability as set forth herein for both general liability and products /completed operations claims. The I additional insured coverage required under this Section for products /completed operations claims shall remain in full force and effect for not less than three years Fire Station 95 — Pavement Repair 18 t I following Substantial Completion of the project. If the Contractor maintains, at any I time, coverage limits for itself in excess of limits set forth in this Section 1 -07.18 or any Special Provision, then those additional coverage limits shall also apply to the Contracting Agency and the Additional Insureds. This includes, but is not limited to, any I coverage limits provided under any risk financing program of any description, whether such limits are primary, excess, contingent or otherwise. I 6. All insurance policies and coverage's required under Section 1 -07.18 and Section 1- 07.10 shall contain a waiver of subrogation against the Contracting Agency , the State, any Additional Insured and their respective departments, agencies, boards, and I commissions and their respective officers, officials, agents, and employees for losses arising from Work performed by or on behalf of the Contractor. This waiver has been mutually negotiated by the parties. 1 7. Where applicable, the Contractor shall cause each Subcontractor to provide insurance that complies with all applicable requirements of the Contractor - provided insurance as set forth herein, in circumstances where the Subcontractor is not covered by the I Contractor - provided insurance. The Contractor shall have sole responsibility for determining the limits of coverage required, if any, to be obtained by Subcontractors, which determination shall be made in accordance with reasonable and prudent I business practices. In the event that a Subcontractor is required to add the Contractor as an additional insured pursuant to its contract for Work at the Project, then the Contractor shall also cause each Subcontractor to include the Contracting Agency and I the Additional Insureds as additional insureds as well, for primary and non - contributory limits of liability under each Subcontractor's Commercial General Liability, Commercial Automobile Liability and, any other coverage's which may be required pursuant to a I "Special Provision ". 8. Unless specifically noted otherwise in the Contract Documents, the parties to this I Contract do not intend by any of the provisions of this Contract to cause the public or any member thereof or any other Person to be a third party beneficiary of the Contract Documents. Nothing in this Contract authorizes anyone not a party to this Contract or a designated third party beneficiary to this Contract to maintain a suit for personal I injuries or property damage pursuant to the terms or provisions of this Contract. It is the further intent of the Contracting Agency and the Contractor in executing the Form of Contract that no individual, firm, corporation or any combination thereof which I supplies materials, labor, services, or equipment to the Contractor for the performance of the Work shall become thereby a third party beneficiary of this Contract. I The Contract Documents shall not be construed to create a contractual relationship of any kind between the Contracting Agency and a Subcontractor or any other Person except the Contractor. t 9. The Owners and Contractors Protective Insurance policy shall not be subject to a deductible or contain provisions for a deductible. The Commercial General Liability policy and the Commercial Automobile Liability Insurance policy may, at the discretion I of the Contractor, contain such provisions. If a deductible applies to any claim under these policies, then payment of that' deductible will be the responsibility of the Contractor, notwithstanding any claim of liability against the Contracting Agency. I However in no event shall any provision for a deductible provide for a deductible in excess of $50,000.00. I 10. With the exception of the Commercial Automobile liability coverage, no policies of insurance required under this Section shall contain an arbitration or alternative dispute resolution clause applicable to disputes between the insurer and its insureds. Any and I Fire Station 95 — Pavement Repair 19 all disputes concerning (i) terms and scope of insurance coverage afforded by the policies required hereunder and /or (ii) extra contractual remedies and relief which may be afforded policy holders in connection with coverage disputes, shall be resolved in Washington Superior Court, applying Washington law. 11. Prior to Contract execution, the Contractor shall file with the Department of Transportation, Contract Payment Section, P.O. Box 47420, Olympia, WA 98504 -7420, ACORD Form Certificates of Insurance evidencing the minimum insurance coverages required under these Specifications. Within 30 days of being awarded a Contract, the Contractor shall provide the Department with complete copies, which may be electronic copies, of all insurance policies required under this section and any Special Provisions. 12. The Contractor shall provide written notice to the Engineer of any policy cancellations and provide the Department of Transportation, Contract Payment Section, P.O. Box 47420 Olympia, WA 98504 -7420, by U.S Mail, notice of any policy cancellation within two business days of receipt of cancellation. 13. Failure on the part of the Contractor to maintain the insurance as required, or to not provide certification and copies of the insurance prior to the time specified in subsection 11 above, shall constitute a material breach of Contract upon which the Contracting Agency may, after giving 5- 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. All costs for insurance, including any payments of deductible amounts, shall be considered incidental to and included in the unit Contract prices and no additional payment will be made. SECTION 1 -08, PROSECUTION AND PROGRESS ' April 4, 2011 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, 1 "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 first sentence in the ninth paragraph is revised to read: On all projects funded with both Contracting Agency funds and Federal assistance the • Contractor shall submit a "Quarterly Report of Amounts Credited as DBE Participation" on a quarterly basis in which DBE work is accomplished, for every quarter in which the Contract is active or upon completion of the project, as appropriate. 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 ". Fire Station 95 — Pavement Repair 20 1 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. Item number 2.c. in the sixth paragraph is revised to read: c. Quarterly Reports of Amounts Paid as MBE/WBE Participants, or Quarterly Reports of Amounts Credited as DBE Participation, as required by the Contract Provisions. SECTION 1 -09, MEASUREMENT AND PAYMENT August 1, 2011 1- 09.2(1) General Requirement for Weighing Equipment This section is revised to read: Unless specified otherwise, any Highway or Bridge construction materials to be proportioned or measured and paid for by weight shall be weighed on a scale. Scales Scales shall: 1. be accurate to within 0.5- percent of the correct weight throughout the range of use; 2. not include spring balances; 3. include beams, dials, or other reliable readout equipment; 4. be built to prevent scale parts from binding, vibrating, or being displaced and to protect all working parts and; ' 5. be carefully maintained, with bunkers and platforms kept clear of accumulated materials that could cause errors. Scale Operations Contractor provided scale operations are defined as operations where a scale is set up by the Contractor specifically for the project and most, if not all, material weighed on the scale is utilized for Contract Work. In this situation, the Contractor shall provide a person to ' operate the project scale, write tickets, perform scale checks and prepare reports. Commercial scale operations include the use of established scales used to sell materials to ' the public on a regular basis. In addition, for the purposes of this specification, all batch, hopper, and belt scales are considered to be commercial scales. When a commercial scale is used as the project scale, the Contractor may utilize a commercial scale operator provided it is at no additional cost to the contracting agency. In addition, the Contractor shall ensure that: 1. the Engineer is allowed to observe the weighing operation and check the daily scale weight record; Fire Station 95 — Pavement Repair 21 2. scale verification checks are performed at the direction of the Contracting Agency ' (see Section 1- 09.2(5)); 3. several times each day, the scale operator records and makes certain the platform I scale balances and returns to zero when the load is removed; and 4. test results and scale weight records for each day's hauling operations are provided to the Engineer daily. Unless otherwise approved, reporting shall utilize form 422 -027, Scaleman's Daily Report. Trucks and Tickets Each truck to be weighed shall bear a unique identification number. This number shall be legible and in plain view of the scale operator. Each vehicle operator shall obtain a weigh or load ticket from the scale operator. The Contracting Agency will provide item quantity tickets for scales that are not self - printing. The Contractor shall provide tickets for self - printing scales. All tickets shall, at a minimum, contain the following information: 1. date of haul; 2. contract number; ' 3. contract unit Bid item; 4. unit of measure; 5. identification number of hauling vehicle; and I 6. weight delivered a. net weight in the case of batch and hopper scales I b. gross weight, tare and net weight in the case of platform scales (tare may be omitted if a tare beam is used) c. approximate load out weight in the case of belt conveyor scales 111 The vehicle operator shall deliver the ticket in legible condition to the material receiver at the material delivery point. The material delivery point is defined as the location where the material is incorporated into the permanent Work. I 1- 09.2(2) Specific Requirements for Batching Scales In the first paragraph, the last sentence is revised to read: , Batching scales used for Portland Cement concrete or hot mix asphalt shall not be used for batching other materials. ' 1- 09.2(3) Specific Requirements for Platform Scales In the first paragraph, the last sentence is revised to read: A tare weight shall be taken of each hauling vehicle at least once daily. The third paragraph is deleted. ' Fire Station 95 — Pavement Repair 22 I 1- 09.2(5) Measurement This section is revised to read: Scale Verification Checks The Engineer will verify the accuracy of each batch, hopper or platform scale. The frequency of verification checks will be such that at least one test weekly is performed for each weighed contract item of work being performed during that week. Verification checks may not be routinely conducted for weighed material, who's proposal quantity multiplied by the unit bid price, has a value less than $20,000. ' The verification will consist of one of the following methods and be at the Contractor's option: • 1. Weigh a loaded truck on a separate certified platform scale designated by the Contractor, for the purpose of scale verification. 2. Weigh a vehicle that weighs at least 10,000 pounds on a separate certified scale and then check the project scale with it. ' 3. Establish a certified fixed load weighing at least 10,000 pounds as a check - weight. The certification shall consist of an affidavit affirming the correct weight of the fixed load. Should the scale verification check reveal a weight difference of more than 0.5- percent, a second scale verification check shall be performed immediately. If the weight differences of both comparison checks exceed the 0.5- percent limit and the scale has been over weighing, the Contractor shall immediately stop weighing and the scale shall be recertified at the Contractor's expense. If the weight difference of both comparison checks exceed the 0.5- percent limit and the scale is under weighing, it shall be adjusted immediately. The Contractor will not be compensated for any loss from under weighing. Belt Scales To test the accuracy of a belt- conveyor scale, the Contractor shall weigh five or more payloads from sequential hauling units and compare these weights with weights of the ' same payloads taken on a separate certified platform scale. If the test results fluctuate, the Engineer may require more than five check loads. Conveyor weights will be based on tonnage values taken from the sealed odometer at the beginning and end of each check period. If scale verification checks show the scale has been under weighing, it shall be adjusted immediately. The Contractor will not be compensated for any loss from under weighing. If scale verification checks show the scale has been overweighing, its operation will cease immediately until adjusted. Minor Construction Items If the specifications and plans require weight measurement for minor construction items, the Contractor may request permission to convert volume to weight. If the Engineer approves, an agreed factor may be used to make this conversion and volume may be used to calculate the corresponding weight for payment. 1- 09.2(6) Payment This section is revised to read: Fire Station 95 — Pavement Repair 23 I Unless specified otherwise the Contracting Agency will pay for no materials received by weight unless they have been weighed as required in this section or as required by another method the Engineer has approved in writing. The Contractor shall not be compensated for any loss from under weighing that is revealed by scale verification checks. If scale verification checks reveal that the scale is over weighing, then payment for all material weighed since the last valid scale verification check will be adjusted. The contracting agency will calculate the combined weight of all materials weighed after the last verification check showing accurate results. This combined weight will then be reduced for payment by the percentage of scale error that exceeds 0.5- percent unless the Contractor demonstrates to the satisfaction of the Engineer that the defect in the scale was present for a lesser period of time. Unit contract prices for the various pay items of the project cover all costs related to weighing and proportioning materials for payment. These costs include but are not limited to: • furnishing, installing, certifying, and maintaining scales; ' • providing a weigher to operate a Contractor provided scale; • providing a weigher to operate a commercial scale, if necessary; • providing self - printing tickets, if necessary; I • rerouting a truck for verification weighing; • assisting the Engineer with scale verification checks; , • any other related costs associated with meeting the requirements of this section. 1 -09.9 Payments The first paragraph is revised to read: The basis of payment will be the actual quantities of Work performed according to the Contract and as specified for payment. The Contractor shall submit a breakdown of the cost of lump sum Items to enable the Project Engineer to determine the Work performed on a monthly basis. Lump sum item breakdowns shall be submitted prior to the first progress payment that includes payment for the Bid Item in question. A breakdown is not required for lump sum items that include a basis for incremental payments as part of the respective Specification. Absent a lump sum breakdown the Project Engineer will make a determination based on information available. The Project Engineer's determination of the cost of work shall be final. In the third paragraph, the second sentence is deleted. Fire Station 95 — Pavement Repair 24 1 1- 09.11(1)A Disputes Review Board Membership This section is supplemented with the following new paragraph: The Contracting Agency and Contractor shall indemnify and hold harmless the Board ' Members from and against all claims, damages, losses and expenses, including but not limited to attorney's fees arising out of and resulting from the actions and recommendations of the Board. SECTION 1 -10, TEMPORARY TRAFFIC CONTROL April 4, 2011 ' In Division 1 -10, all references to "truck mounted" are revised to read "transportable ". 1 -10.1 General The following sentence is inserted at the beginning of this section: Temporary traffic control refers to the control of all types of traffic, including vehicles, bicyclists, and pedestrians (including pedestrians with disabilities). ' 1- 10.2(1)A Traffic Control Management Item number 2. in the first paragraph is revised to read: 2. Providing the Contractor's designated TCS with approved Traffic Control Plans (TCPs) which are compatible with the Work operations and traffic control for which they will be implemented. Having the latest adopted edition of the Manual On Uniform Traffic Control Devices for Streets and Highways (MUTCD,) including the Washington State ' Modifications to the MUTCD, the most current edition of the Public Rights -Of -Way Accessibility Guidelines (PROWAG), and applicable standards and Specifications available at all times on the project. ' 1- 10.2(1)B Traffic Control Supervisor Item number 1. in the third paragraph is revised to read: 1. Having a current set of approved traffic control plans (TCPs), applicable Contract Provisions as provided by the Contractor, the latest adopted edition of the MUTCD, including the Washington State Modifications to the MUTCD, the book Quality Guidelines for Temporary Work Zone Traffic Control Devices, the most current edition of the PROWAG, and applicable standards and Specifications. ' The third paragraph is supplemented with the following: 7. Ensuring that all pedestrian routes or access points, existing or temporary, are kept clear and free of obstructions and that all temporary pedestrian routes or access points are detectable and accessible to persons with disabilities as provided for in the approved Plans. ' 1- 10.2(2) Traffic Control Plans The second paragraph is revised to read: ' When the Contractor's chosen method of performing the Work in the Contract requires some form of temporary traffic control for vehicles, bicyclists, or pedestrians, the Contractor ' shall either: (1.) designate and adopt, in writing, the traffic control plan or plans from the Contract documents that support that method; or (2.) submit a Contractor's plan that modifies, supplements or replaces a plan from the Contract documents. Any Contractor- ' Fire Station 95 - Pavement Repair 25 proposed modification, supplement or replacement shall show the necessary construction signs, flaggers, spotters and other traffic control devices required to support the Work. Any Contractor - proposed traffic control plan shall conform to the established standards for plan development as shown in the MUTCD, Part 6 and the most current edition of the PROWAG. The Contractor's submittal, either designating and adopting a traffic control plan from the Contract documents or proposing a Contractor - developed plan, shall be provided to the Engineer for approval at least 10- calendar days in advance of the time the signs and other traffic control devices are scheduled to be installed and utilized. The Contractor shall be solely responsible for submitting any proposed traffic control plan or modification, obtaining the Engineer's approval and providing copies of the approved Traffic Control Plans to the Traffic Control Supervisor. ' 1- 10.2(3) Conformance to Established Standards The reference "(TMA's)" in the paragraph that starts with "Category 3" is deleted. The first paragraph is revised to read: Flagging, signs, and all other traffic control devices and procedures furnished or provided 1 shall conform to the standards established in the latest WSDOT adopted edition of the Manual On Uniform Traffic Control Devices for Streets and Highways (MUTCD,) published by the U.S. Department of Transportation and the Washington State Modifications to the MUTCD and the most current edition of the Public Rights -Of -Way Accessibility Guidelines (PROWAG). Judgment of the quality of devices furnished will be based upon Quality Guidelines for Temporary Traffic Control Devices, published by the American Traffic Safety Services Association. Copies of the MUTCD and Quality Guidelines for Temporary Control Devices may be purchased from the American Traffic Safety Services Association, 15 Riverside Parkway, Suite 100, Fredericksburg, Virginia 22406 -1022. The Washington State Modifications to the MUTCD may be obtained from the Department of Transportation, Olympia, Washington 98504. The most current edition of the Public Rights -Of -Way Accessibility Guidelines (PROWAG) can be downloaded from the United States Access Board web site (www. access- board.gov). 1- 10.3(1) Traffic Control Labor ' The first paragraph is revised to read: The Contractor shall furnish all personnel for flagging, spotting, for the execution of all procedures related to temporary traffic control and for the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. 1- 10.3(2)C Lane Closure Setup /Takedown Item number 1 in the first paragraph is revised to read: 1. If the Plans show a portable changeable message sign, it shall be established in advance of the operation; far enough back to provide warning of both the operation and any queue of traffic that has formed during the operation. , In the second paragraph, the reference to "TMA/arrow board" is revised to read "transportable attenuator /arrow board ". ' Fire Station 95 — Pavement Repair 26 I . I 1- 10.3(3) Traffic Control Devices • The following paragraph is inserted at the beginning of this section: Traffic control devices, including signs, furnished or provided shall conform to the standards I established in the latest WSDOT adopted edition of the Manual On Uniform Traffic Control Devices for Streets and Highways (MUTCD,) published by the U.S. Department of Transportation and the Washington State Modifications to the MUTCD. Requirements for t pedestrian traffic control devices are addressed in the MUTCD. 1- 10.3(3)A Construction Signs I In the fourth paragraph "height" is replaced with "top of the ballast ". 1- 10.3(3)J Truck Mounted Attenuator I The title for this section is revised to read: 1- 10.3(3)J Transportable Attenuator r In the second and fourth paragraphs, the references to "TMA" are revised to read "Transportable Attenuator ". r 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 I Contractor shall provide, operate, and maintain transportable impact attenuators as required in Section 9- 35.12. I 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 I All references to "Truck Mounted Impact Attenuator(s)" are revised to read "Transportable Attenuator(s)". I 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 I 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". ' This Section is supplemented with the following: I No specific unit of measurement will apply to the lump sum item of "Pedestrian Traffic Control." I 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)". . I This Section is supplemented with the following: "Pedestrian Traffic Control ", lump sum. Fire Station 95 — Pavement Repair 27 I The lump sum Contract payment shall be full compensation for all costs of labor and materials incurred by the Contractor in performing pedestrian traffic control Contract Work defined in Section 1 -10. SECTION 2 -01, CLEARING, GRUBBING, AND ROADSIDE CLEANUP ' April 5, 2010 2- 01.3(2) Grubbing In the first paragraph Item 2. e. is revised to read: e. Upon which embankments will be placed except stumps may be close -cut or trimmed as allowed in Section 2- 01.3(1) item 3. SECTION 2 -02, REMOVAL OF STRUCTURES AND OBSTRUCTIONS January 4, 2010 2 -02.3 Construction Requirements The fourth paragraph is revised to read: The Contractor may dispose of waste material in Contracting Agency owned sites if the Special Provisions or the Engineer permits it. Otherwise, the Contractor shall arrange to dispose of waste at no expense to the Contracting Agency and the disposal shall meet the requirements of Section 2- 03.3(7)C. SECTION 2 -09, STRUCTURE EXCAVATION January 3, 2011 2- 09.3(1)E Backfilling The sixth paragraph is revised to read: The water /cement ratio shall be calculated on the total weight of cementitious material. Cementitious materials are those listed in Section 5 -05.2. 2- 09.3(2) Classification of Structure Excavation Item number 1 is revised to read: 1. Class A. Structure excavation required for bridge and retaining wall footings, geosynthetic retaining wall footings, structural earth walls and sign structure footings, pile or drilled shaft caps, seals, wingwall footings, detention vaults, and noise barrier 111 wall footings shall be classified as Structure excavation Class A. If the excavation requires a cofferdam, structural shoring, or extra excavation, the work outside the neat lines of the Structure excavation Class A shall be classified as shoring or extra excavation Class A. 2- 09.3(3)D Shoring and Cofferdams The 14th paragraph is revised to read: If soldier piles are placed in drilled holes, and lagging is installed concurrently with the excavation, all backfill above the bottom of the lagging shall consist of controlled density fill or lean concrete. Backfill below the bottom of the lagging may consist of pea gravel. If full- height steel sheet lagging is installed prior to excavation, soldier pile holes may be backfilled with pea gravel. I Fire Station 95 — Pavement Repair 28 t 2 -09.4 Measurement The second sentence in the second paragraph, "Horizontal Limits ", is supplemented with the following: ' (4) more than 1 -foot outside the perimeter of the soil reinforcement area for geosynthetic and structural earth walls. ' SECTION 5 -04, HOT MIX ASPHALT August 1, 2011 ' 5- 04.3(5)E Pavement Repair The third sentence in the second paragraph is revised to read: The minimum width of any pavement repair area shall be 40- inches unless shown otherwise in the Plans. 5- 04.3(7)A1 General This section is revised to read: ' The Contractor shall develop a mix design prior to the initial production of HMA and prior to the production of HMA each calendar year thereafter. The mix design aggregate structure and asphalt binder content shall be determined in accordance with Materials Manual WSDOT Standard Operating Procedure No. 732 and meet the requirements of Sections 9- 03.8(2) and 9- 03.8(6). Mix designs that were developed during the calendar year prior to the current year's production of HMA that have been issued a WSDOT mix design /anti -strip evaluation report will be accepted provided the Contractor submits a certification letter ' stating that the aggregate and asphalt binder have not changed. Changes to aggregate that may require a new mix design include the source of material or a change in the percentage of material from a stockpile greater than 5- percent.. The Contractor may vary the RAP ' percentage in accordance with Section 5 -04.2. Changes to the percentage of material from a stockpile will be calculated exclusive of the RAP content. Changes to asphalt binder that may require a new mix design include the source of the crude petroleum supplied to the t refinery, the refining process, and additives or modifiers in the asphalt binder. 5- 04.3(7)A2 Statistical or Nonstatistical Evaluation ' The second paragraph is revised to read: The Contractor shall submit representative samples of the mineral materials that are to be ' used in the HMA production. The Contracting Agency will use these samples to determine anti -strip requirements, if any, in accordance with WSDOT test method T 718. Anti -strip evaluation of HMA mix designs proposed by the Contractor that include RAP will be completed without the inclusion of the RAP. Submittal of RAP samples is not required. A mix design /anti -strip evaluation report will be provided within 25- calendar days after a mix design submittal has been received in the State Materials Laboratory in Tumwater. No paving shall begin prior to issuance of the mix design /anti -strip evaluation report or ' reference mix design /anti -strip evaluation report for that year. 5- 04.3(7)A3 Commercial Evaluation ' The first sentence in the second paragraph is revised to read: Anti -strip evaluation of the mix design by the Contracting Agency is not required. 1 Fire Station 95 — Pavement Repair 29 I 5- 04.3(8)A1 General The second sentence in the second paragraph is revised to read: Statistical evaluation will be used for a class of HMA with the same PG grade of asphalt binder, when the Proposal quantities exceed 4,000 -tons. The third paragraph is revised to read: Nonstatistical evaluation will be used for the acceptance of HMA when the Proposal quantities for a class of HMA, with the same PG grade of asphalt binder, are 4,000 -tons or less. t 5- 04.3(8)A4 Definition of Sampling Lot and Sublot The first sentence in the first paragraph is revised to read: ' A lot is represented by randomly selected samples of the same mix design that will be tested for acceptance with a maximum of 15 sublots per lot; the final lot for a mix design may be increased to 25 sublots 5- 04.3(10)A General The first paragraph is revised to read: Immediately after the HMA has been spread and struck off, and after surface irregularities have been adjusted, the mix shall be thoroughly and uniformly compacted. The completed course shall be free from ridges, ruts, humps, depressions, objectionable marks, checking, cracking and irregularities and shall conform to the line, grade, and cross - section shown in the Plans. If necessary, the JMF may be altered in accordance with Section 9- 03.8(7) to achieve desired results. The third paragraph is revised to read: ' The type of rollers to be used and their relative position in the compaction sequence shall generally be the Contractor's option, provided the specified densities are attained. An exception shall be that pneumatic tired rollers shall be used for compaction of the wearing course beginning October 1st of any year through March 31st of the following year. Unless the Project Engineer has approved otherwise, rollers shall only be operated in the static mode when the internal temperature of the mix is less than 175 °F. Rollers shall only be operated in static mode on bridge decks. 5- 04.3(10)B1 General t The first sentence in the second paragraph is revised to read: A lot is represented by randomly selected samples of the same mix design that will be tested for acceptance with a maximum of 15 sublots per lot; the final lot for a mix design may be increased to 25 sublots. 5- 04.3(10)B4 Test Results The first paragraph is revised to read: The nuclear moisture - density gauge results of all compaction acceptance testing and the CPF of the lot after three sublots have been tested will be available to the Contractor through WSDOT's website. Determination of the relative density of the HMA with a nuclear moisture - density gauge requires a correlation factor determined in accordance with WSDOT SOP 730 and may require resolution after the correlation factor is known. When a Fire Station 95 — Pavement Repair 30 t core is taken for gauge correlation at the location of a sublot the relative density of the core will be used for the sublot test result and is exempt from challenge testing. Acceptance of HMA compaction will be based on the statistical evaluation and CPF so determined. t 5- 04.3(11)D Lots and Sublots The following new sub - section is inserted at the beginning of this section: ' 5- 04.3(11)D1 General HMA that has been rejected is subject to the requirements in Section 1- 06.2(2) and the Contractor shall submit a proposal to the Project Engineer for approval. When a lot has ' been rejected and the Contractor's written request for the entire lot to remain in place in accordance with Section 1- 06.2(2)B Paragraph 1, Item 3 has been approved the HMA will be accepted and the designated percentage reduction shall be 25- percent. ' 5- 04.3(11)D1 A Partial Sublot This sections number is revised to read: 5- 04.3(11)D2 ' 5- 04.3(11)D2 An Entire Sublot This sections number is revised to read: 5- 04.3(11)D3 5- 04.3(11)D3 A Lot in Progress ' This sections number is revised to read: 5- 04.3(11)D4 ' 5- 04.3(11)D4 An Entire Lot The last sentence is deleted. t This sections number is revised to read: 5- 04.3(11)D5 SECTION 5 -05, CEMENT CONCRETE PAVEMENT August 1, 2011 5 -05.2 Materials This section is supplemented with the following: ' Cementitious Materials are considered to be the following: portland cement, blended hydraulic cement, fly ash, ground granulated blast- furnace slag, microsilica fume, and ' metakaolin. 5- 05.3(1) Concrete Mix Design For Paving In number 1., the second sentence in the fourth paragraph is revised to read: Cementitious materials are those listed in Section 5 -05.2. In number 3.c., the last paragraph is deleted. Fire Station 95 — Pavement Repair 31 5- 05.3(4)A Acceptance of Portland Cement Concrete Pavement ' All references to "AASHTO T 22" are revised to read "WSDOT FOP for AASHTO T 22 ". In the fifth paragraph "WAQTC FOP for TM 2" is revised to read "WAQTC TM 2 ". ' The eighth paragraph is revised to read: Acceptance testing for compliance of air content and 28 -day compressive strength shall be conducted from samples prepared according to WSDOT FOP for WAQTC TM 2. Air content shall be determined by conducting WSDOT FOP for WAQTC /AASHTO T 152. Compressive Strength shall be determined by WSDOT FOP for AASHTO T 23 and WSDOT FOP for AASHTO T 22. Under the heading "Statistical Acceptance ", the second paragraph is revised to read: The Specification limits as defined in Section 1- 06.2(2)D shall be as follows. The lower Specification limit for Air Content shall be 3- percent, and the upper Specification limit for Air Content shall be 7- percent. The lower Specification limit for compressive strength shall be 4000 -psi. Under the heading "Non- Statistical Acceptance ", the first paragraph is revised to read: Concrete will be accepted based on conformance to the requirement for air content and the compressive strength at 28 -days for sublots as tested and determined by the Contracting Agency. The lower Specification limit for air content shall be 3- percent, and the upper Specification limit for air content shall be 7- percent. The lower Specification limit for compressive strength shall be 4000 -psi. 5- 05.3(11) Finishing The first sentence in the third paragraph is revised to read: On projects requiring less than 1000 - square yards of cement concrete pavement, irregular areas, or areas not accessible to slip form pavers, the surface finish may be either longitudinal tining or be given a final finish surface by texturing with a comb perpendicular to the centerline of the pavement. The fourth sentence in the third paragraph is deleted. The last sentence in the third paragraph is revised to read: I Regardless of the surface finish, if the pavement has a raised curb without a formed concrete gutter, the texturing shall end 2 -feet from the curb line. ' This section is supplemented with the following two new paragraphs: The standard method of surface finish shall be longitudinal tining. In advance of curing operations, where longitudinal tining is required, the pavement shall be given an initial and a final texturing. Initial texturing shall be performed with a burlap drag or broom device that will produce striations parallel with centerline. Final texturing shall be performed with a spring steel tine device that will produce grooves parallel with the centerline. The spring steel tine device shall be operated within 5- inches, but not closer than 3- inches, of pavement edges. Fire Station 95 — Pavement Repair 32 Burlap drags, brooms and tine devices shall be installed on self - propelled equipment having external alignment control. The installation shall be such that when texturing, the area of burlap in contact with the pavement surface shall be maintained constant at all times. Broom and tine devices shall be provided with positive elevation control. Downward pressure on pavement surface shall be maintained at all times during texturing so as to achieve uniform texturing without measurable variations in pavement profile. Self- propelled texturing machines shall be operated so that travel speed when texturing is maintained ' constant. Failure of equipment to conform to all provisions in this paragraph shall constitute cause for stopping placement of concrete until the equipment deficiency or malfunction is corrected. Spring steel tines of the final texturing device shall be rectangular ' in cross section, 3 I32 to 1 / 8 inch wide, on 3/4 inch centers, and of sufficient length, thickness and resilience to form grooves approximately 3/16 inch deep in the fresh concrete surface. Final texture shall be uniform in appearance with substantially all of the grooves having a ' depth between / and 5/16 inch. 5- 05.3(12) Surface Smoothness ' The first paragraph is revised to read: The pavement smoothness will be checked with equipment furnished and operated by the ' Contractor, under supervision of the Engineer, within 48 -hours following placement of concrete. Smoothness of all pavement placed except Shoulders, ramp tapers, intersections, tight horizontal curves, and small or irregular areas as defined by Section 5- 05.3(3) unless specified otherwise, will be measured with a recording profilograph, as specified in Section 5- 05.3(3), parallel to centerline, from which the profile index will be determined in accordance with WSDOT Test Method 807. Tight horizontal curves are curves having a centerline radius of curve less than 1,000 feet and pavement within the ' superelevation transition of those curves. 5- 05.3(13)A Curing Compound ' The tenth paragraph is deleted. 5- 05.3(16) Protection of Pavement All references to "AASHTO T 22" are revised to read "WSDOT FOP for AASHTO T 22 ". 5- 05.3(17) Opening to Traffic ' All references to "AASHTO T 22" are revised to read "WSDOT FOP for AASHTO T 22 ". SECTION 7 -04, STORM SEWERS ' January 3, 2011 7 -04.2 Materials In the first paragraph, the following three items are inserted after the item "Corrugated Polyethylene Storm Sewer Pipe 9- 05.20 ": Steel Rib Reinforced Polyethylene Storm Sewer Pipe 9 -05.22 High Density Polyethylene (HDPE) Pipe 9 -05.23 Polypropylene Storm Sewer Pipe 9 -05.25 The third paragraph is revised to read: Thermoplastic storm sewer pipe includes solid wall PVC storm sewer pipe, profile wall PVC ' storm sewer pipe, corrugated polyethylene storm sewer pipe, and polypropylene storm sewer pipe. Fire Station 95 — Pavement Repair 33 In the `Storm Sewer Pipe Schedules' table, the fifth column heading is revised to read: PE PP The footnotes below the `Storm Sewer Pipe Schedules' table are supplemented with the following: 4 PP= Polypropylene pipe 7 -04.5 Payment This section is supplemented with the following: "Steel Rib Reinforced Polyethylene Storm Sewer Pipe In. Diam. ", per linear foot. "High Density Polyethylene (HDPE) Pipe In. Diam. ", per linear foot. "Polypropylene Storm Sewer Pipe In. Diam. ", per linear foot. SECTION 8 -01, EROSION CONTROL AND WATER POLLUTION CONTROL August 1, 2011 8 -01.2 Materials In the first paragraph, the following is inserted after the first sentence: Corrugated Polyethylene Drain Pipe 9- 05.1(6) 8-0t3(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 1 Eastern Washington (East of the Cascade Mountain crest.) April 1 through October 31 17 Acres November 1 through March 31 5 Acres The eighth paragraph is revised to read: I 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. Fire Station 95 — Pavement Repair 34 ' 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. 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 before any work begins. ' Modified TESC Plans shall meet all requirements of Chapter 6, Section 6 -2 of the current edition of the WSDOT Highway Runoff Manual. The TESC Plan shall cover all areas the Contractor's Work may affect inside and outside the limits of the project (including all ' Contracting Agency provided sources, disposal sites, and haul roads, and all nearby land, streams, and other bodies of water). ' The Contractor shall allow at least 5- working days for the Engineer to review any original or revised TESC Plan. Failure to approve all or part of any such Plan shall not make the Contracting Agency liable to the Contractor for any Work delays. r 8 - 01.3(1)B Erosion and Sediment Control (ESC) Lead The first sentence in the third paragraph is revised to read: When a TESC Plan is included in the Contract Plans, the ESC Lead shall also inspect all areas disturbed by construction activities, all on -site erosion and sediment control BMP's, and all stormwater discharge points at least once every calendar week and within 24 -hours ' of runoff events in which stormwater discharges from the site. Inspections of temporarily stabilized, inactive sites may be reduced to once every calendar month. In the last paragraph, "Form Number 220 -030 EF" is revised to read "WSDOT Form Number 220 -030 EF ". ' 8 01.3(1)C Water Management In number 2., the reference to "Standard Specification" is revised to read "Section ". ' Number 3., is revised to read: 3. Offsite Water ' Prior to disruption of the normal watercourse, the Contractor shall intercept the offsite stormwater and pipe it either through or around the project site. This water shall not be combined with onsite stormwater. It shall be discharged at its pre- construction outfall point in such a manner that there is no increase in erosion below the site. The method Fire Station 95 — Pavement Repair 35 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. t 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 Short Term 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 ". The fourth paragraph is revised to read: 1 Temporary seed applied outside the application windows established in 8- 01.3(2)F shall be covered with a mulch containing either Moderate Term Mulch or Long Term Mulch, as designated by the Engineer. 8- 01.3(2)E Tacking Agent and Soil Binders 111 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 Short Term Mulch is used as a tracer, the application rate shall not exceed 250 - pounds per acre. The third sentence in the first paragraph below "Soil Binding Using Polyacrylamide (PAM)" is revised to read: A minimum of 200 - pounds per acre of Short Term Mulch shall be applied with the dissolved PAM. In the second paragraph below "Soil Binding Using Polyacrylamide (PAM) ", "within" is revised to read "after ". The paragraph "Soil Binding Using Bonded Fiber Matrix (BFM)" including title is revised to read: Fire Station 95 — Pavement Repair 36 Soil Binding Using Moderate Term Mulch The Moderate Term Mulch shall be hydraulically applied in accordance with the ' manufacturer's installation instructions. The Moderate Term Mulch may require a 24 to 48 hour curing period to achieve maximum performance and shall not be applied when precipitation is predicted within 24 to 48 hours, or on saturated soils, as determined by the ' Engineer. The last paragraph including titled is revised to read: ' Soil Binding Using Long Term Mulch The Long Term Mulch shall be hydraulically applied in accordance with the manufacturer's installation instructions and recommendations. ' 8 01.3(2)F Dates for Application of Final Seed, Fertilizer, and Mulch The first paragraph is revised to read: Unless otherwise approved by the Engineer, the final application of seeding, fertilizing, and mulching of slopes shall be performed during the following periods: t 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. Fire Station 95 — Pavement Repair 37 8- 01.3(2)1 Mowing In the first paragraph, the last sentence is revised to read: Trimming around traffic facilities, Structures, planting areas, or other features extending ' above ground shall be accomplished preceding or simultaneously with each mowing. 8- 01.3(3) Placing Erosion Control Blanket ' In the first sentence, "Standard" is deleted. The second sentence is revised to read: ' Temporary erosion control blankets, having an open area of 60- percent or greater, may be installed prior to seeding. ' • 8- 01.3(4) Placing Compost Blanket In the first paragraph, "before" is revised to read "prior to ". , The last sentence is revised to read: Compost shall be Coarse Compost. ' 8- 01.3(5) Placing Plastic Covering The first sentence is revised to read: Plastic shall be placed with at least a 12 -inch overlap of all seams. 8- 01.3(6)A Geotextile- Encased Check Dam The first paragraph is deleted. 8- 01.3(6)B Rock Check Dam This section including title is revised to read: 8- 01.3(6)B Quarry Spall Check Dam The rock used to construct rock check dams shall meet the requirements for quarry spalls. 8- 01.3(6)D Wattle Check Dam This section is revised to read: Wattle check dams shall be installed in accordance with the Plans. 8- 01.3(6)E Coir Log This section is revised to read: Coir logs shall be installed in accordance with the Plans. 8- 01.3(9)A Silt Fence In the second paragraph, the second sentence is revised to read: The strength of the wire or plastic mesh shall be equivalent to or greater than what is required in Section 9- 33.2(1), Table 6 for unsupported geotextile (i.e., 180 lbs. grab tensile strength in the machine direction). ' Fire Station 95 — Pavement Repair 38 8- 01.3(9)B Gravel Filter, Wood Chip or Compost Berm In the second paragraph, the last sentence is deleted. ' The third paragraph is revised to read: The Compost Berm shall be constructed in accordance with the detail in the Plans. Compost shall be Coarse Compost. ' 8 01.3(9)C Straw Bale Barrier This section is revised to read: Straw Bale Barriers shall be installed in accordance with the Plans. t 8 01.3(9)D Inlet Protection The first three paragraphs are 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 1 /2 the height of an internal device or 1 /3 the height of the external device (or less when so specified by the ' manufacturers) or as designated by the Engineer, the deposits shall be removed and stabilized on site in accordance with Section 8- 01.3(16). ' 8 01.3(10) Wattles In the first paragraph, the third sentence is revised to read: Excavated material shall be spread evenly along the uphill slope and be compacted using hand tamping or other method approved by the Engineer. This section is supplemented with the following new paragraph: The Contractor shall exercise care when installing wattles to ensure that the method of ' installation minimizes disturbance of waterways and prevents sediment or pollutant discharge into waterbodies. 8 01.3(12) Compost Sock In the first paragraph, "sock" is revised to read "socks" and "streambed" is revised to read "waterbodies ". In the second paragraph "bank" is revised to read "slope ". In the third paragraph "and" is revised to read "or ". • This section is supplemented with the following new paragraph: Compost for Compost Socks shall be Coarse Compost. Fire Station 95 — Pavement Repair 39 • 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. t The following bid item is inserted after the bid item "Mulching with Pam ": "Mulching with Short Term Mulch ", per acre. The bid item "Mulching with BFM" is revised to read: "Mulching with Moderate Term Mulch" Fire Station 95 — Pavement Repair 40 1 The bid item "Mulching with MBFM /FRM" is revised to read: "Mulching with Long Term Mulch" SECTION 8 -02, ROADSIDE RESTORATION January 3, 2011 ' 8 -02.2 Materials In the first paragraph, the following item is inserted after the item "Fertilizer 9- 14.3 ": Mulch and Amendments 9 -14.4 ' 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: t 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. t 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 Control This section is deleted. 1 Fire Station 95 — Pavement Repair 41 8- 02.3(3) Planting Area Weed Control This section including title is revised to read: 8- 02.3(3) Weed and Pest Control The Contractor shall control weed and pest species within the project area using integrated pest management principles consisting of mechanical, biological and chemical controls that are outlined in the Weed and Pest Control Plan or as designated by the Engineer. Those weeds specified as noxious by the Washington State Department of Agriculture, the local Weed District, or the County Noxious Weed Control Board and other species identified by the Contracting Agency shall be controlled on the project in accordance with the weed and pest control plan. The Contractor shall control weeds not otherwise covered in accordance with Section 8- 02.3(3)A, Planting Area Weed Control in all areas within the project limits, including erosion control seeding area and vegetation preservation areas, as designated by the Engineer. This section is supplemented with the following new sub - sections: 8- 02.3(3)A Planting Area Weed Control ' All planting areas shall be prepared so that they are weed and debris free at the time of planting and until completion of the project. The planting areas shall include the entire ground surface, regardless of cover, all planting beds, areas around plants, and those areas shown in the Plans. All applications of post- emergent herbicides shall be made while green and growing tissue is present. Should unwanted vegetation reach the seed stage, in violation of these Specifications, the Contractor shall physically remove and bag the seed heads. All physically removed vegetation and seed heads shall be disposed of off site at no cost to the Contracting Agency. Weed barrier mats shall be installed as shown in the Plans. Mats shall be 3 -feet square and shall be secured by a minimum of 5- staples per mat. Mats and staples shall be installed according to the manufacturer's recommendations. 8- 02.3(3)B Chemical Pesticides , Application of chemical pesticides shall be in accordance with the label recommendations, the Washington State Department of Ecology, local sensitive area ordinances, and Washington State Department of Agriculture laws and regulations. Only those herbicides listed in the table Herbicides Approved for Use on 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. Fire Station 95 — Pavement Repair 42 ' 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. 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 ". Fire Station 95 — Pavement Repair 43 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. 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 Eastern Washington (West of the Cascade Mountain crest) (East of the Cascade Mountain crest) March through May 15 October 1 through November 15 September 1 through October 1 The fifth paragraph is revised to read: 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 ": Fire Station 95 — Pavement Repair 44 ' 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. ' 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. ' SECTION 9 -01, PORTLAND CEMENT April 5, 2010 9- 01.2(1) Portland Cement In the first paragraph, all the text after "shall not exceed 8- percent by weight" is deleted and the paragraph ends. In the second paragraph, "per" is revised to read "in accordance with ". SECTION 9 -04, JOINT AND CRACK SEALING MATERIALS August 2, 2010 9- 04.2(1) Hot Poured Joint Sealants ' This section is revised to read: ' Hot poured joint sealants shall meet the requirements of AASHTO M 324 Type IV except for the following: 1. The Cone Penetration at 25 °C shall be 130 maximum. ' 2. The extension for the bond, non immersed, shall be 100 %. 3. The hot poured joint sealant shall have a minimum Cleveland Open Cup Flash Point of 205 °C in accordance with AASHTO T 48 ' Hot poured joint sealants shall be sampled in accordance with ASTM D 5167 and tested in accordance with ASTM D 5329. 9 - 04.11 Butyl Rubber This section including title is revised to read: ' 9 - 04.11 Butyl Rubber and Nitrile Rubber Butyl rubber shall conform to ASTM D 2000, M1 BA 610. If the Engineer determines that the area will be exposed to petroleum products Nitrile rubber shall be utilized and conform to ASTM D 2000, M1 BG 610. SECTION 9 -05, DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS August 1, 2011 9- 05.2(8) Perforated Corrugated Polyethlene Underdraine Pipe (12-inch through p h ( 9 60 -inch) This section including title is revised to read: 111 Fire Station 95 — Pavement Repair 45 9- 05.2(8) Perforated Corrugated Polyethylene Underdrain Pipe, Couplings and Fittings (12 -inch through 60 -inch) Perforated corrugated polyethylene underdrain pipe, couplings and fittings, 12 -inch through 60 -inch diameter maximum, shall meet the requirements of AASHTO M 294 Type CP or Type SP. Type CP shall be Type C pipe with Class 2 perforations and Type SP shall be Type S pipe with either Class 1 or Class 2 perforations. Additionally, Class 2 perforations shall be uniformly spaced along the length and circumference of the pipe. 9- 05.12(1) Solid Wall PVC Culvert Pipe, Solid Wall PVC Storm Sewer Pipe, and Solid Wall PVC Sanitary Sewer Pipe In this section, all references to "115 psi" are revised to read "46 psi ". 9- 05.12(2) Profile Wall PVC Culvert Pipe, Profile Wall PVC Storm Sewer Pipe, and Profile Wall PVC Sanitary Sewer Pipe ' In the fourth paragraph, the word "producer's" is revised to read "Manufacturer's ". 9 - 05.13 Ductile Iron Sewer Pipe ' The second and third paragraphs are revised to read: Ductile iron pipe shall conform to ANSI A 21.51 or AWWA C151 and shall be cement mortar lined and have a 1- mil seal coat per AWWA C104, or a Ceramic Filled Amine cured Novalac Epoxy lining, as indicated on the Plans or in the Special Provisions. The ductile iron pipe shall be Special Thickness Class 50, Minimum Pressure Class 350, or the Class indicated on the Plans or in the Special Provisions. Nonrestrained joints shall be either rubber gasket type, push on type, or mechanical type meeting the requirements of AWWA C111. 9 - 05.19 Corrugated Polyethylene Culvert Pipe This sections title is revised to read: 9 - 05.19 Corrugated Polyethylene Culvert Pipe, Couplings, and Fittings The first paragraph is revised to read: Corrugated polyethylene culvert pipe, couplings, and fittings, shall meet the requirements of AASHTO M 294 Type S or D for pipe 12 -inch to 60 -inch diameter with silt -tight joints. 9 - 05.20 Corrugated Polyethylene Storm Sewer Pipe This sections title is revised to read: 9 - 05.20 Corrugated Polyethylene Storm Sewer Pipe, Couplings, and Fittings ' In the first paragraph, the first sentence is revised to read: Corrugated polyethylene storm sewer pipe, couplings, and fittings shall meet the ' requirements of AASHTO M 294 Type S or D. Section 9 -05 is supplemented with the following new sub - sections: ' 9 - 05.21 Steel Rib Reinforced Polyethylene Culvert Pipe Steel rib reinforced polyethylene culvert pipe shall meet the requirements of ASTM F2562 Class 1 for steel reinforced thermoplastic ribbed pipe and fittings for pipe 24 -inch to 60 -inch diameter with silt -tight joints. Fire Station 95 — Pavement Repair 46 1 ' Silt -tight joints for steel reinforced polyethylene culvert pipe shall be made with a bell /bell or bell and spigot coupling and incorporate the use of a gasket conforming to the requirements of ASTM F 477. All gaskets shall be installed on the pipe by the manufacturer. Qualification for each manufacturer of steel reinforced polyethylene culvert pipe requires an approved joint system and a formal quality control plan for each plant proposed for ' consideration. A Manufacturer's Certificate of Compliance shall be required and shall accompany the ' materials delivered to the project. The certificate shall clearly identify production lots for all materials represented. The Contracting Agency may conduct verification tests of pipe stiffness or other properties as it deems appropriate. 9 - 05.22 Steel Rib Reinforced Polyethylene Storm Sewer Pipe Steel rib reinforced polyethylene storm sewer pipe shall meet the requirements of ASTM F2562 Class 1 for steel reinforced thermoplastic ribbed pipe and fittings. The maximum diameter for steel reinforced polyethylene storm sewer pipe shall be the diameter for which a manufacturer has submitted a qualified joint. Qualified manufacturers and approved joints are listed in the Qualified Products Lists. Fittings shall be rotationally molded, injection t molded, or factory welded. All joints for steel reinforced polyethylene storm sewer pipe shall be made with a bell and spigot coupling and conform to ASTM D 3212 using elastomeric gaskets conforming to ASTM F 477. All gaskets shall be installed on the pipe by the manufacturer. ' Qualification for each manufacturer of steel reinforced polyethylene storm sewer pipe requires joint system conformance to ASTM D 3212 using elastomeric gaskets conforming to ASTM F 477 and a formal quality control plan for each plant proposed for consideration. A Manufacturer's Certificate of Compliance shall be required and shall accompany the materials delivered to the project. The certificate shall clearly identify production lots for all materials represented. The Contracting Agency may conduct verification tests of pipe stiffness or other properties as it deems appropriate. 9 - 05.23 High Density Polyethylene (HDPE) Pipe ' HDPE pipe shall be manufactured from resins meeting the requirements of ASTM D3350 with a cell classification of 345464C and a Plastic Pipe Institute (PPI) designation of PE 3408. The pipes shall have a minimum standard dimension ratio (SDR) of 32.5. ' HDPE pipe shall be joined into a continuous length by an approved joining method. The joints shall not create an increase in the outside diameter of the pipe. The joints shall be fused, snap together or threaded. The joints shall be water tight, rubber gasketed if applicable, and pressure testable to the requirements of ASTM D 3212. Joints to be welded by butt fusion, shall meet the requirements of ASTM F 2620 and the manufacturer's recommendations. Fusion equipment used in the joining procedure shall be capable of meeting all conditions recommended by the pipe manufacturer, including but not limited to fusion temperature, alignment, and fusion pressure. All field welds shall be made with fusion equipment equipped with a Data Logger. Temperature, fusion pressure and a graphic representation of the fusion cycle shall be part of the Quality Control records. Fire Station 95 — Pavement Repair 47 • Electro fusion may be used for field closures as necessary. Joint strength shall be equal or greater than the tensile strength of the pipe. Fittings shall be manufactured from the same resins and Cell Classification as the pipe unless specified otherwise in the Plans or Specifications. Butt fusion fittings and Flanged or Mechanical joint adapters shall have a manufacturing standard of ASTM D3261. Electro fusion fittings shall have a manufacturing standard of ASTM F1055. HDPE pipe to be used as liner pipe shall meet the requirements of AASHTO M 326 and this specification. The supplier shall furnish a Manufacturer's Certification of Compliance stating the materials meet the requirements of ASTM D 3350 with the correct cell classification with the physical properties listed above. The supplier shall certify the dimensions meet the requirements of ASTM F 714 or as indicated in this Specification or the Plans. At the time of manufacture, each lot of pipe, liner, and fittings shall be inspected for defects and tested for Elevated Temperature Sustain Pressure in accordance with ASTM F 714. The Contractor shall not install any pipe that is more than 2 years old from the date of manufacture. At the time of delivery, the pipe shall be homogeneous throughout, uniform in color, free of cracks, holes, foreign materials, blisters, or deleterious faults. Pipe shall be marked at 5 foot intervals or less with a coded number which identifies the manufacturer, SDR, size, material, machine, and date on which the pipe was manufactured. ' 9 -05.24 Polypropylene Culvert Pipe, Polypropylene Storm Sewer Pipe, and Polypropylene Sanitary Sewer Pipe Polypropylene Culvert Pipe, Polypropylene Storm Sewer Pipe and Polypropylene Sanitary Sewer pipe shall conform to the following requirements: 1. For pipe sizes up to 30 inches: ASTM F2736. 2. For pipe sizes from 30 to 60 inches: ASTM F2764. 3. Fittings shall be factory welded, injection molded or PVC. All joints for corrugated polypropylene pipe shall be made with a bell /bell or bell and spigot coupling and shall conform to ASTM D3212 using elastomeric gaskets conforming to ASTM F477. All gaskets shall be factory installed on the pipe in accordance with the producer's recommendations. Qualification for each producer of corrugated polypropylene storm sewer pipe requires joint ' system conformance to ASTM D3212 using elastomeric gaskets conforming to ASTM F477 and a formal quality control plan for each plant proposed for consideration. A Manufacturer's Certificate of Compliance shall be required and shall accompany the materials delivered to the project. The certificate shall clearly identify production lots for all materials represented. The Contracting Agency may conduct verification tests of pipe stiffness or other properties deems appropriate. I Fire Station 95 — Pavement Repair 48 ' SECTION 9 -23, CONCRETE CURING MATERIALS AND ADMIXTURES August 1, 2011 9 -23.1 Sheet Materials for Curing Concrete In the first paragraph, " AASHTO M 171" is revised to read "ASTM C 171 ". 9 - 23.2 Liquid Membrane Forming Concrete Curing Compounds The first paragraph is revised to read: Liquid membrane - forming compounds for curing concrete shall conform to the ' requirements of ASTM C 309 Type 1 or 2, Class A or B, except that the water retention when tested in accordance with WSDOT Test Method 814 shall be 2.50 grams for all applications. Section 9 -23 is supplemented with the following new sub - sections: 9 - 23.12 Metakaolin Metakaolin shall conform to the requirements of AASHTO M 295 Class N including optional chemical requirements as set forth in Table 2 and with a further limitation that the loss on ignition shall be a maximum of 1.5 percent. 9 - 23.13 Blended Supplementary Cementitious Material ' Blended Supplementary Cementitious Material (SCM) shall meet the requirements of ASTM C1697. Blended SCMs shall be limited to binary or ternary blends of fly ash, ground granulated blast furnace slag, microsilica fume, and metakaolin. Fly ash shall meet the requirements of Section 9 -23.9. Ground granulated blast furnace slag shall meet the ' requirements of Section 9- 23.10. Microsilica fume shall meet the requirements of Section 9- 23.11. Metakaolin shall meet the requirements of Section 9- 23.12. The individual SCMs composing the blended SCM shall be individually listed on the WSDOT QPL. 9 - 23.9 Fly Ash This section is supplemented with the following new sub - section: 9 23.9(1) Tests and Acceptance Fly ash may be accepted by the Engineer based on the Manufacture's Mill Test Report ' number indicating full conformance to the Specifications. All shipments of the fly ash to the Contractor or concrete supplier shall identify the applicable Mill Test Report Number. The concrete supplier or Contractor shall provide mill test identification on all concrete deliveries. Fly ash producers, importers /distributors, and suppliers that certify fly ash shall participate t in the fly ash acceptance program as described in WSDOT Standard Practice QC 4. Each mixing facility or plant utilizing fly ash shall be equipped with a suitable means or device for obtaining a representative sample of the fly ash. The device shall enable the ' sample to be readily taken in proximity to the fly ash weigh hopper and from a container or conveyor holding only fly ash. ' Fly ash may be tested using samples taken at the job site by the Engineer for submission to the State Material's Laboratory for testing. 9 - 23.10 Ground Granulated Blast Furnace Slag This section is supplemented with the following new sub - section: Fire Station 95 — Pavement Repair 49 9- 23.10(1) Tests and Acceptance Ground granulated blast furnace slag may be accepted by the Engineer based on the Manufacture's Mill Test Report number indicating full conformance to the Specifications. All shipments of the ground granulated blast furnace slag to the Contractor or concrete supplier shall identify the applicable Mill Test Report Number. The concrete supplier or Contractor shall provide mill test identification on all concrete deliveries. Ground granulated blast furnace slag producers, importers /distributors, and suppliers that certify ground granulated blast furnace slag shall participate in the ground granulated blast furnace slag acceptance program as described in WSDOT Standard Practice QC 5. Each mixing facility or plant utilizing ground granulated blast furnace slag shall be equipped with a suitable means or device for obtaining a representative sample of the ground granulated blast furnace slag. The device shall enable the sample to be readily taken in proximity to the ground granulated blast furnace slag weigh hopper and from a container or conveyor holding only ground granulated blast furnace slag. Ground granulated blast furnace slag may be tested using samples taken at the job site by the Engineer for submission to the State Material's Laboratory for testing. r I I I Fire Station 95 — Pavement Repair 50 SPECIAL PROVISIONS The following Special Provisions are made a part of this contract and supersede any conflicting provisions of the 2011 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 1 * * * * ** ( ) Notes a revision to a General Special Provision and also notes a Project Specific Special Provision. ' (Regions' date) (BSP date) Region Special Provision 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 t 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. ' Fire Station 95 — Pavement Repair 51 DIVISION 1 GENERAL REQUIREMENTS DESCRIPTION OF WORK (March 13, 1995) This contract provides for the improvement of * ** Fire Station 95, by removing and replacing cement concrete pavement and asphalt concrete pavement, stabilizing the subgrade * ** and other work, all in accordance with the attached Contract Plans, these Contract Provisions, and the Standard Specifications. 1 -01 DEFINITIONS AND TERMS 1 -01.3 Definitions 1 (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 1 designated location ". The venue of all causes of action arising from the advertisement, award, execution, and I 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 1 responsible and responsive bidder for the work. Fire Station 95 — Pavement Repair 52 I Contract Execution Date I The date the Contracting Agency officially binds the agency to the contract. Notice to Proceed Date U 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 I 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. I 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 I 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 I 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. I Final Acceptance Date The date on which the Contracting Agency accepts the work as complete. I Notice of Award The written notice from the Contracting Agency to the successful bidder signifying the Contracting Agency's acceptance of the bid. I 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 I the contract time begins. Traffic I Both vehicular and non - vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and equestrian traffic. I 1 -02 BID PROCEDURES AND CONDITIONS I 1 -02.1 Prequalification of Bidders Delete this Section and replace it with the following: I 1 -02.1 Qualifications of Bidder (January 24, 2011 APWA GSP) I Before award of a public works contract, a bidder must meet at least the minimum qualifications of RCW 39.04.350(1) to be considered a responsible bidder and qualified to be awarded a public works project. I 1 -02.2 Plans and Specifications (June 27, 2011 APWA GSP) I Delete this section and replace it with the following: I Fire Station 95 — Pavement Repair 53 Information as to where Bid Documents can be obtained or reviewed can 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 ") $$ N/A $$ Furnished automatically upon award. Contract Provisions $$ 6 $$ Furnished automatically upon award. Large plans (e.g., 22" x $$ N/A $$ Furnished only upon t 34 ") request. Additional plans and Contract Provisions may be obtained by the Contractor from the source stated in the Call for Bids, at the Contractor's own expense. 1 -02.5 Proposal Forms (June 27, 2011 APWA GSP) Delete this section and replace it with the following: The Proposal Form will identify the project and its location and describe the work. It will also list estimated quantities, units of measurement, the items of work, and the materials to be furnished at the unit bid prices. The bidder shall complete spaces on the proposal form that call for, but are not limited to, unit prices; extensions; summations; the total bid amount; signatures; date; and, where applicable, retail sales taxes and acknowledgment of addenda; the bidder's name, address, telephone number, and signature; the bidder's D /M/WBE commitment, if applicable; a State of Washington Contractor's Registration Number; and a Business License Number, if applicable. Bids shall be completed by typing or shall be printed in ink by hand, preferably in black ink. The required certifications are included as part of the Proposal Form. The Contracting Agency reserves the right to arrange the proposal forms with alternates and additives, if such be to the advantage of the Contracting Agency. The bidder shall bid on all alternates and additives set forth in the Proposal Form unless otherwise specified. 1 -02.6 Preparation of Proposal (June 27, 2011 APWA GSP) Supplement the second paragraph with the following: 4. If a minimum bid amount has been established for any item, the unit or lump sum price , must equal or exceed the minimum amount stated. 5. Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by the signer of the bid. Delete the last paragraph, and replace it with the following: 1 The Bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner. Fire Station 95 — Pavement Repair 54 r ' A bid by a corporation shall be executed in the corporate name, by the president or a vice president (or other corporate officer accompanied by evidence of authority to sign). A bid by a partnership shall be executed in the partnership name, and signed by a partner. A copy of the partnership agreement shall be submitted with the Bid Form if any D /M/WBE requirements are to be satisfied through such an agreement. ' A bid by a joint venture shall be executed in the joint venture name and signed by a member of the joint venture. A copy of the joint venture agreement shall be submitted with the Bid Form if any D/W /MBE requirements are to be satisfied through such an agreement. ' 1 - 02.7 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; 1 3. The Contracting Agency named as obligee; 4. The amount of the bid bond stated either as a dollar figure or as a percentage which represents five percent of the maximum bid amount that could be awarded; ' 5. Signature of the bidder's officer empowered to sign official statements. The signature of the person authorized to submit the bid should agree with the signature on the bond, and the title of the person must accompany the said signature; 6. The signature of the surety's officer empowered to sign the bond and the power of attorney. If so stated in the Contract Provisions, bidder must use the bond form included in the Contract Provisions. 1 - 02.9 Delivery of Proposal (January 24, 2011 APWA GSP) Delete this section and replace it with the following: Each proposal shall be submitted in a sealed envelope, with the Project Name and Project Number as stated in the Advertisement for Bids clearly marked on the outside of the envelope, or as otherwise required in the Bid Documents, to ensure proper handling and delivery. The Contracting Agency will not consider Proposals it receives after the time fixed for opening Bids in the call for Bids. r 1 - 02.12 Public Opening of Proposals ' Section 1 -02.12 is supplemented with the following: Date of Opening Bids U Sealed bids are to be received at the following location prior to the time Specified: ' Fire Station 95 — Pavement Repair 55 I In the City of Yakima Clerk's Office, located at the City Hall Building, 129 North 2nd Street Yakima, WA 98901, until 4:00 P.M. of the bid opening date. Bids delivered in person will be received only in the Clerk's Office on the bid opening date. The bid opening date for this project is October 7, 2011. 1 Bids received will be publicly opened and the results available after 4:00 P.M. Pacific Time on this date. , 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; 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. 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 I 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. Fire Station 95 — Pavement Repair 56 t 1 -03 AWARD AND EXECUTION OF CONTRACT 1 -03.1 Consideration of Bids (January 23, 2006 APWA GSP) • Revise the first paragraph to read: ' After opening and reading proposals, the Contracting Agency will check them for correctness of extensions of the prices per unit and the total price. If a discrepancy exists between the price per unit and the extended amount of any bid item, the price per unit will ' control. If a minimum bid amount has been established for any item and the bidder's unit or lump sum price is less than the minimum specified amount, the Contracting Agency will unilaterally revise the unit or lump sum price, to the minimum specified amount and ' recalculate the extension. The total of extensions, corrected where necessary, including sales taxes where applicable and such additives and /or alternates as selected by the Contracting Agency, will be used by the Contracting Agency for award purposes and to fix the Awarded Contract Price amount and the amount of the contract bond. 1 -03.3 Execution of Contract (October 1, 2005 APWA GSP) ' Revise this section to read: ' Copies of the Contract Provisions, including the unsigned Form of Contract, will be available for signature by the successful bidder on the first business day following award. The number of copies to be executed by the Contractor will be determined by the Contracting Agency. Within Ten (10) calendar days after the award date, the successful bidder shall return the signed Contracting Agency - prepared contract, an insurance certification as required by Section 1- 07.18, and a satisfactory bond as required by law and Section 1 -03.4. Before execution of the contract by the Contracting Agency, the successful bidder shall provide any pre -award information the Contracting Agency may require under Section 1- 02.15. Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency nor shall any work begin within the project limits or within Contracting Agency - furnished sites. The Contractor shall bear all risks for any work begun outside such areas ' and for any materials ordered before the contract is executed by the Contracting Agency. 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 Fire Station 95 — Pavement Repair 57 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). 1 - 03.7 Judicial Review Revise the last sentence to read: Such review, if any, shall be timely filed in the Superior Court of Yakima County, Washington. 1 -04 SCOPE OF THE WORK i 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 - 04.11 Final Cleanup ' This section is supplemented with the following: The Contractor shall do partial cleanup when he determines it is necessary or when, in the opinion of the Engineer, partial cleanup shall be done for public safety. The cleanup work shall e done immediately upon notification from the Engineer and other work shall not proceed until the partial cleanup is accomplished. Fire Station 95 — Pavement Repair 58 ' 1 -05 CONTROL OF WORK 1 -05.1 Authority of the Engineer ' This section is supplemented with the following: Unless otherwise expressly provided in the Contract Drawings, Specifications and Addenda, the means and methods of construction shall be such as the Contractor may choose; ' subject, however, to the Engineer's right to reject means and methods proposed by the Contractor which (1) will constitute or create a hazard to the work, or to persons or property; or (2) will not produce finished work in accordance with the terms of the Contract. The Engineer's approval of the Contractor's means and methods of construction or his failure to exercise his right to reject such means or methods shall not relieve the Contractor of the obligation to accomplish the result intended by the Contract; nor shall the exercise of such t right to reject create a cause for action for damages. The Contracting Agency shall have the authority at all times to issue a stop work order at no ' penalty to the Contracting Agency if, in its opinion, working conditions present an undue hazard to the public, property of the work force. Such authority shall not, however, relieve the Contractor of responsibility for the maintenance of safe working conditions or assess any responsibility to the Contracting Agency or Engineer for the identification of any or all unsafe conditions. 1 -05.4 Conformity With And Deviations From Plans And Stakes ' This section is supplemented with the following: The Contractor shall be responsible for all surveying required for this project. A ' Professional Surveyor, licensed in the State of Washington, shall be employed by the Contractor to perform all horizontal and vertical control work, and to do the construction staking, including setting offset points and grades. The Contractor shall protect all existing monuments within the construction limits from being disturbed or damaged in any way during construction. If any monuments are disturbed, damaged or removed during construction, the Licensed Surveyor shall replace such monuments in accordance with ' State Law including recording a Land Corner Record for each monument affected. All associated costs for the survey work shall be incidental to the other bid items of the project. ' 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. Fire Station 95 — Pavement Repair 59 • Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from monies due, or to become due, the Contractor. Such direct and indirect costs shall include in particular, but without limitation, compensation for additional professional services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized work. No adjustment in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the Contracting Agency's rights provided by this Section. I 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 When the Contractor considers the work to be substantially complete, the Contractor shall so notify the Engineer and request the Engineer establish the Substantial Completion Date. The Contractor's request shall list the specific items of work that remain to be completed in order to reach physical completion. The Engineer will schedule an inspection of the work with the Contractor to determine the status of completion. The Engineer may also establish the Substantial Completion Date unilaterally. If, after this inspection, the Engineer concurs with the Contractor that the work is substantially complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the Substantial Completion Date. If, after this inspection the Engineer does not consider the work substantially complete and ready for its intended use, the Engineer will, by written notice, so notify the Contractor giving the reasons therefor. ' Upon receipt of written notice concurring in or denying substantial completion, whichever is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized I 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. 1 The above process shall be repeated until the Engineer establishes the Substantial Completion Date and the Contractor considers the work physically complete and ready for ' final inspection. 1 05.11(2) Final Inspection and Physical Completion Date When the Contractor considers the work physically complete and ready for final inspection, the Contractor by written notice, shall request the Engineer to schedule a final inspection. The Engineer will set a date for final inspection. The Engineer and the Contractor will then make a final inspection and the Engineer will notify the Contractor in writing of all particulars in which the final inspection reveals the work incomplete or unacceptable. The Contractor Fire Station 95 — Pavement Repair 60 I ' shall immediately take such , corrective measures as are necessary to remedy the listed deficiencies. Corrective work shall be pursued vigorously, diligently, and without interruption until physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied the listed deficiencies have been corrected. If action to correct the listed deficiencies is not initiated within 7 days after receipt of the written notice listing the deficiencies, the Engineer may, upon written notice to the ' Contractor, take whatever steps are necessary to correct those deficiencies pursuant to Section 1 -05.7. The Contractor will not be allowed an extension of contract time because of a delay in the ' performance of the work attributable to the exercise of the Engineer's right hereunder. Upon correction of all deficiencies, the Engineer will notify the Contractor and the ' Contracting Agency, in writing, of the date upon which the work was considered physically complete. That date shall constitute the Physical Completion Date of the contract, but shall not imply acceptance of the work or that all the obligations of the Contractor under the contract have been fulfilled. 1 05.11(3) Operational Testing It is the intent of the Contracting Agency to have at the Physical Completion Date a complete and operable system. Therefore when the work involves the installation of machinery or other mechanical equipment; street lighting, electrical distribution or signal ' systems; irrigation systems; buildings; or other similar work it may be desirable for the Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the physical completion date. Whenever items of work are listed in the Contract Provisions for operational testing they shall be fully tested under operating ' conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment which prove faulty, or that are not in first class operating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing, shall be included in the unit contract prices related to the system being tested, unless specifically set forth otherwise in the proposal. Operational and test periods, when required by the Engineer, shall not affect a manufacturer's guaranties or warranties furnished under the terms of the contract. 1 - 05.13 Superintendents, Labor and Equipment of Contractor ' (March 25, 2009 APWA GSP) Revise the seventh paragraph to read: ' Whenever the Contracting Agency evaluates the Contractor's qualifications pursuant to Section 1- 02.14, it will take these performance reports into account. Fire Station 95 — Pavement Repair 61 1 -05.15 Method of Serving Notices (March 25, 2009 APWA GSP) Revise the second paragraph to read: All correspondence from the Contractor shall be directed to the Project Engineer. All correspondence from the Contractor constituting any notification, notice of protest, notice of dispute, or other correspondence constituting notification required to be furnished under the Contract, must be in paper format, hand delivered or sent via mail delivery service to the Protect 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. I 1 -06 CONTROL OF MATERIAL 1 -06.2 Acceptance of Materials 1- 06.2(1) Samples and Tests for Acceptance This section is supplemented with the following: The Contractor shall be responsible for scheduling and paying for all material testing required for this project. All testing services shall be performed by an independent, certified testing firm and /or laboratory meeting the approval of the Engineer. The Contractor shall submit information relating to the qualifications of the proposed testing firm to the Engineer for review and approval prior to the preconstruction conference. The testing frequencies listed below may be modified to assure compliance with specifications. In each case, the Engineer may require additional tests be performed at the Contractor's expense, if test results do not meet the required densities and results. Moisture density curves for each type of material encountered and copies of all test results shall be submitted to the Engineer as construction progresses for Trench Backfilling, Embankment Compaction, Subgrade Preparation, and Ballast and Crushed Surfacing. The sampling frequency is as follows: ' Trench Backfillinq Compaction tests shall be taken at a frequency and at depths sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for each 100 linear feet of main pipeline trench and one (1) test for each street crossing. At alternating 100 -foot locations along the main trench line, tests shall be taken at 1 -foot, 2 -foot and 3 -foot depths below finish grade. Compaction shall conform to Section 7- 08.3(3) or 7- 10.3(11) as applicable to the pipeline t 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). Fire Station 95 — Pavement Repair 62 ' ' Embankment Construction Compaction tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for every 5000 square feet of surface area for each lift of roadway embankment. ' Roadway embankment compaction shall be as specified in Section 2- 03.3(14). Subgrade Preparation ' Compaction tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for every 5,000 square feet of surface area for each lift of roadway subgrade. Subgrade compaction shall be as specified in Section 2- 06.3(2). i 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. i 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. Fire Station 95 — Pavement Repair 63 4 ... _ ,.... The Washington State Department of Labor and Industries shall be the sole and paramount administrative agency responsible for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA). The Contractor shall maintain at the project site office, or other well known place at the project site, all articles necessary for providing first aid to the injured. The Contractor shall establish, publish, and make known to all employees, procedures for ensuring immediate removal to a hospital, or doctor's care, persons, including employees, who may have been I 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 Taxes Delete this section, including its sub - sections, in its entirety and replace it with the following: 1 -07.2 State Sales Tax (June 27, 2011 APWA GSP) The Washington State Department of Revenue has issued special rules on the State sales tax. Sections 1- 07.2(1) through 1- 07.2(3) are meant to clarify those rules. The Contractor should contact the Washington State Department of Revenue for answers to questions in this area. The Contracting Agency will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability. The Contractor shall include all Contractor -paid taxes in the unit bid prices or other contract amounts. In some cases, however, state retail sales tax will not be included. Section 1- 07.2(2) describes this exception. The Contracting Agency will pay the retained percentage (or release the Contract Bond if a FHWA- funded Project) only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all contract - related taxes have been paid (RCW 60.28.051). The Contracting Agency may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of Revenue, whether the amount owed relates to this contract or not. Any amount so deducted will be paid into the proper State fund. 1 07.2(1) State Sales Tax — Rule 171 WAC 458 -20 -171, and its related rules, apply to building, repairing, or improving streets, ' roads, etc., which are owned by a municipal corporation, or political subdivision of the state, or by the United States, and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included as a part of the street or road drainage system and power lines when such are part of the roadway lighting system. For work performed in such cases, the Contractor shall include Washington State Retail Fire Station 95 — Pavement Repair 64 ' I Sales Taxes in the various unit bid item prices, or other contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the work. 1 07.2(2) State Sales Tax — Rule 170 WAC 458 -20 -170, and its related rules, apply to the constructing and repairing of new or existing buildings, or other structures, upon real property. This includes, but is not limited to, the construction of streets, roads, highways, etc., owned by the state of Washington; water mains and their appurtenances; sanitary sewers and sewage disposal systems unless such ' sewers and disposal systems are within, and a part of, a street or road drainage system; telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of a street or road lighting system; and installing or attaching of any article of tangible personal property in or to real property, whether or not such personal property becomes a part of the realty by virtue of installation. For work performed in such cases, the Contractor shall collect from the Contracting Agency, retail sales tax on the full contract price. The Contracting Agency will automatically add this sales tax to each payment to the Contractor. For this reason, the Contractor shall not include the retail sales tax in the unit bid item prices, or in any other contract amount subject ' to Rule 170, with the following exception. Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit bid item prices or in any other contract amount. ' 1 07.2(3) Services The Contractor shall not collect retail sales tax from the Contracting Agency on any contract wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 244). (March 13, 1995) The work on this contract is to be performed upon lands whose ownership obligates the Contractor to collect State sales tax from the Contracting Agency. The provisions of Section 1- 07.2(2) apply. Environmental Regulations Section 1 - 07.5 is supplemented with the following: (September 20, 2011) Environmental Commitments The following Provisions summarize the requirements, in addition to those required elsewhere in the Contract, imposed upon the Contracting Agency by the various documents referenced in the Special Provision PERMITS AND LICENSES. Throughout the work, the Contractor shall comply with the following requirements: (August 3, 2009) The intentional bypass of stormwater from all or any portion of a stormwater treatment system is prohibited without the approval of the Engineer. (August 3, 2009) No Contractor staging areas will be allowed within * ** 30 * ** feet of any waters of the State including wetlands. Fire Station 95 — Pavement Repair I (August 3, 2009) ' Payment All costs to comply with this special provision for the environmental commitments and requirements are incidental to the contract and are the responsibility of the Contractor. The Contractor shall include all related costs in the associated bid prices of the contract. 1 07.5(4) Air Quality ' This section is supplemented with the following: The local air pollution authority is the Yakima Regional Clean Air Authority, ' (509) 574 -1410. Temporary Water Pollution /Erosion Control I 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. 1 3. Proper security shall be maintained to prevent vandalism. 4. Drip pans or other protective devices shall be required for all transfer operations. Spills I Paint and solvent spills shall be treated as oil spills and shall be prevented from reaching storm drains or other discharges. No cleaning solvents or chemicals used for tool or equipment cleaning may be discharged to the ground or water. Maintenance of Equipment Fuel hoses, oil drums, oil or fuel transfer valves and fittings, etc, shall be checked regularly for drips or leaks and shall be maintained and stored properly to prevent spills into State waters. Disposal I Spilled waste, chemicals or petroleum products shall be transported off site for disposal at a facility approved by the Department of Ecology. The materials shall not be discharged to any sanitary sewer without approval of the local sewer authority. Fire Station 95 — Pavement Repair 66 N ' 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 1 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 other verification. Public and private utilities, or their Contractors, will furnish all work necessary to adjust, ' relocate, replace, or construct their facilities unless otherwise provided for in the Plans or these Special Provisions. Such adjustment, relocation, replacement, or construction will be done during the prosecution of the work for this project. ' 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. The following addresses and telephone numbers of utility companies known or suspected of having facilities within the project limits are supplied for the Contractor's convenience: QWEST 8 W. 2 Ave., Room 304, Yakima, WA 98902 509-575-7183 Charter Communications 1005 N. 16 Ave., Yakima, WA 98902 509 - 575 -1697 City of Yakima Water Div. 2301 Fruitvale Blvd., Yakima, WA 98902 509 - 575 -6154 City of Yakima Wastewater Div. 2220 E. Viola, Yakima, WA 98901 509 - 575 -6077 Cascade Natural Gas Corp. 401 N. 1 Street, Yakima, WA 98901 509 - 457 -5905 Pacific Power PO Box 1729, Yakima, WA 98907 509 - 575 -3146 The Contractor shall notify the Upper Yakima Valley Utilities Coordinating Council -Area 5, ' telephone number 1- 800 - 553 -4344, at least 72 hours prior to start of excavation so that underground utilities may be marked. No excavation shall begin until all known facilities, in the vicinity of the excavation area, have been located and marked. Fire Station 95 — Pavement Repair 67 I Utilities, new or old, may be renewed, relocated, or adjusted for the proposed construction. 1 The Contractor shall, prior to beginning any work, meet with all utility organizations (public and private) in the field to familiarize himself with plans and schedules of the installations on new, relocated, or adjusted utilities. Both public and private utility organizations may be doing utility installations within the area. The proposed construction work must be coordinated with these utility installations. The Contractor shall coordinate his work with other contractors who may be working in the project area and cooperate with them. 1 -07.18 Public Liability and Property Damage Insurance Delete this section in its entirety, and replace it with the following: 1 -07.18 Insurance (January 24, 2011 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. The Contractor shall provide the Contracting Agency and all Additional Insureds with written notice of any policy cancellation, within two business days of their receipt of such notice. 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. Fire Station 95 — Pavement Repair 68 I. 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, and volunteers • 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. t 1 - 07.18(4) Evidence of Insurance The Contractor shall deliver to the Contracting Agency a Certificate(s) of Insurance and t 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. 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: ' Fire Station 95 Pavement Repair 69 .. _ .... I Per project aggregate I Premises /Operations Liability Products /Completed Operations — for a period of one year following final acceptance of the work. Personal /Advertising Injury Contractual Liability Independent Contractors Liability Stop Gap / Employers' Liability Explosion, Collapse, or Underground Property Damage (XCU) Blasting (only required when the Contractor's work under this Contract includes exposures to which this specified coverage responds) Such policy must provide the following minimum limits: $1,000,000 Each Occurrence $2,000,000 General Aggregate $1,000,000 Products & Completed Operations Aggregate 1 $1,000,000 Personal & Advertising Injury, each offence Stop Gap / Employers' Liability 1 $1,000,000 Each Accident $1,000,000 Disease - Policy Limit $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. Fire Station 95 — Pavement Repair 70 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 1 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: F,z 7000:01 ' 1 Distance t00 , d� rte , s T Traveled Way�� , r ' d, #E -kd � s' y ,. - "+ rte,. ,+' , �'& Cyr pit _{ k (Feet),. aa° ` 35 mph or less 10 * 40 mph 15 ' 45 to 55 mph 20 60 mph or greater 30 * or 2 -feet beyond the outside edge of sidewalk Minimum Work Zone Clear Zone Distance 1 -07.24 Rights of Way (October 1, 2005 APWA GSP) Delete this section in its entirety, and replace it with the following: Street right of way lines, limits of easements, and limits of construction permits are indicated in the Plans. The Contractor's construction activities shall be confined within these limits, ' unless arrangements for use of private property are made. Generally, the Contracting Agency will have obtained, prior to bid opening, all rights of way ' and easements, both permanent and temporary, necessary for carrying out the work. Exceptions to this are noted in the Bid Documents or will be brought to the Contractor's attention by a duly issued Addendum. Whenever any of the work is accomplished on or through property other than public right of way, the Contractor shall meet and fulfill all covenants and stipulations of any easement agreement obtained by the Contracting Agency from the owner of the private property. Copies of the easement agreements may be included in the Contract Provisions or made available to the Contractor as soon as practical after they have been obtained by the Engineer. Whenever easements or rights of entry have not been acquired prior to advertising, these areas are so noted in the Plans. The Contractor shall not proceed with any portion of the work in areas where right of way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry has been received. If the Contractor is delayed due to acts of omission on ' Fire Station 95 — Pavement Repair 71 -w+eas u°:x�;r . ..,.....r:• .,., - t:::� "?'s..rar'k '",:�»"amgaa• 5:9 :y.:: .s#: . the part of the Contracting Agency in obtaining easements, rights of entry or right of way, the Contractor will be entitled to an extension of time. The Contractor agrees that such delay shall not be a breach of contract. Each property owner shall be given 48 hours notice prior to entry by the Contractor. This 1 includes entry onto easements and private property where private improvements must be adjusted. The Contractor shall be responsible for providing, without expense or liability to the Contracting Agency, any additional land and access thereto that the Contractor may desire for temporary construction facilities, storage of materials, or other Contractor needs. 111 However, before using any private property, whether adjoining the work or not, the Contractor shall file with the Engineer a written permission of the private property owner, and, upon vacating the premises, a written release from the property owner of each property disturbed or otherwise interfered with by reasons of construction pursued under this contract. The statement shall be signed by the private property owner, or proper authority acting for the owner of the private property affected, stating that permission has been granted to use the property and all necessary permits have been obtained or, in the case of a release, that the restoration of the property has been satisfactorily accomplished. The statement shall include the parcel number, address, and date of signature. Written releases must be filed with the Engineer before the Completion Date will be established. 1 -08 PROSECUTION AND PROGRESS Add the following new section: 1 - 08.0 Preliminary Matters ' (May 25, 2006 APWA GSP) Add the following new section: I 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; I 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 I following: 1. A breakdown of all lump sum items; ' 2. A preliminary schedule of working drawing submittals; and Fire Station 95 — Pavement Repair 72 I I 3. A list of material sources for approval if applicable. Add the following new section: I 1- 08.0(2) Hours of Work (June 27, 2011 APWA GSP) I 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 maximum 1 -hour lunch I 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. III Written permission from the Engineer is required, if a Contractor desires to perform work on holidays, Saturdays, or Sundays; before 7:00 a.m. or after 6:00 p.m. on any day; or longer I than an 8 -hour period on any day. The Contractor shall apply in writing to the Engineer for such permission, no later than noon on the working day prior to the day for which the Contractor is requesting permission to work. I 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 I 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 1 damages or delays should such permission be revoked for these reasons. Permission to work Saturdays, Sundays, holidays, or other than the agreed upon normal I 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: I • The Engineer may require designated representatives to be present during the work. Representatives who may be deemed necessary by the Engineer include, but are not limited to: survey crews; personnel from the Contracting Agency's material I testing lab; inspectors; and other Contracting Agency employees when in the opinion of the Engineer, such work necessitates their presence. • On non - Federal aid projects, requiring the Contractor to reimburse the Contracting I Agency for the costs in excess of straight -time costs for Contracting Agency representatives who worked during such times. • Considering the work performed on Saturdays, Sundays, and holidays as working I days with regard to the contract time. • Considering multiple work shifts as multiple working days with respect to contract time, even though the multiple shifts occur in a single 24 -hour period. I Add the following new section: I 1- 08.0(3) Reimbursement for Overtime Work of Contracting Agency Employees (May 25, 2006 APWA GSP; may not be used on FHWA- funded projects) I Where the Contractor elects to work on a Saturday, Sunday, or holiday, or longer than an 8 -hour work shift on a regular working day, as defined in the Standard Specifications, such work shall be considered as overtime work. On all such overtime I Fire Station 95 — Pavement Repair 73 4,1i zw ^`.- may..: - . __ _ -... - . . J:Z. .�'w.. it v -nt,- trn.v; %''4°_ -. .T ' - ." t_: - r .' _- •:. . _w<...-. 1, - . .. .. _ _rtr' .- _ : work an inspector will be present, and a survey crew may be required at the discretion 111 of the Engineer. In such case, the Contracting Agency may deduct from amounts due or to become due to the Contractor for the costs in excess of the straight -time costs for employees of the Contracting Agency required to work overtime hours. The Contractor by these specifications does hereby authorize the Engineer to deduct such costs from the amount due or to become due to the Contractor. 1 -08.1 Subcontracting - D /M/WBE Reporting (October 10, 2008 APWA GSP; may not be used on FHWA- funded projects) Revise the eighth paragraph to read: On all projects funded with Contracting Agency funds only, the Contractor shall certify to the ' actual amounts paid Disadvantaged, Minority, or Women's Business Enterprise firms that were used as subcontractors, lower tier subcontractors, manufacturers, regular dealers, or service providers on the contract. This certification shall be submitted to the Engineer, on the form provided by the Engineer 20 calendar days after physical completion of the contract, whichever comes first. 1 - 08.3 Progress Schedule ' This section is supplemented with the following: The Contractor shall prepare and submit to the Engineer a Construction Progress and Completion Schedule using the Bar Graph or Critical Path Method. Items in the Schedule shall be arranged in the order and sequence in which they will be performed. The schedule shall conform to the working modification by the Engineer. The schedule shall be drawn to a time scale, shown along the base of the diagram, using an appropriate measurement per day with weekends and holidays indicated. The Construction Progress Schedule shall be continuously updated and, if necessary, redrawn upon the first working day of each month or upon issuance of any Change Order, which substantially affects the scheduling. Copies (2 prints or 1 reproducible of newly updated Schedules shall be forwarded to the Engineer, as directed, immediately upon preparation. If the Contractor proceeds with work not indicated on this weekly activity schedule, or in a sequence differing form the which he has shown on this schedule, the Engineer may order the Contractor to delay unscheduled activities until they are included on a subsequent ' weekly activity schedule. 1 - 08.4 Prosecution of Work I Delete this section in its entirety, and replace it with the following: 1 -08.4 Notice to Proceed and Prosecution of Work (June 27, 2011 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 Fire Station 95 — Pavement Repair 74 I I shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the contract. When shown in the Plans, the first order of work shall be the installation of high visibility I fencing to delineate all areas for protection or restoration, as described in the Contract. Installation of high visibility fencing adjacent to the roadway shall occur after the placement of all necessary signs and traffic control devices in accordance with 1- 10.1(2). Upon I construction of the fencing, the Contractor shall request the Engineer to inspect the fence. No other work shall be performed on the site until the Contracting Agency has accepted the installation of high visibility fencing, as described in the Contract. 1 1 -08.5 Time for Completion This section is supplemented with the following: 1 (March 13, 1995) This project shall be physically completed within * ** 25 * ** working days. 1 (June 28, 2007 APWA GSP, Option B) Revise the third and fourth paragraphs to read: I Contract time shall begin on the first working day following the 60 calendar day after the Notice to Proceed date. If the Contractor starts work on the project at an earlier date, then I contract time shall begin on the first working day when onsite work begins. Each working day shall be charged to the contract as it occurs, until the contract work is I 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) I 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 I 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 I shall be deemed as having accepted the statement as correct. If the Contractor elects to work 10 hours a day and 4 days a week (a 4 -10 schedule) and the fifth day of the week in which a 4 -10 shift is worked would ordinarily be charged as a working day, then the fifth day I of that week will be charged as a working day whether or not the Contractor works on that day. I Revise the sixth paragraph to read: The Engineer will give the Contractor written notice of the completion date of the contract I 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: I 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 I following documents must be received by the Project Engineer prior to establishing a completion date: a. Certified Payrolls (Federal -aid Projects) ✓''. Fire Station 95 — Pavement Repair _ 75 I 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 -08.7 Maintenance During Suspension (October 1, 2005 APWA GSP) Revise the second paragraph to read: At no expense to the Contracting Agency, the Contractor shall provide through the construction area a safe, smooth, and unobstructed roadway, sidewalk, and path for public use during suspension (as required in Section 1 -07.23 or the Special Provisions). This may ' include a temporary road or detour. 1 -09 MEASUREMENT AND PAYMENT , 1 -09.6 Force Account (October 10, 2008 APWA GSP) ' Supplement this section with the following: The Contracting Agency has estimated and included in the Proposal, dollar amounts for all items to be paid per force account, only to provide a common proposal for Bidders. All such dollar amounts are to become a part of Contractor's total bid. However, the Contracting Agency does not warrant expressly or by implication, that the actual amount of work will correspond with those estimates. Payment will be made on the basis of the amount of work actually authorized by Engineer. 1 -09.9 Payments (June 27, 2011 APWA GSP, Option A) Supplement this section with the following: Lump sum item breakdowns are not required when the bid price for the lump sum item is less than $20,000. 1 -09.9 Payments (June 27, 2011 APWA GSP, Option B) Delete the fourth paragraph and replace it with the following: Progress payments for completed work and material on hand will be based upon progress estimates prepared by the Engineer. A progress estimate cutoff date will be established at the preconstruction conference. ' The initial progress estimate will be made not later than 30 days after the Contractor 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. Fire Station 95 — Pavement Repair 76 The value of the progress estimate will be the sum of the following: 1. Unit Price Items in the Bid Form — the approximate quantity of acceptable units of work completed multiplied by the unit price. 2. Lump Sum Items in the Bid Form — based on the approved Contractor's lump sum breakdown for that item, or absent such a breakdown, based on the Engineer's determination. 3. Materials on Hand — 100 percent of invoiced cost of material delivered to Job site or other storage area approved by the Engineer. 4. Change Orders — entitlement for approved extra cost or completed extra work as ' determined by the Engineer. Progress payments will be made in accordance with the progress estimate less: 1. Retainage per Section 1- 09.9(1), on non FHWA- funded projects; 2. The amount of Progress Payments previously made; and 3. Funds withheld by the Contracting Agency for disbursement in accordance with the Contract Documents. ' Progress payments for work performed shall not be evidence of acceptable performance or an admission by the Contracting Agency that any work has been satisfactorily completed. The determination of payments under the contract will be final in accordance with Section 1 -05.1. I 1 I r I Fire Station 95 — Pavement Repair 77 r 1 -10 TEMPORARY TRAFFIC CONTROL 1 -10.2 Traffic Control Management 1- 10.2(1) General 1 Section 1- 10.2(1) is supplemented with the following: (December 1, 2008) 1 Only training with WSDOT TCS card and WSDOT training curriculum is recognized in the State of Washington. The Traffic Control Supervisor shall be certified by one of the following: ' The Northwest Laborers - Employers Training Trust 27055 Ohio Ave. Kingston, WA 98346 (360) 297 -3035 Evergreen Safety Council I 401 Pontius Ave. N. Seattle, WA 98109 1- 800 - 521 -0778 or (206) 382 -4090 The American Traffic Safety Services Association t 15 Riverside Parkway, Suite 100 Fredericksburg, Virginia 22406 -1022 Training Dept. Toll Free (877) 642 -4637 Phone: (540) 368 -1701 1 -10.4 Measurement ' 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. I I Fire Station 95 — Pavement Repair 78 I DIVISION 2 I EARTHWORK 2 -03 ROADWAY EXCAVATION AND EMBANKMENT I 2 -03.3 Construction Requirements This section is supplemented with the following: I Prior to removal, the Contractor shall use a vertical saw cut to delineate the areas of pavement removal from those areas that pavement is to remain. I The Concrete pavement shall be removed to the nearest convenient joint if practical. If not practical to remove to the nearest joint, the Contractor shall saw cut these structures to a I neat vertical and straight transverse horizontal line to provide a matching joint for the new construction. I The materials to be removed under this section shall become the property of the Contractor. The Contractor shall remove and dispose of the materials outside of the project limits Any damage caused to the pavement, that is scheduled to remain, due to the Contractor's I operation, shall be repaired by the Contractor to the satisfaction of the Engineer at no expense to the Contracting Agency. I 2 - 03.4 Measurement This section is supplemented with the following: I Where saw cutting is necessary, the Contractor shall be paid by the linear foot, per inch depth, which includes all labor and equipment required to do the cut. I 2 - 03.5 Payment This section is supplemented by adding the following pay item: I "Saw Cut, Per Inch Depth ", per linear foot. 2 -07 WATERING 1 2 -07.3 Construction Requirements Supplement this section with the following: I The Contractor shall secure permission from and comply with all requirements of the water utility before obtaining water from fire hydrants. The Contractor shall notify the Engineer as soon as such permission is granted. I The Contractor shall use hydrant wrenches only to open hydrants. While using hydrants, the contractor shall make certain that the hydrant valve is fully open in order to prevent damage I to the hydrant valve. A metered hydrant connection furnished by the water utility shall be used as an auxiliary valve on the outlet line for control purposes. Fire hydrant valves shall be closed slowly to avoid a surge in the system causing undue pressure on the water lines. I The Contractor shall carefully note the importance of following these directions. If a hydrant is damaged due to the Contractor or an employee of the Contractor, the I Contractor shall immediately notify the water utility so that the damage can be repaired as quickly as possible. I Fire Station 95—Pavement Repair 79 I Upon completing the use of the hydrants, the Contractor shall notify the water utility so that I the hydrants may be inspected for possible damage. Any damage resulting from the use of the hydrants by the Contractor will be repaired by the water utility, and the cost thereof shall be withheld, if necessary, from the final payment to the Contractor. I The Contractor shall furnish all equipment and tools, except the metered hydrant connection, that may be necessary to meet the requirements of the water distribution agency pertaining to hydrant us. I Violation of these requirements will result in fines and will lay the Contractor liable for damage suits because of malfunctioning of damaged fire hydrants, in the event of fire. I 2 -07.4 Measurement This section is revised to read: I Water will be measured with the metered hydrant connection. 2 -07.5 Payment I This section is revised to read as follows: Water will be furnished by the water utility without charge, but the Contractor shall convey 1 the water from the nearest convenient hydrant or other source at his expense. DIVISION 4 1 BASES 4 -06 ASPHALT TREATED BASE 4 -06.2 Materials I Section 4 -06.2 is supplemented with the following: (October 25, 1999) ' The grade of paving asphalt used in asphalt treated base shall be PG 64 -28 unless otherwise ordered by the Engineer. DIVISION 5 I SURFACE TREATMENTS AND PAVEMENTS 5 -04 HOT MIX ASPHALT I 5- 04.3(7)A Mix Design I (March 10, 2011 APWA GSP) Delete this section and replace it with the following; I 1. General. Prior to the production of HMA, the Contractor shall determine a design aggregate structure and asphalt binder content in accordance with WSDOT Standard 111 Operating Procedure 732. Once the design aggregate structure and asphalt binder content have been determined, the Contractor shall submit the HMA mix design on DOT form 350 -042 demonstrating the design meets the requirements of Sections 9- 03.8(2) and 9- 03.8(6). HMA accepted by nonstatistical evaluation requires a mix design verification. For HMA accepted by commercial evaluation only the first page of Fire Station 95 — Pavement Repair 80 I I ' DOT form 350 -042 and the percent of asphalt binder is required. In no case shall the paving begin before the determination of anti -strip requirements has been made. Anti - strip requirements will be determined by: a. Testing by WSDOT in accordance with TM 718. b. Testing by Contractor in accordance with WSDOT TM 718. c. Historical aggregate source ant -strip use provided by WDOT. ' The mix design will be the initial Job Mix Formula (JMF) for the HMA being produced. Any additional adjustments to the JMF will require the approval of the Project Engineer ' and may be made per Section 9- 03.8(7). 2. Mix Design Verification. Verification shall be accomplished by one of the following ' processes: a. Submit samples to WSDOT State Materials Lab for WSDOT verification ' testing in accordance with WSDOT Standard Specifications. b. The contracting agency will perform tests to verify the mix design in accordance with the Field Verification Testing Process. c. Reference a mix design that has been previously verified by the Field ' Verification Testing Process or verified by WSDOT State Materials Lab on a previous project. d. Perform Field Verification Testing on a sample of HMA provided by the ' Contractor prior to paving. Mix design verification is valid for one year from the date of verification. At the discretion of ' the Engineer, agencies may accept mix designs verified beyond the verification year with certification from the Contractor that the materials and sources are the same as those shown on the original mix design. 1 3. Field Verification Testing Process. The Contracting agency will collect three Production Samples of HMA on the first day of paving per AASHTO T 168 sampling procedures. a. The Contracting agency will test one Production Sample in accordance with section 5- 04.3(8)A for field verification per the requirements of Section 9- 03.8(7). b. If the test results from the first Production Sample are within the tolerances of section 9- 03.8(7), the mix design will be considered verified and the test results will be used as acceptance sample number one. c. If the test results from the first Production Sample are outside the tolerances of section 9- 03.8(7), the other two samples will be tested and the results of all three tests will be used for acceptance in accordance with Section 5- 04.5(1) and will be used in the calculation of the CPF the maximum CPF shall be 1.00. ' 4. Prior to the first day of paving, six Ignition Furnace Calibration Samples shall be obtained to calibrate the Ignition Furnaces used for acceptance testing of the HMA. ' Calibration samples shall be provided by the Contractor when directed by the Engineer. Calibration samples shall be prepared in accordance with WSDOT SOP 728. 1 ' Fire Station 95 — Pavement Repair 81 5- 04.3(8)A1, General (March 10, 2010 APWA GSP) Delete these sections and replace them with the following: Acceptance of HMA shall be as defined under nonstatistical or commercial evaluation. Nonstatistical evaluation will be used for all HMA not designated as Commercial HMA in the contract documents. Commercial evaluation will be used for Commercial HMA and for other classes of HMA in the following applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores, prelevel, and pavement repair. Other nonstructural applications of HMA accepted by commercial evaluation shall be as approved by the Project Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Project Engineer. Commercial HMA can be accepted by a contractor certification letter stating the material meets the HMA requirements defined in the contract. 5- 04.3(8)A4, Definition of Sampling Lot and Sublot (March 10, 2010 APWA GSP) Delete this section and replace it with the following: For the purpose of acceptance sampling and testing, a lot is defined as the total quantity of material or work produced for each job mix formula (JMF) placed. Only one lot per mix design will be expected to occur. The initial JMF is defined in Section 5- 04.3(7)A Mix Design. The Contractor may request a change in the JMF in accordance with Section 9- 03.8(7). If the request is approved, all of the material produced up to the time of the change will be evaluated on the basis of tests on samples taken from that material and a new lot will begin. ' For proposal quantities less then 2500 tons sampling and testing for evaluation shall be performed as described in 5- 04.3(7)A, item 3, Field Verification Testing Process. The verification sample referenced in item 3b may be used as an acceptance sample, additional testing will be at the discretion of the Engineer. When using a previously verified mix design, testing for volumetric properties may be waived at the engineer's discretion. At least one acceptance sample is required when using this method of acceptance. ' For proposal quantities greater than 2500 tons sampling and testing for evaluation shall be performed as described in 5- 04.3(7)A, item 3, Field Verification Testing Process, for the first 2500 tons of mix placed. The verification sample referenced in item 3b may be used as an acceptance sample for the first 2500 tons of mix placed. Additional testing will be at the rate of one sample per 800 tons of mix placed or as directed by the Engineer. When using a previously verified mix design, testing for volumetric properties may be waived at the engineer's discretion. 1 Fire Station 95 — Pavement Repair 82 • 1 t 5- 04.3(8)A5, Test Results (March 10, 2010 APWA GSP) ' Delete this section and replace it with the following: The Engineer will furnish the Contractor with a copy of the results of all acceptance testing performed in the field at the beginning of the next paving shift. The Engineer will also ' provide the Composite Pay Factor (CPF) of the completed sublots after three sublots have been produced. The CPF will be provided by the midpoint of the next paving shift after sampling. Sublot sample test results (gradation and asphalt binder content) may be challenged by the Contractor. For HMA mixture accepted by statistical evaluation with a mix design that did not meet the verification tolerances, the test results in the test section including the percent air voids (Va) may be challenged. To challenge test results, the Contractor shall submit a written challenge within 7- calendar days after receipt of the specific test results. A split of the original acceptance sample will be sent for testing to either the Region Materials Laboratory or the State Materials Laboratory as determined by the ' Project Engineer. The split of the sample with challenged results will not be tested with the same equipment or by the same tester that ran the original acceptance test. The challenge sample will be tested for a complete gradation analysis and for asphalt binder content. The ' results of the challenge sample will be compared to the original results of the acceptance sample test and evaluated according to the following criteria: Deviation ' U.S. No. 4 sieve and larger Percent passing ±4.0 U.S. No. 8 sieve Percent passing ±2.0 U.S. No. 200 sieve Percent passing ±0.4 Asphalt binder Percent binder content ±0.3 Va Percent Va ±0.7 ' If the results of the challenge sample testing are within the allowable deviation established above for each parameter, the acceptance sample test results will be used for acceptance of the HMA. The cost of testing will be deducted from any monies due or that may come due ' the Contractor under the Contract at the rate of $250 per challenge sample. If the results of the challenge sample testing are outside of any one parameter established above, the challenge sample will be used for acceptance of the HMA and the cost of testing will be the Contracting Agency's responsibility. 5- 04.3(8)A7 Test Section — HMA Mixtures (March 10, 2010 APWA GSP) Delete this section. 5- 04.3(13) Surface Smoothness (January 5, 2004) The second sentence of this section is revised to read: t The completed surface of the wearing course shall not vary more than 1/4 inch from the lower edge of a 10 -foot straightedge placed on the surface parallel to centerline. The last paragraph of this section is supplemented with the following: When utility appurtenances such as manhole rings and covers and valve boxes are encountered of are to be located within the HMA pavement area, these items are either to be removed or not put in place until after the paving operation has been completed. The location of each utility appurtenance and all Monuments shall be referenced prior to the start ' Fire Station 95 — Pavement Repair 83 of paving operations and a temporary covering shall be placed over the appurtenances to facilitate the continuous paving operation. After paving has been completed, the Contractor shall furnish, install and adjust new castings on all new and existing public utility structures and new monument cases for all monuments as shown on the plans. Utility casting shall not be adjusted until the paving is complete. After which, the center of each structure and each monument shall be relocated from the references previously established by the Contractor. The HMA shall be cut and removed to a neat circle, the diameter of which shall be equal to the outside diameter of the rim plus two feet. The new rim shall be placed on cement concrete or adjustment rings and wedged up to the desired grade. The base materials shall be removed and Class 3000 cement concrete shall be placed within the entire volume of the excavation up to, but not to exceed, 1 -1/2 inches below the finished pavement surface. On the following day, the concrete, the edges of the HMA and the outer edge of the casting shall be painted with a hot asphalt tack coat. HMA Class 3/8 In. shall then be placed and compacted with hand tampers and a patching roller. The completed patch shall match the existing paved surface for texture, density and uniformity of grade. The joint between the patch and existing pavement shall then be painted with hot asphalt cement or asphalt emulsion and shall be immediately covered with dry paving sand before the asphalt cement solidifies. 5 04.3(15) HMA Road Approaches Add the following verbiage to the first sentence of this section: "or reconstructed" after the word "constructed ". 5 04.3(17) Paving Under Traffic Revise the last paragraph of Section 5- 04.3(17) as follows: Change the phrase "except cost of temporary pavement markings," to "including the cost of temporary pavement markings," 5- 04.5(1)A Price Adjustments for Quality of HMA Mixture (March 10, 2010 APWA GSP) Delete the first paragraph and table and replaced them with the following: Statistical analysis of quality of gradation and asphalt content will be performed based on Section 1 -06.2 using the following price adjustment factors: Table of Price Adjustment Factors Constituent Factor "f" All aggregate passing: 1 % ", 1", 3 / ", W, 3/8" and No. 4 sieves 2 All aggregate passing No. 8 15 All aggregate passing No. 200 sieve 20 Asphalt binder 52 Delete items 1 -3 in Paragraph two and replaced with the following: A pay factor will be calculated for sieves listed in Section 9- 03.8(7) for the class of HMA and for the asphalt binder. Fire Station 95 — Pavement Repair 84 ' ' 1. Nonstatistical Evaluation. Each lot of HMA produced under Nonstatisical Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit contract price with no further evaluation. When ' one or more constituents fall outside the nonstatistical acceptance tolerance limits in Section 9- 03.8(7), the lot shall be evaluated in accordance with Section 1 -06.2 to determine the appropriate CPF. The nonstatistical tolerance limits will be used in the ' calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or samples from the street shall be tested to provide a minimum of three sets of results for evaluation. 1 2. Commercial Evaluation. If sampled and tested, HMA produced under Commercial Evaluation and having all constituents falling within the tolerance limits of the job mix ' formula shall be accepted at the unit contract price with no further evaluation. When one or more constituents fall outside the commercial acceptance tolerance limits in Section 9- 03.8(7), the lot shall be evaluated to determine the appropriate OFF. The ' commercial tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or samples from the street shall be tested to provide a, minimum of three sets of results for evaluation. For each lot of HMA produced under Nonstatistical or Commercial Evaluation when the calculated CPF is less than 1.00, a Nonconforming Mix factor (NCMF) will be determined. ' The NCMF equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent. The Job Mix Compliance Price Adjustment will be calculated as the product of the NCMF, the quantity of HMA in the lot in tons, and the unit contract price per ton of the mix. 1 If a constituent is not measured in accordance with these Specifications, its individual pay factor will be considered 1.00 in calculating the composite pay factor. ' 5- 04.5(1)B Price Adjustments for Quality of HMA Compaction (March 10, 2010 APWA GSP) ' Delete this section and replace it with the following: The maximum CPF of a compaction lot is 1.00 ' For each compaction lot of HMA when the CPF is less than 1.00, a Nonconforming Compaction Factor (NCCF) will be determined. THE NCCF equals the algebraic difference of CPF minus 1.00 multiplied by 40 percent. The Compaction Price Adjustment will be calculated as the product of the NCCF, the quantity of HMA in the lot in tons and the unit contract price per ton of the mix. 1 I ' Fire Station 95 — Pavement Repair 85 I DIVISION 8 MISCELLANEOUS CONSTRUCTION 8 -01 EROSION CONTROL AND WATER POLLUTION CONTROL 8 -01.3 Construction Requirements 8 - 01.3 General ' The tenth paragraph of Section 8- 01.3(1) is revised to read: (January 25, 2011) ' Erodible Soil Eastern Washington 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: t July 1 through September 30 30 days October 1 through June 30 15 days ' 8- 01.3(1)A Submittals Section 8- 01.3(1)A is supplemented with the following: (April 3, 2006) Prior to beginning any concrete or grinding work, the Contractor shall submit a plan, for the Engineer's review and approval, outlining the procedures to be used to prevent high pH stormwater or dewatering water from entering surface waters. The plan shall include how the pH of the water will be maintained between pH 6.5 and pH 8.5 prior to being discharged from the project or entering surface waters. , 8 -30 REPAIR OR REPLACEMENT (New Section) 8 -30.1 Description The work shall consist of repair of any incidental damages to landscaping, fencing, private irrigation, top soil, turf, reconnection or realignment of side services to the new sanitary sewer trunkline, or other miscellaneous items within or adjacent to the project area. This includes complete replacement of items that are beyond repair as determined by the Engineer. 8 -30.5 Payment ' Payment will be made for the following bid items: "Repair or Replacement ", by force account. 1 For the purpose of providing a common proposal for all bidders, and for that purpose only, the City has estimated the force account for "Repair or Replacement ", and has arbitrarily entered the amount for the pay item in the proposal to become a part of the total bid by the Contractor. I Fire Station 95 — Pavement Repair 86 ' STANDARD PLANS January 3, 2011 The State of Washington Standard Plans for Road, Bridge and Municipal Construction M21 -01 transmitted under Publications Transmittal No. PT 09 -013, effective January 3, 2011 is made a part of this contract. The Standard Plans are revised as follows: B -10.20 and B10.40 ' Substitute "step" in lieu of "handhold" on plan C -1 Note 6 is revised as follows: Type 1 -_ is replaced with a blank (fill -in) following Type _- C -1 b ' Note 5 is revised as follows: Type 1 -_ is replaced with a blank (fill -in) following Type _- C-3, C -3B, C -3C ' Note 1 is revised as follows: replace reference F -2b with F -10.42 C -5 Note 1. Attach guardrail to bridge rail or concrete barrier with 7/8" diameter high strength ' bolts Standard Spec. 9- 06.5(4), with thin slab ferrule inserts or resin bonded anchors. See Contract Plans. ' Is revised as follows: Attach guardrail to bridge rail or concrete barrier with 7/8" diameter bolts per Standard Spec. 9- 06.5(4), with thin slab ferrule inserts or resin bonded anchors. See Contract Plans. ' CC = 7 Note 2. Attach guardrail to bridge rail or concrete barrier with 7/8" diameter high strength ' bolts (Standard Spec. 9- 06.5(4)), with thin slab ferrule inserts or resin bonded anchors. See Contract Plans. ' Is revised as follows: Attach guardrail to bridge rail or concrete barrier with 7/8" diameter bolts (5 MIN.) per Standard Spec. 9- 06.5(4), with thin slab ferrule inserts or resin bonded anchors. See Contract Plans. ' C -7a Note 1. Attach guardrail to bridge rail or concrete barrier with 7/8" diameter high strength bolts (Standard Spec. 9- 06.5(4)), with thin slab ferrule inserts or resin bonded anchors. See Contract Plans. 1 Is revised as follows: Attach guardrail to bridge rail or concrete barrier with 7/8" diameter bolts (5 MIN.) per Standard Spec. 9- 06.5(4), with thin slab ferrule inserts or resin bonded anchors. See Contract Plans. C -14a ' SECTION B, callout - 1'/2" PVC CONDUIT (TYP.) is revised to read: 1'/4" PVC CONDUIT (TYP.) callout (mark) 8 #9 - 36" (TYP.) is revised to read: callout (mark) 8 #8 - 36" (TYP.) EPDXY BAR EXPANSION JOINT DETAIL, callout (mark) W #9 (epoxy coated symbol) - 36" (TYP.) is revised to read: callout (mark) 8 #8 (epoxy coated symbol) - 36" (TYP.) Fire Station 95 — Pavement Repair 87 • C20.40 ' Plan View, Remove (Cases 19A & B -31) (Case 20 -31) (case 21 -31) from the span dimension D -3 Sheet 1, Key Note 1, the term "Low Survivability" is revised to "Moderate Survivability" D -3b Key Note 7,reference D -3a is revised to D -3.10 TYPICAL SECTION, lower left corner, reference D -3a is revised to D -3.10 ' D -3c Key Note 7,reference D -3a is revised to D -3.10 TYPICAL SECTION, lower left corner, references (2x) D -3a are revised to D -3.10 G -24.40 Existing callout - CORNER BOLT (TYP.) New callout - CORNER BOLT OR SHOULDER BOLT (TYP.) G -24.60 ' ELEVATION, upper left corner, callout W6x12 STEEL SIGN POST (TYP.) is revised to read: STEEL SIGN POST (TYP.) -(See Contract Plans for Post Sizes) ELEVATION, upper center, callout Steel Sign Post- (W6x12 through W10x26-See Contract) is revised to read: Steel ' Sign Post (Typ.) -(See Contract Plans for Post Sizes) Both Elevations, dimension for "post height" should be to the top of the post not the sign ' J -1f Note 2, reference to J -7d is revised to J -15.15 J -3b Sheet 2 of 2, Plan View of Service Cabinet, Boxed Note, "SEE STANDARD PLAN J- 6C..." is revised to read: "SEE STANDARD PLAN J- 10.10..." J -7c Note 3, reference to J -7d is revised to J -15.15 J -10.10 Sheet 1,PIan Note 11. If the slope is 3H:1V or steeper, special considerations may be necessary for safety reasons. Easier access using a stairway may be used. See Plan Sheet Library RD -15 for details. Coordinate with Maintenance and Project Engineer. Is revised to read as follows: If the slope is 3H:1 V or steeper, special considerations may be necessary for safety reasons. Easier access using a stairway may be prudent. Contact WSDOT Bridge and Structures office for stairway design. J -16b Key Note 1, reference to J -16a is revised to J -40.36 J -16c Key Note 1, reference to J -16a is revised to J -40.36 Fire Station 95 — Pavement Repair 88 ' J -20.10 Sheet 2, 2 -Way Mounting Angle Detail, Dimension 1.625" is revised to 1.8125" Dimension 2.375" is revised to 2.1875" J -21.10 ' Sheet 1, Detail C, callout 4 -3/4" x 2' -6" Anchor Bolt (Typ.) -ASTM A -307 or F 1554 GR 36 (See Note 4) is revised to 3/4" x 2' -6" Anchor Bolt (Typ. of 4) -ASTM A -307 or F 1554 GR 36 (See Note 4) ' Sheet 2, Detail F, callout 3 -3/4" x 2' -6 "x4" Anchor Bolt (Typ.) -ASTM A -307 or F 1554 GR 36 (See Note 4) is revised to 3/4" x 2' -6" Anchor Bolt (Typ. of 3) -ASTM A -307 or F 1554 GR 36 (See Note 4) 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 -65.10 ' PERSPECTIVE VIEW, add dim. "SEE NOTE 1" to right side of PERSPECTIVE VIEW. To clarify that the requirement must be met on both sides of the roadway ' The following are the Standard Plan numbers applicable at the time this project was advertised. The date shown with each plan number is the publication approval date shown in the lower right -hand corner of that plan. Standard Plans showing different dates shall not be used in this ' contract. A- 10.10 -00 8/07/07 A- 30.35 -00 10/12/07 A- 50.20- 01.......9/22/09 t A- 10.20 -00 10/05/07 A- 40.00 -00 8/11/09 A- 50.30- 00.....11/17/08 A- 10.30 -00 10/05/07 A- 40.10 -01 8/11/09 A-50.40-00.....11/17/08 A- 20.10 -00 8/31/07 A- 40.15 -00 8/11/09 A- 60.10 -01 10/14/09 A- 30.10 -00 11/08/07 A- 40.20 -00 9/20/07 A- 60.20 -01 8/11/09 ' A- 30.15 -00 11/08/07 A- 40.50 -00 11/08/07 A- 60.30 -00 11/08/07 A- 30.30 -00 11/08/07 A- 50.10 - 00.....11 /17/08 A- 60.40 -00 8/31/07 Fire Station 95 — Pavement Repair 89 `St . . I B- 5.20 -00 6/01/06 B- 30.50 -00 6/01/06 B- 75.20 -01 6/10/08 I B- 5.40 -00 6/01/06 B- 30.70 -01 8/31/07 B- 75.50 -01 6/10/08 B- 5.60 -00 6/01/06 B- 30.80 -00 6/08/06 B- 75.60 -00 6/08/06 B- 10.20 -00 6/01/06 B- 30.90 -01 9/20/07 B- 80.20 -00 6/08/06 I B- 10.40 -00 6/01/06 B- 35.20 -00 6/08/06 B- 80.40 -00 6/01/06 B- 10.60 -00 6/08/06 B- 35.40 -00 6/08/06 B- 82.20 -00 6/01/06 B- 15.20 -00 6/01/06 B- 40.20 -00 6/01/06 B- 85.10 -01 6/10/08 B- 15.40 -00 6/01/06 B- 40.40 -01 6/16/10 B- 85.20 -00 6/01/06 I B- 15.60 -00 6/01/06 B- 45.20 -00 6/01/06 B- 85.30 -00 6/01/06 B- 20.20 -01 11/21/06 B- 45.40 -00 6/01/06 B- 85.40 -00 6/08/06 B- 20.40 -02 6/10/08 B- 50.20 -00 6/01/06 B- 85.50 -01 6/10/08 I B- 20.60 -02 6/10/08 B- 55.20 -00 6/01/06 B- 90.10 -00 6/08/06 B- 25.20 -00 6/08/06 B- 60.20 -00 6/08/06 B- 90.20 -00 6/08/06 B- 25.60 -00 6/01/06 B- 60.40 -00 6/01/06 B- 90.30 -00 6/08/06 I B- 30.10 -00 6/08/06 B- 65.20 -00 6/01/06 B- 90.40 -00 6/08/06 B- 30.20 -01 11/21/06 B- 65.40 -00 6/01/06 B- 90.50 -00 6/08/06 B- 30.30 -00 6/01/06 B- 70.20 -00 6/01/06 B- 95.20 -01 2/03/09 I B- 30.40 -00 6/01/06 B- 70.60 -00 6/01/06 B- 95.40 -00 6/08/06 C -1 2/10/09 C -4e 2/20/03 C -14i 2/10/09 I C -1 a 10/14/09 C -4f 6/30/04 C -14j 12/02/03 C-lb 6/3/10 C -5 10/14/09 C -14k 2/10/09 C -1 c 5/30/97 C -6 5/30/97 C -15a 7/3/08 C -1d 10/31/03 C -6a 10/14/09 C -15b 7/3/08 I C -2 1/06/00 C -6c 1/06/00 C -16a 6/3/10 C -2a 6/21/06 C -6d 5/30/97 C -16b 6/3/10 C -2b 6/21/06 C -6f 7/25/97 0- 20.14 -01 10/14/09 I C -2c 6/21/06 C -7 10/31/03 C- 20.15 -00 10/14/09 C -2d 6/21/06 C -7a 10/31/03 C- 20.18 -00 10/14/09 C -2e 6/21/06 C -8 2/10/09 C- 20.19 -00 10/14/09 I C -2f 3/14/97 C -8a 7/25/97 C- 20.40 -01 10/14/09 C -2g 7/27/01 C -8b 2/10/09 C- 20.42 -01 10/14/09 C -2h 3/28/97 C -8e 2/21/07 C- 22.14 -01 6/3/10 C -2i 3/28/97 C -8f 6/30/04 C- 22.16 -01 6/3/10 C -2j 6/12/98 0-10 6/3/10 C- 22.40 -02 6/16/10 C -2k 7/27/01 C -13 7/3/08 0- 23.60 -01 10/14/09 C -2n 7/27/01 C -13a 7/3/08 0- 25.18 -01 9/20/07 I C -2o 7/13/01 C -13b 7/3/08 0- 25.20 -04 10/14/09 C -2p 10/31/03 C -13c 7/3/08 C- 25.22 -03 10/14/09 0-3 10/04/05 C -14a 7/3/08 C- 25.26 -01 10/14/09 I C -3a 10/04/05 C -14b 7/26/02 C- 25.80 -01 7/3/08 C -3b 10/04/05 C -14c 7/3/08 C- 28.40 -00 2/06/07 C -3c 6/21/06 C -14d 7/3/08 C- 40.14 -01 6/3/10 I C -4b 6/08/06 C -14e 7/3/08 C- 40.16 -01 6/3/10 C -4b 6/08/06 C -14h 2/10/09 0- 40.18 -01 10/14/09 C- 90.10 -00 7/3/08 I D- 2.02 -00 11/10/05 D- 2.44 -00 11/10/05 D- 3.11 -00 6/16/10 D- 2.04 -00 11/10/05 D- 2.46 -00 11/10/05 D -3b 6/30/04 111 D-2.06-01 1/06/09 D- 2.48 -00 11/10/05 D -3c 6/30/04 D- 2.08 -00 11/10/05 D- 2.60 -00 11/10/05 D -4 12/11/98 D- 2.10 -00 11/10/05 D- 2.62 -00 11/10/05 D -6 6/19/98 D- 2.12 -00 11/10/05 D- 2.64 -01 1/06/09 0- 10.10 -01 12/02/08 I D- 2.14 -00 11/10/05 D- 2.66 -00 11/10/05 0- 10.15 -01 12/02/08 D- 2.16 -00 11/10/05 0- 2.68 -00 11/10/05 D- 10.20 -00 7/8/08 Fire Station 95 - Pavement Repair 90 I I D- 2.18 -00 11/10/05 D- 2.78 -00 11/10/05 D- 10.25 -00 7/8/08 I D- 2.20 -00 11/10/05 D- 2.80 -00 11/10/05 D- 10.30 -00 7/8/08 0- 2.30 -00 11/10/05 0- 2.82 -00 11/10/05 D- 10.35 -00 7/8/08 D- 2.32 -00 11/10/05 D- 2.84 -00 11/10/05 D- 10.40 -01 12/02/08 I D- 2.34 -01 1/06/09 D- 2.86 -00 11/10/05 D- 10.45 -01 12/02/08 D- 2.36 -02 1/06/09 D- 2.88 -00 11/10/05 D- 15.10 -01 12/02/08 D- 2.38 -00 11/10/05 D- 2.92 -00 11/10/05 D- 15.20 -01 1/06/09 I D- 2.40 -00 11/10/05 D -3 6/16/10 D- 15.30 -01 12/02/08 D- 2.42 -00 11/10/05 D- 3.10 -00 6/16/10 I E -1 2/21/07 E -4 8/27/03 E -2 5/29/98 E -4a 8/27/03 I F- 10.12 -01 6/3/10 F- 10.62 -01 9/05/07 F- 40.14 -01 6/3/10 F- 10.16 -00 12/20/06 F- 10.64 -02 7/3/08 F- 40.15 -01 6/3/10 F- 10.40 -01 7/3/08 F- 30.10 -01 6/3/10 F- 40.16 -01 6/3/10 F- 10.42 -00 1/23/07 F- 40.12 -01 6/3/10 F- 45.10 -00 6/3/10 I F- 80.10 -01 6/3/10 G- 10.10 -00 9/20/07 G- 24.60 -00 11/08/07 G- 70.20 -00 10/5/07 I G- 20.10 -00 9/20/07 G- 25.10 -01 1/06/09 G- 70.30 -00 10/5/07 G- 22.10 -01 7/3/08 G- 30.10 -00 11/08/07 G-90.10-00.....1/06/09 G- 24.10 -00 11/08/07 G- 50.10 -00 11/08/07 G-90.20-00.....1/06/09 I G- 24.20 -00 11/08/07 G- 60.10 -00 8/31/07 G- 90.30 -00 1/06/09 G- 24.30 -00 11/08/07 G- 60.20 -00 8/31/07 G- 90.40 - 01.....10/14/09 G- 24.40 -01 12/02/08 G- 60.30 -00 8/31/07 G- 95.10 -00 11/08/07 l G- 24.50 -00 11/08/07 G- 70.10 -00 10/5/07 G- 95.20 -01 7/10/08 G- 95.30 -01 7/10/08 I H- 10.10 -00 7/3/08 H- 32.10 -00 9/20/07 H- 70.10 -00 9/05/07 H- 10.15 -00 7/3/08 H- 60.10 -01 7/3/08 H- 70.20 -00 9/05/07 H- 30.10 -00 10/12/07 H- 60.20 -01 7/3/08 H- 70.30 -01 11/17/08 I 1- 10.10 -01 8/11/09 1- 30.40 -00 10/12/07 1- 50.20 -00 8/31/07 1- 30.10 -01 8/11/09 1- 30.50 -00 11/14/07 1- 60.10 -00 8/31/07 1- 30.15 -00 8/11/09 1- 40.10 -00 9/20/07 1- 60.20 -00 8/31/07 I 1- 30.20 -00 9/20/07 1- 40.20 -00 9/20/07 1- 80.10 -01 8/11/09 1- 30.30 -00 9/20/07 1- 50.10 -00 9/20/07 I J-lf 6/23/00 J -20 9/02/05 J- 28.40 -01 10/14/09 J -3 8/01/97 J- 20.10 -00 10/14/09 J- 28.42 -00 8/07/07 J -3b 3/04/05 J- 20.15 -00 10/14/09 J- 28.45 -00 8/07/07 I J -3c J -3d 6/24/02 J- 20.16 -00 10/14/09 J- 28.50 -01 6/16/10 11 /05/03 J- 20.20 -00 10/14/09 J- 28.60 -00 8/07/07 J -7c 6/19/98 J- 20.26 -00 10/14/09 J- 28.70 -00 11/08/07 I J -8a J -8b 5/20/04 J- 21.10 -01 6/3/10 J- 40.10- 01......10/14/09 5/20/04 J- 21.15 -00 10/14/09 J- 40.30 -01 6/3/10 J -8c 5/20/04 J- 21.16 -00 10/14/09 J- 40.36 -00 6/3/10 J -8d 5/20/04 J- 21.17 -00 10/14/09 J- 40.37 -00 6/3/10 I J -9a 4/24/98 J- 21.20 -00 10/14/09 J- 60.13 -00 6/16/10 J -10 7/18/97 J- 22.15 -00 10/14/09 J- 60.14 -00 . 6/16/10 J- 10.10 -00 6/16/10 J- 22.16 -01 6/3/10 J- 75.10 -00 2/10/09 I J -11 b 9/02/05 J- 26.10 -00 6/16/10 J- 75.20 -00 2/10/09 J -12 2/10/09 J- 26.15 -00 6/16/10 J- 75.30 -00 2/10/09 J- 15.15 -00 6/16/10 J- 28.10 -00 8/07/07 J- 75.40 -00 10/14/09 I Fire Station 95 - Pavement Repair 91 J -16b 2/10/09 J- 28.22 -00 8/07/07 J- 75.45- 00......10/14/09 J -16c 2/10/09 J- 28.24 -00 8/07/07 J- 90.10 -00 2/10/09 J -18 2/10/09 J- 28.26 -01 12/02/08 J- 90.20 -00 2/10/09 J -19 2/10/09 J- 28.30 -01 10/14/09 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 L- 40.15 -00 2/21/07 L- 70.20 -01 5/21/08 L- 30.10 -00 2/07/07 L- 40.20 -00 2/21/07 M- 1.20 -01 1/30/07 M- 7.50 -01 1/30/07 M- 24.60 -02 2/06/07 M- 1.40 -01 1/30/07 M- 9.50 -01 1/30/07 M- 40.10 -01 6/3/10 M- 1.60 -01 1/30/07 M- 9.60 -00 2/10/09 M- 40.20- 00...10/12/07 M- 1.80 -02 8/31/07 M- 11.10 -01 1/30/07 M- 40.30 -00 9/20/07 M- 2.20 -01 1/30/07 M- 15.10 -01 2/06/07 M- 40.40 -00 9/20/07 M- 2.40 -01 1/30/07 M- 17.10 -02 7/3/08 M- 40.50 -00 9/20/07 M- 2.60 -01 1/30/07 M- 20.10 -01 1/30/07 M- 40.60 -00 9/20/07 M- 3.10 -02 2/10/09 M- 20.20 -01 1/30/07 M- 60.10 -00 9/05/07 M- 3.20 -01 1/30/07 M- 20.30 -02 10/14/09 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 Fire Station 95 - Pavement Repair 92 I I CONTRACT THIS AGREEMENT, made and entered into in triplicate, this /G day of A✓a'✓• , 2011, by and between the City of Yakima, hereinafter called the Owner, and Columbia Asphalt & Gravel, Inc. a Washington Corporation, hereinafter I 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 I. The Contractor shall do all work and furnish all tools, materials, labor and equipment for THE BID AMOUNT OF: $105,497.16, for Fire Station 95 • Pavement Repair, City No. 2265, all in accordance with, and as described in the attached I 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. I Work shall start within ten (10) days after the Notice to Proceed and shall be completed in Twenty Five (25) working days. If work has not commenced within the ten (10) days after the notice to proceed, the first chargeable working day shall be the eleventh (11th) working day after the date on which the City issues the Notice to Proceed. I 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. I 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. I ll. The City of Yakima hereby promises and agrees with the Contractor to employ, and does employ the Contractor to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the attached plans and specifications and the terms and conditions herein contained and hereby contracts to pay for the same according to the attached specifications and the schedule of unit or itemized prices hereto attached, at the time and in the I 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 I 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 I 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. I 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 I / « day of /�ov/. 2011. C is _ I II_ ( (L . I I this y a \ Corporation Con.ctor, t ' ity Manager Attest: )- R ' / T C 1 1 % ��� ��'; (Print Name) CityCle „ ,�#, Its: I -U-S . 6�� ; It l (President, ,O O / wner, etc.) • �y• * �O? Address: 1 C % 2 I u f t 1(1mrk 1 U_� R�90 ? I I Fire Station 95 — Pavement Repair 93 ', Bond No. SSB0416900 PERFORMANCE BOND ' BOND TO CITY OF YAKIMA KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, Columbia Asphalt & Gravel, Inc. a WA Corporation as Principal and RLI Insurance Company a corporation organized and existing under the laws of the State of IL as a surety corporation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal corporations, as surety, are jointly and severally held and firmly bound to the CITY OF YAKIMA in the penal sum of $105, 497.1 6 for the payment of which sum ' on demand we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washington, the Ordinances of the CITY OF YAKIMA. DATED at Yakima, Washington, thisZay o �� \:�� :' , 2011 . ' Never - the -less, the conditions of the above obligations are such that: ' WHEREAS, pursuant to action taken by the Yakima City Council on Cwt , 20 , the City Manager and City Clerk of the CITY OF YAKIMA has let or is about to let to the said Columbia Asphalt & Gravel, Inc. , the above bounded Principal, a certain contract, the said contract being numbered 2265 , and providing for Fire Statical 95 — Pa 7t fir (which contract is referred to herein and is made a part hereof as though attached hereto), t and, WHEREAS, the said Principal has accepted, or is about to accept, the said contract, and undertake to perform the work therein provided for in the manner and within the time set forth; ' NOW THEREFORE, if the said Columbia Asphalt & Gravel, Inc. shall faithfully perform all of the provisions of said contract in the manner and within the time therein set forth, or within such extensions of time as may be granted under said contract, and shall pay all laborers, mechanics, sub - contractors and material men, and all persons who shall ' supply said principal or sub - contractors with provisions and supplies for the carrying on of said work, and shall hold said CITY OF YAKIMA, their employees, agents, and elected or appointed officials, harmless from any damage occasioned to any person or property by reason of any carelessness or negligence on the part of said principal, or any sub - contractor in the performance of said work and shall indemnify and hold the CITY OF YAKIMA, its employees, agents, and elected or appointed officials, harmless from any damage or expense by reason of failure of ... _ ' performance as specified in said contract or from defects developing in the material or workmanship provided or performed under said contract, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. Columbia Asphalt & Gr el, Inc. ' (Contractor) By: (Print Name) II Approved a o f• : Yre-cf , /1)1V(V Its: (President, Owner, etc...) ' / Attorney) RLI Insurance Company (Surety) 1 ' Kenneth J. Frick. _ (Print Name) Its: Attorney —in —Fact _ 1 Fire Station 95 — Pavement Repair 95 • °IL® RLI Surety I P.O. Box 3967 I Peoria, IL 61612 -3967 POWER OF ATTORNEY I Phone: (800)645 -2402 Fax: (309)689 -2036 RLI Insurance Company www.rlicorp.com I Know All Men by These Presents: I That this Power of Attorney is not valid or in effect unless attached to the bond which it authorizes executed, but may be detached by the approving officer if desired. I That RLI Insurance Company, a(n) Illinois corporation, does hereby make, constitute and appoint: Kenneth J. Frick, Donna S. Martinez, Alex B. Hodge, Matthew Brandt, Rod Lewis, jointly or severally 1 in the City of Yakima , State of Washington its true and lawful Agent and Attorney in Fact, with full power and authority hereby conferred, to sign, execute, acknowledge and deliver for and on its behalf as Surety, the following described I bond. Any and all bonds, undertakings, and recognizances in an amount not to exceed Ten Million Dollars ($10,000,000) for any single obligation. I The acknowledgment and execution of such bond by the said Attorney in Fact shall be as binding upon this Company as if such bond had been executed and acknowledged by the regularly elected officers of this Company. I The RLI Insurance Company further certifies that the following is a true and exact copy of the Resolution adopted by the Board of Directors of RLI Insurance Company, and now in force to -wit: I "All bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or Agents who shall have authority to issue bonds, policies or undertakings in the I name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile." I IN WITNESS WHEREOF, the RLI Insurance Company has caused these presents to be executed by its Vice President with its corporate seal affixed this 28th day of July , 2011 I ` `+ s . • ' C E CO; q� RLI Insurance Company F71 i SEAL ° I State of Illinois Roy C. Die Vice President County of Peoria l• SS ,'''' '' uuN�' I CERTIFICATE 1 On this 28th day of July 2011 before me, a Notary Public, , the undersigned officer of RLI Insurance Company, a stock personally appeared Roy C. Die , who being by me duly sworn, corporation of the State of Illinois, do hereby certify that the attached acknowledged that he signed the above Power of Attorney as the aforesaid Power of Attorney is in full force and effect and is irrevocable; and I officer of the RLI Insurance Company and acknowledged said instrument to be the voluntary act and deed of said corporation. furthermore, that the Resolution of the Company as set forth in the Power of Attorney, is now in force. In testimony whereof, I have hereur}tp het my hand a d t e seal of the RLI Insurance Company this r, , day of LOl 1 I I e-A010(i d41460lif RLI Insurance Company ome g ry ry Cherie L. Mont Notary Public ._ I "OFFICIAL SEAL" Roy C. Die �___ Vice President 5 aimc T CHERIE L. MONTGOMERY STATE OF IWN COMMISSION EXPIRES 02/02/12 111 4665729020212 A0059411 MINIMUM WAGE AFFIDAVIT 1 STATE OF WASHINGTON ) COUNTY OF YAKIMA ) ss I, the undersigned, having been duly sworn, depose, say and certify that in connection with the 9 9 Y � P � Y Y 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. 1 ' Contractor Subscribed and sworn to before me on this day of , 20 Notary Public in and for the State of Washington residing at 1 . Fire Station 95 — Pavement Repair 101 I I PREVAILING WAGE RATES I The prevailing rate of wages to be paid to all workmen, laborers, or mechanics employed in t A n, performance of any part of this contract shall be in accordance with the provisions of Chapt-j 39.12 RCW, as amended. The rules and regulations of the Department of Labor and lndu s y #'-s are by reference made a part of this contract as though fully set forth herein. The current,' I 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 a 9 Industries, are included in these contract documents. I Inasmuch as the contractor will be held responsible for paying the prevailing ws'ges, it is I imperative that all contractors familiarize themselves with the current wage rtes, as determined by the Industrial Statistician of the Department of Labor and Industries, be re submitting bids based on these specifications. 1 In case any dispute arises as to what are the prevailing rates of was for work of a similar nature and such dispute cannot be adjusted by the parties in inte"est, including labor and I 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 I as amended. M I Current prevailing wage rules and data can be furnish by the Industrial Statistician upon request. You may submit your request to: J. I f Department of Labor and Industries I ESAC Division k PO Box 44540 I Olympia, Washington 98504 -4540` F I Telephone: 360- 902 -5335 f 1 ' r I if �F I t J te r II Fire Station 95 — Pavement Repair 103 I Benefit Code Key for 8/11/2011 I OtailVVAIK4d 1 :-P ' glitiVart Ws#00 ' Xii01 H4j 0 :1 4.: gY alfitti - ma Asbestos„ Abatement Journey Level . . ; ' $17.83 1 - I l' Workers - . - •' . . ;-, Yaki •, Boilermakers Journey Level $59.69 5N 1C Yakinna ...) , i:. , :, , , :, ,, .: JOUrney Level . . I $40.03 5A ' :- 1M - I Yakima Bing Service Employees Janitor $8.67 1 Yakima Bui ‘g Service Employees Shampooer ' ' '' - - - $11.14 ': ' 1 Yakima Buildi - rIc Service Employees Waxer -* $8.67 1 I Yakima Building : ,Employees, Window Cleaner . :•,, $9.14, 1 -46.. Yakima Cabinet M: rs (In Shop) Journey Level $16.35 1 I Yakima Carpenters '-'; . L ''',;.!,-.' ' Journey Level - 1'''' , -: $29.72 '.: ' -' , '. .1' Yakima Cement Mason ' ] Journey Level $35.85 7B 1N Yakima Divers Et Tenders . Diver $100.28 5D 1M 8A I Yakima Divers Et Tenders ' Diver On Standby $56.68 5D 1M .... . Yakima Divers ,Et-Tendei : ::-: -;;• Pi■ierjender, , „,.,:,, , : , ir ' - $52.23:., 5Dz". , : , Yakima Divers Et Tenders -. Surface Rcv Et Roy Operator $52.23 5D 1M Yakima Divers EE Tenders "'".' ''Si:i kE\i'' Et;-k000eralOr - $48.67 ":' 54 Yakima Dredge Workers "4..istant Engineer $49.57 5D 1T 8L I Yakima Dredge Workers As ant Mate(deckhand) $49.06 5D 1T 8L Yakima Dredge Workers Engi tkr Welder $49.62 5D 1T 8L Yakima Dredge Workers Lever .1, Hydraulic = - , $51„19 ',-,-- 5D-; Yakima Dredge Workers Maintena $49.06 5D 1T 8L Yakima Dredge Workers Mates AndTts„tmen $49.57 5D 1T 8L I ,... Yakima Dredge Workers Oiler $49.19 5D 1T 8L Yakima Drywall Applicator Journey Level -,' -- . $37.70' 5D • 1M-' *T, Yakima Drywall Tapers Journey Level . $31.79 7E if I Yakima Electrical Fixture Journey Level .... $43.32 Maintenance Workers '',.,... Yakima Electricians - Inside Cable Splicer •‘, $52.41 5A lE I , Yakima Electricians - Inside Journey Level '-',. $50.60 5A 1E Yakima Electricians - Inside Welder ', $54.75 5A 1E Yakima Electricians - Motor Shop Craftsman ' i.5.37 1 Yakima Electricians - Motor Shop Journey Level $4.69 1 Yakima Electricians - Powerline Cable Splicer $6311 5A 4A I Construction '1 Yakima Electricians - Powerline Certified Line Welder $57.61 ''-,..-gA 4A Construction I Yakima Electricians - PowerlineGroundperson $41.06 5 ;: 4A Construction Yakima Electricians - Powerline Head Groundperson $43.33 5A .A I Construction Yakima Electricians - PowerlineHeavy Line Equipment $57.61 5A 4N,, Const Operator ,, I Yakima Electricians - Powerline Jackhammer Operator $43.33 5A 4A Fire Station 95 - Pavement Repair 104 I I County Prevailing Wage Rates for Public Works Contracts - Yakima County Trade Job Classification Wage Holiday Overtime Notes Asbestos Abatement Yakima Journey Level $17.83 1 Workers I Yakima Boilermakers Journey Level $57.99 5N 1C Yakima Brick Mason Journey Level $40.03 5A 1M I Yakima Building Service Employees Janitor $8.67 1 Yakima Building Service Employees Shampooer $11.14 1 I Yakima Building Service Employees Waxer $8.67 1 I Yakima Building Service Employees Window Cleaner $9.14 1 Yakima Cabinet Makers (In Shop) Journey Level $16.35 1 I Yakima Carpenters Journey Level $29.72 1 Yakima Cement Masons Journey Level $36.50 7B 1N Yakima Divers & Tenders Diver $100.28 SD 1M 8A I Yakima Divers & Tenders Diver On Standby $56.68 5D 1M Yakima Divers & Tenders Diver Tender $52.23 5D 1M Yakima Divers & Tenders Surface Rcv &Rov $52.23 5D 1M I Operator Yakima Divers & Tenders Surface Rcv & Rov Operator Tender $48.67 5A 16 I Yakima Dredge Workers Assistant Engineer $49.57 5D 1T 8L Yakima Dredge Workers Assistant $49.06 5D 1T 8L Mate(deckhand) I Yakima Dredge Workers Engineer Welder $49.62 5D iT 8L Yakima Dredge Workers Leverman, Hydraulic $51.19 5D 1T 8L Yakima Dredge Workers Maintenance $49.06 5D 1T 8L I Yakima Dredge Workers Mates And Boatmen $49.57 5D 1T 8L Yakima Dredge Workers Oiler $49.19 5D 1T 8L I Yakima Drywall Applicator Journey Level $37.85 5D 1M Yakima Drywall Tapers Journey Level $31.79 7E 1P Electrical Fixture Yakima Maintenance Workers Journey Level $43.32 1 Yakima Electricians - Inside Cable Splicer $53.57 5A 1E I Yakima Electricians - Inside Journey Level $51.72 5A 1E Yakima Electricians Inside Welder $55.41 5A 1E Yakima Electricians - Motor Shop Craftsman $15.37 1 I Yakima Electricians - Motor Shop Journey Level $14.69 1 1 Yakima Electricians - Powerline Cable Splicer $63.04 5A 4A Construction I I Effective Date: 11/7/2011 1 Prevailing Wage Rates for Public Works Contracts - Yak ima County County Trade Job Classification Wage Holiday Overtime Notes 1 Electricians - Powerline Yakima Certified Line Welder $57.61 5A 4A Construction Yakima Electricians Powerline Groundperson $41.06 5A 4A Construction Yakima Electricians Powerline Head Groundperson $43.33 5A 4A Construction 1 Electricians - Powerline Heavy Line Yakima $57.61 5A 4A Construction Equipment Operator 1 Electricians - Powerline Jackhammer Yakima $43.33 5A 4A Construction Operator I Electricians - Powerline Journey Level Yakima $57.61 5A 4A Construction Lineperson Electricians - Powerline Line Equipment Yakima $48.64 5A 4A Construction Operator 1 Yakima Electricians - Powerline Pole Sprayer Construction $57.61 5A 4A Electricians - Powerline 1 Yakima Powderperson $43.33 5A 4A Construction Yakima Electronic Technicians Journey Level $23.40 1 1 Yakima Elevator Constructors Mechanic $72.01 7D 4A 1 Yakima Elevator Constructors Mechanic In Charge $78.13 7D 4A Fabricated Precast Craftsman - In- Yakima $8.72 1 1 Concrete Products Factory Work Only Fabricated Precast Journey Level - In- Yakima $8.67 1 Concrete Products Factory Work Only Yakima Fence Erectors Fence Erector $13.79 1 Yakima Flaggers Journey Level $24.62 1 Yakima Glaziers Journey Level $22.43 61 1B Heat & Frost Insulators And 1 Yakima Journey Level $25.32 1 Asbestos Workers Heating Equipment Yakima Journey Level $34.85 1 1 Mechanics Yakima Hod Carriers & Mason Journe Level y eve $33.05 7A 2Y Industrial Engine And Yakima Journey Level $15.65 1 Machine Mechanics Industrial Power Vacuum Yakima Journey Level $9.24 1 1 Cleaner Effective Date: 11/7/2011 1 1 . Prevailing Wage Rates for Public Works Contracts - Yakima County County Trade Job Classification Wage Holiday Overtime Notes Yakima Inland Boatmen Journey Level $8.67 1 Inspection /Cleaning /Sealin Cleaner Operator, Yakima g Of Sewer &Water $9.73 1 Foamer Operator Systems By Remote Control 1 Inspection /Cleaning /Sealin Yakima g Of Sewer & Water Grout Truck Operator $11.48 1 I Systems By Remote Control Inspection /Cleaning /Sealin I Yakima g Of Sewer & Water Head Operator $12.78 1 Systems By Remote Control Inspection /Cleaning /Sealin Yakima g Of Sewer & Water Technician $8.67 1 Systems By Remote Control 1 Inspection /Cleaning /Sealin Yakima g Of Sewer & Water Tv Truck Operator $10.53 1 Systems By Remote Control 1 Yakima Insulation Applicators Journey Level $37.85 5D 1M 1 Yakima Ironworkers Journeyman $50.94 7N 10 Yakima Laborers Air, Gas Or Electric $32.11 7A 2Y Vibrating Screed Yakima Laborers Airtrac Drill Operator $33.05 7A 2Y Yakima Laborers Ballast Regular Machine $32.11 7A 2Y I Yakima Laborers Batch Weighman $30.15 7A 2Y Yakima Laborers Brick Pavers $32.11 7A 2Y Yakima Laborers Brush Cutter $32.11 7A 2Y I Yakima Laborers Brush Hog Feeder $32.11 7A 2Y Yakima Laborers Burner $32.11 7A 2Y Yakima Laborers Caisson Worker $33.05 7A 2Y I Yakima Laborers Carpenter Tender $32.11 7A 2Y Yakima Laborers Cement Dumper - $32.66 7A 2Y paving 1 Yakima Laborers Cement Finisher Tender $32.11 7A 2Y Change House Or Dry I Yakima Laborers Shack $32.11 7A 2Y Yakima Laborers Chipping Gun (under 30 Lbs.) $32.11 7A 2Y I Yakima Laborers Chipping Gun(30 Lbs. And Over) $32.66 7A 2Y Yakima Laborers Choker Setter $32.11 7A 2Y I Yakima Laborers Chuck Tender $32.11 7A 2Y Effective Date: 11/7/2011 1 Prevailing Wage Rates for Public _Works Contracts - Yakima County 1 County Trade Job Classification Wage Holiday Overtime Notes Yakima Laborers Clary Power Spreader $32.66 7A 2Y Yakima Laborers Clean -up Laborer $32.11 7A 2Y 1 Concrete Yakima Laborers Dumper /chute $32.66 7A 2Y 1 Operator Yakima Laborers Concrete Form Stripper $32.11 7A 2Y Yakima Laborers Concrete Placement 1 Crew $32.66 7A 2Y Yakima Laborers Concrete Saw $32.66 7A 2Y 1 Operator /core Driller Yakima Laborers Crusher Feeder $30.15 7A 2Y Yakima Laborers Curing Laborer $32.11 7A 2Y 1 Demolition: Wrecking Yakima Laborers & Moving (incl. $32.11 7A 2Y Charred Material) 1 Yakima Laborers Ditch Digger $32.11 7A 2Y Yakima Laborers Diver $33.05 7A 2Y 1 Yakima Laborers Drill Operator $32.66 7A 2Y (hydraulic,diamond) Yakima Laborers Dry Stack Walls $32.11 7A 2Y 1 Yakima Laborers Dump Person $32.11 7A 2Y Yakima Laborers Epoxy Technician $32.11 7A 2Y 1 Yakima Laborers Erosion Control Worker $32.11 7A 2Y Yakima Laborers Faller & Bucker Chain 1 Saw $32.66 7A 2Y Yakima Laborers Fine Graders $32.11 7A 2Y Yakima Laborers Firewatch $30.15 7A 2Y Yakima Laborers Form Setter $32.11 7A 2Y 1 Yakima Laborers Gabian Basket Builders $32.11 7A 2Y Yakima Laborers General Laborer $32.11 7A 2Y 1 Yakima Laborers Grade Checker & $33.05 7A 2Y Transit Person Yakima Laborers Grinders $32.11 7A 2Y 1 Yakima Laborers Grout Machine Tender $32.11 7A 2Y Groutmen I Yakima Laborers (pressure)including $32.66 7A 2Y Post Tension Beams Guage and Lock 1 Yakima Laborers Tender $33.15 7A 2Y 8Q Yakima Laborers Guardrail Erector $32.11 7A 2Y 1 Effective Date: 11/7/2011 1 1 Prevailing Wage Rates for Public Works Contracts - Yakima County County Trade Job Classification Wage Holiday Overtime Notes Yakima Laborers Hazardous Waste $33.05 7A 2Y 1 Worker (level A) Hazardous Waste Yakima Laborers $32.66 7A 2Y Worker (level B) Hazardous Waste Yakima Laborers $32.11 7A 2Y Worker (level C) Yakima Laborers High Scaler $33.05 7A 2Y Yakima Laborers Jackhammer $32.66 7A 2Y 1 Yakima Laborers Laserbeam Operator $32.66 7A 2Y 1 Yakima Laborers Maintenance Person $32.11 7A 2Y Yakima Laborers Manhole Builder $32.66 7A 2Y mudman 1 Yakima Laborers Material Yard Person $32.11 7A 2Y Yakima Laborers Motorman dinky $32.66 7A 2Y 1 Locomotive Nozzleman (concrete Pump, Green Cutter When Using Combination Of High 1 Yakima Laborers $32.66 7A 2Y Pressure Air & Water On Concrete & Rock, - Sandblast, Gunite, 1 -- Shotcrete, Water Bla 1 Yakima Laborers Pavement Breaker $32.66 7A 2Y Yakima Laborers Pilot Car $30.15 7A 2Y Yakima Laborers Pipe Layer(lead) $33.05 7A 2Y Yakima Laborers Pipe Layer /tailor $32.66 7A 2Y 1 Yakima Laborers Pipe Pot Tender $32.66 7A 2Y Yakima Laborers Pipe Reliner $32.66 7A 2Y Yakima Laborers Pipe Wrapper $32.66 7A 2Y I Yakima Laborers Pot Tender $32.11 7A 2Y Yakima Laborers Powderman $33.05 7A 2Y 1 Yakima Laborers Powderman's Helper $32.11 7A 2Y Yakima Laborers Power Jacks $32.66 7A 2Y Railroad Spike Puller - ' Yakima Laborers $32.66 7A 2Y Yakima Laborers Power Raker Asphalt $33.05 7A 2Y Yakima Laborers Re- timberman $33.05 7A 2Y 1 Remote Equipment Yakima Laborers $32.66 7A 2Y Operator 1 Yakima Laborers Rigger /signal Person $32.66 7A 2Y 1 Effective Date: 11/7/2011 1 Prevailing Wage R ates for Public Works Contracts - Yakima County 111 County Trade Job Classification Wage Holiday Overtime Notes Yakima Laborers Rip Rap Person $32.11 7A 2Y Yakima Laborers Rivet Buster $32.66 7A 2Y I Yakima Laborers Rodder $32.66 7A 2Y Yakima Laborers Scaffold Erector $32.11 7A 2Y Yakima Laborers Scale Person $32.11 7A 2Y I Yakima Laborers Sloper (over 20)" $32.66 7A 2Y Yakima Laborers Sloper Sprayer $32.11 7A 2Y Yakima Laborers Spreader (concrete) $32.66 7A 2Y Yakima Laborers Stake Hopper $32.11 7A 2Y Yakima Laborers Stock Piler $32.11 7A 2Y Tamper & Similar I Yakima Laborers Electric, Air & Gas $32.66 7A 2Y Operated Tools Yakima Laborers Tamper (multiple & 1 Self-propelled) $32.66 7A 2Y Timber Person - Yakima Laborers Sewer (lagger, Shorer $32.66 7A 2Y I & Cribber) Yakima Laborers Toolroom Person (at Jobsite) $32.11 7A 2Y I Yakima Laborers Topper $32.11 7A 2Y Yakima Laborers Track Laborer $32.11 7A 2Y Yakima Laborers Track Liner (power) $32.66 7A 2Y 1 Yakima Laborers Truck Spotter $32.11 7A 2Y Yakima Laborers Tugger Operator $32.66 7A 2Y I Yakima Laborers Tunnel Work -Miner $33.15 7A 2Y 8Q Yakima Laborers Vibrator $32.66 7A 2Y Yakima Laborers Vinyl Seamer $32.11 7A 2Y I Yakima Laborers Watchman $27.52 7A 2Y Yakima Laborers Welder $32.66 7A 2Y I Yakima Laborers Well Point Laborer $32.66 7A 2Y Yakima Laborers Window $27.52 7A 2Y Washer /cleaner Laborers - Underground General Laborer & I Yakima $32.11 7A 2Y Sewer & Water Topman Laborers - Underground Pipe Layer I Yakima Sewer & Water p y $32.66 7A 2Y Yakima Landscape Construction Irrigation Or Lawn $9,00 1 1 Sprinkler Installers Landscape Yakima Landscape Construction Equipment Operators $15.45 1 Or Truck D rivers Yakima Landscape Construction Landscaping Or $9.00 1 I Planting Laborers Effective Date: 11/7/2011 I 1 '�` Prevailing Wage Rates for Public Works Contracts - Yakima County County Trade Job Classification Wage Holiday Overtime Notes Yakima Lathers Journey Level $37.85 5D 1M I Yakima Marble Setters Journey Level $40.03 5A 1M Yakima Metal Fabrication (In Shop) Fitter $12.00 1 I Yakima Metal Fabrication (In Shop) Laborer $10.31 1 Yakima Metal Fabrication (In Shop) Machine Operator $11.32 1 I Yakima Metal Fabrication (In Shop) Painter $12.00 1 1 Yakima Metal Fabrication (In Shop) Welder $11.32 1 Yakima Millwright Journey Level $26.05 1 Yakima Modular Buildings Journey Level $14.11 1 I Yakima Painters Journeyman $28.12 6Z 1W Yakima Pile Driver Journey Level $48.19 5A 1M Yakima Plasterers Journey Level $46.63 7Q 1R Playground & Park Yakima Equipment Installers Journey Level $8.67 1 Yakima Plumbers & Pipefitters Journey Level $28.75 1 1. Yakima Power Equipment Asphalt Plant $50.39 7A 1T 8P Operators Operators t Yakima Power Equipment Operators Assistant Engineer $47.12 7A 1T 8P Power Equipment Barrier Machine Yakima Operators (zipper) $49.90 7A 1T 8P Power Equipment Batch Plant Operator, Yakima $49.90 7A 1T 8P Operators Concrete I Yakima Power Equipment Bobcat $47.12 7A 1T 8P Operators Brokk - Remote I Power Equipment Yakima Operators Demolition $47.12 7A 1T 8P Equipment Power Equipment 1 Yakima Brooms $47.12 7A 1T 8P Operators Power Equipment Yakima Bump Cutter $49.90 7A 1T 8P Operators I Yakima Power Equipment Operators Cableways $50.39 7A 1T 8P Power Equipment 1 Yakima Chipper $49.90 7A 1T 8P Operators Power Equipment Yakima Compressor $47.12 7A 1T 8P Operators Concrete Pump: Power Equipment Truck Mount With Yakima $50.39 7A 1T 8P Operators Boom Attachment 1 Over 42 M I Effective Date: 11/7/2011 1 _ Prevailing Wage Rates for Public Works Contracts - Yakima County i County Trade Job Classification Wage Holiday Overtime Notes Concrete Finish Power Equipment Yakima Machine -laser $47.12 7A 1T 8P 1 Operators Screed Concrete Pump - Mounted Or Trailer 1 Power Equipment Yakima High Pressure Line $49.48 7A 1T 8P Operators Pump, Pump High Pressure. 1 Concrete Pump: Power Equipment Truck Mount With Yakima $49.90 7A 1T 8P Operators Boom Attachment Up To 42m 1 Power Equipment Yakima Conveyors $49.48 7A 1T 8P Operators Cranes: 20 Tons 1 Through 44 Tons Power Equipment With Attachments Yakima $49.90 7A 1T 8P 1 Operators Overhead, Bridge Type Crane: 20 Tons Through 44 Tons 1 Cranes: 100 Tons Through 199 Tons, or 150' of boom 1 (including jib with Power Equipment attachments); Yakima $50.94 7A 1T 8P 1 Operators Overhead, bridge type, 100 tons and over; Tower crane up to 175' in height, 1 base to boom. Cranes: 200 Tons To 1 Power Equipment 300 Tons, Or 250' Of Yakima $51.51 7A 1T 8P Operators Boom (including Jib With Attachments) 1 Cranes: 45 Tons Power Equipment Through 99 Tons, Yakima Under 150' Of Boom $50.39 7A 1T 8P 1 Operators (including Jib With Attachments) 1 Power Equipment Cranes: A -frame - 10 Yakima $47.12 7A 1T 8P Operators Tons And Under Cranes: Friction 100 1 Power Equipment Yakima Tons Through 199 $51.51 7A 1T 8P Operators Tons Power Equipment Cranes: Friction Over 1 Yakima $52.07 7A 1T 8P Operators 200 Tons Effective Date: 11/7/2011 1 1 III County Prevailing Wage Rates for Public Works Contracts - Yakima County Trade Job Classification Wage Holiday Overtime Notes Cranes: Over 300 Power Equipment Operators Tons Or 300' Of Boom (including Jib Yakima $52.07 7A 1T 8P With Attachments) Cranes: Through 19 Yakima Power Equipment Tons With $49.48 7A 1T 8P I Operators Attachments A -frame Over 10 Tons Power Equipment I Yakima Operators Crusher $49.90 7A 1T 8P Yakima Power Equipment Deck Engineer /deck $49.90 7A 1T 8P Operators Winches (power) Power Equipment Derricks, On Building Yakima $50.39 7A 1T 8P Operators Work 1 Power Equipment Operators Dozer Quad 9, HD 41, D10 and Over Yakima $50.39 7A 1T 8P Yakima Power Equipment Dozers D -9 & Under Operators $49.48 7A 1T 8P Drill Oilers: Auger Power Equipment Yakima Type, Truck Or Crane $49.48 7A 1T 8P Operators Mount Yakima Power Equipment Drilling Machine $49.90 7A 1T 8P Operators 1 Power Equipment Yakima lift: Permanent And $47.12 7A 1T 8P Operators Elevator And Man - Shaft Type ' Power Equipment Finishing Machine, Yakima Bidwell And Gamaco $49.90 7A 1T 8P Operators & Similar Equipment I Forklift: 3000 Lbs And Yakima Power Equipment Over With $49.48 7A 1T 8P Operators Attachments I Forklifts: Under 3000 Yakima Power Equipment Lbs. With $47.12 7A 1T 8P Operators Attachments I Yakima Power Equipment Grade Engineer: Using Blue Prints, Cut $49.90 7A 1T 8P Operators Sheets, Etc Power Equipment Operators Gradechecker /stake man Yakima $47.12 7A 1T 8P Power Equipment Guardrail Yakima $49.90 7A 1T 8P Operators Punch /Auger 1 111 Effective Date: 11/7/2011 1 Prevailing Wage Rates for Public Works Contracts - Yakima County 1 County Trade Job Classification Wage Holiday Overtime Notes Hard Tail End Dump Power Equipment Articulating Off- Road 1 Yakima $50.39 7A 1T 8P Operators Equipment 45 Yards. & Over Hard Tail End Dump 1 Yakima Power Equipment Articulating Off -road $49.90 7A 1T 8P Operators Equipment Under45 1 Yards Power Equipment Horizontal /directiona Yakima $49.48 7A 1T 8P 1 Operators I Drill Locator Power Equipment Horizontal /directiona Yakima $49.90 7A 1T 8P Operators I Drill Operator Power Equipment Hydralifts /boom 1 Yakima $49.48 7A 1T 8P Operators Trucks Over 10 Tons Power Equipment Hydralifts /boom 1 Yakima Trucks, 10 Tons And $47.12 7A 1T 8P Operators Under Power Equipment Loader, Overhead 8 1 Yakima $50.94 7A 1T 8P Operators Yards. & Over Loader, Overhead, 6 Power Equipment Yakima Yards. But Not $50.39 7A 1T 8P 1 Operators Including 8 Yards Yakima Power Equipment Loaders, Overhead $49 .90 7A 1T 8P Operators Under 6 Yards 1 Yakima Power Equipment Loaders, Plant Feed Operators $49.90 7A 1T 8P Power Equipment Loaders: Elevating Yakima $49.48 7A 1T 8P 1 Operators Type Belt Yakima Power Equipment Locomotives, All Operators $49.90 7A 1T 8P Power Equipment Material Transfer 1 Yakima $49.90 7A 1T 8P Operators Device Power Equipment Mechanics, All Yakima (Ieadmen - $0.50 Per $50.94 7A 1T 8P Operators Hour Over Mechanic) Power Equipment 1 Yakima Mixers: Asphalt Plant $49.90 7A 1T 8P Operators Power Equipment Motor Patrol Grader - Yakima $49.48 7A 1T 8P 1 Operators Non - finishing Power Equipment Motor Patrol Yakima $50.39 7A 1T 8P Operators Graders, Finishing 1 1 Effective Date: 11/7/2011 1 1 I County Prevailing Wage Rates for Public Works Contracts - Yakima County Trade Job Classification Wage Holiday Overtime Notes Mucking Machine, I Power Equipment Operators Mole, Tunnel Drill, Boring, Road Header Yakima $50.39 7A 1T 8P And /or Shield I Oil Distributors, Power Equipment Blower Distribution & Yakima $47.12 7A 1T 8P I Operators Mulch Seeding Operator Outside Hoists I Power Equipment Operators (elevators And Manlifts), Air Yakima $49.48 7A 1T 8P Tuggers,strato Overhead, Bridge Yakima Type: 45 Tons $50.39 7A 1T 8P Operators Through 99 Tons I Yakima Power Equipment Operators Pavement Breaker $47.12 7A 1T 8P Yakima Power Equipment Pile Driver (other $49.90 7A 1T 8P Operators Than Crane Mount) Yakima Power Equipment Plant Oiler - Asphalt, $49.48 7A 1T 8P Operators Crusher I Power Equipment Operators Posthole Digger, Mechanical Yakima $47.12 7A 1T 8P Power Equipment Yakima Power Plant Operators $47.12 7A 1T 8P 1 Power Equipment Yakima Pumps - Water $47.12 7A 1T 8P Operators Quick Tower - No Power Equipment Cab, Under 100 Feet Yakima $47.12 7A 1T 8P Operators In Height Based To Boom Remote Control Yakima Power Equipment Operator On Rubber $50.39 7A 1T 8P Operators Tired Earth Moving I Equipment Yakima Power Equipment Rigger And Bellman $47.12 7A 1T 8P Operators 1 Yakima Power Equipment Operators Rollagon $50.39 7A 1T 8P Yakima Power Equipment Roller, Other Than Operators Plant Mix $47.12 7A 1T 8P Power Equipment Roller, Plant Mix Or Yakima $49.48 7A 1T 8P Operators Multi -lift Materials Power Equipment Roto -mill, Roto- Yakima $49.90 7A 1T 8P Operators grinder I Yakima Power Equipment Saws Concrete $49.48 7A 1T 8P Operators 1 Effective Date: 11/7/2011 1 Prevailing Wage Rates for Public Works Contracts - Yak ima County County Trade Job Classification Wage Holiday Overtime Notes 1 Scraper, Self Power Equipment Yakima Propelled Under 45 $49.90 7A 1T 8P 1 Operators Yards Power Equipment Scrapers - Concrete & Yakima $49.48 7A 1T 8P 1 Operators Carry All Power Equipment Scrapers, Self Yakima propelled: 45 Yards $50.39 7A 1T 8P 1 Operators And Over Yakima Power Equipment Service Engineers - Operators Equipment $49.48 7A 1T 8P Power Equipment Shotcrete /gunite Yakima $47.12 7A 1T 8P Operators Equipment Shovel , Excavator, Power Equipment Backhoe, Tractors Yakima $49.48 7A 1T 8P 1 Operators Under 15 Metric Tons. Shovel, Excavator, 1 Yakima Power Equipment Backhoe: Over 30 $50.39 7A 1T 8P Operators Metric Tons To 50 Metric Tons 1 Power Equipment Shovel, Excavator, Yakima Backhoes, Tractors: $49.90 7A 1T 8P Operators 1 15 To 30 Metric Tons Shovel, Excavator, Power Equipment Backhoes: Over 50 1 Yakima $50.94 7A 1T 8P Operators Metric Tons To 90 Metric Tons Shovel, Excavator, 1 Power Equipment Yakima Backhoes: Over 90 $51.51 7A 1T 8P Operators Metric Tons Power Equipment Yakima Slipform Pavers $50.39 7A 1T 8P 1 Operators Power Equipment Spreader, Topsider & Yakima $50.39 7A 1T 8P Operators Screedman Power Equipment 1 Yakima SubgraderTrimmer $49.90 7A 1T 8P Operators Power Equipment Tower Bucket Yakima $49.48 7A 1T 8P 1 Operators Elevators Tower Crane Over Power Equipment Yakima 175'in Height, Base $51.51 7A 1T 8P Operators To Boom Tower Crane Up To Power Equipment Yakima 175' In Height Base $50.94 7A 1T 8P Operators To Boom 1 Power Equipment Transporters, All Yakima $50.39 7A 1T 8P Operators Track Or Truck Type 1 Effective Date: 11/7/2011 1 1 I County Trade Prevailing Wage Rates for Public Works Contracts - Yakima County Job Classification Wage Holiday Overtime Notes Power Equipment Yakima Trenching Machines $49.48 7A 1T 8P 1 Operators Power Equipment Truck Crane Yakima Oiler /driver - 100 $49.90 7A 1T 8P Operators Tons And Over 1 Power Equipment Truck Crane Yakima Oiler /driver Under $49.48 7A 1T 8P Operators 100 Tons Power Equipment Truck Mount Portable Yakima $49.90 7A 1T 8P Operators Conveyor Yakima Power Equipment Welder $50.39 7A 1T 8P I Operators Power Equipment Wheel Tractors, Yakima $47.12 7A 1T 8P Operators Farmall Type 1 Yakima Power Equipment Yo Yo Pay Dozer $49.90 7A 1T 8P Operators Power Equipment 1 Yakima Operators- Underground Asphalt Plant $50.39 7A 1T 8P Sewer & Water Operators I Power Equipment Yakima Operators- Underground Assistant Engineer $47.12 7A 1T 8P Sewer & Water 1 Power Equipment Barrier Machine Yakima Operators- Underground $49.90 7A 1T 8P 1 Sewer & Water (zipper) _. Power Equipment l Yakima Operators- Underground Batch Plant Operator, p Concrete $49.90 7A 1T 8P Sewer & Water I Power Equipment Yakima Operators- Underground Bobcat $47.12 7A 1T 8P Sewer & Water 1 Power Equipment Brokk - Remote Yakima Operators- Underground Demolition $47.12 7A 1T 8P 1 Sewer & Water Equipment Power Equipment I Yakima Operators- Underground Brooms $47.12 7A 1T 8P Sewer &Water Power Equipment Yakima Operators- Underground Bump Cutter $49.90 7A 1T 8P Sewer & Water 1 1 Effective Date: 11/7/2011 1 Prevailing Wage R ates for Public Works Contracts - Yakima County 1 County Trade Job Classification Wage Holiday Overtime Notes Power Equipment Yakima Operators- Underground Cableways $50.39 7A 1T 8P 1 Sewer & Water Power Equipment Yakima Operators- Underground Chipper $49.90 7A 1T 8P Sewer & Water Power Equipment 1 Yakima Operators- Underground Compressor $47.12 7A 1T 8P Sewer & Water 1 Power Equipment Concrete Pump: Yakima Operators- Underground Truck Mount With $50.39 7A 1T 8P Sewer & Water Boom Attachment 1 Over 42 M Power Equipment Concrete Finish 1 Yakima Operators- Underground Machine -laser $47.12 7A 1T 8P Sewer & Water Screed Concrete Pump - 1 Power Equipment Mounted Or Trailer Yakima Operators- Underground High Pressure Line $49.48 7A 1T 8P Sewer & Water Pump, Pump High 1 Pressure. Power Equipment Concrete Pump: Yakima Operators- Underground Truck Mount With round p g $49.90 7A 1T 8P 1 Boom Attachment Up Sewer & Water To 42m Power Equipment 1 Yakima Operators- Underground Conveyors $49.48 7A 1T 8P Sewer & Water Cranes: 20 Tons 1 Through 44 Tons Power Equipment Yakima Operators- Underground With Attachments $49.90 7A 1T 8P 1 Sewer & Water Overhead, Bridge Type Crane: 20 Tons Through 44 Tons 1 Cranes: 200 Tons To Power Equipment 300 Tons, Or 250' Of 1 Yakima Operators- Underground $51.51 7A 1T 8P Sewer & Water Boom (including Jib With Attachments) 1 1 Effective Date: 11/7/2011 1 1 I Prevailing Wade Rates for Public Works Contracts - Yakima County County Trade Job Classification Wage Holiday Overtime Notes Cranes: 45 Tons I Power Equipment Through 99 Tons, Yakima Operators- Underground Under 150' Of Boom $50.39 7A 1T 8P Sewer & Water (including Jib With 1 Attachments) Power Equipment I Yakima Operators- Underground Cranes: A-frame 10 $47.12 7A 1T 8P Sewer & Water Tons And Under I Power Equipment Cranes: Friction 100 Yakima Operators- Underground Tons Through 199 $51.51 7A 1T 8P Sewer & Water Tons 1 Power Equipment Cranes: Friction Over Yakima Operators- Underground $52.07 7A 1T 8P Sewer & Water 200 Tons Power Equipment Cranes: Over 300 Operators- Underground Tons Or 300' Of Yakima 0 p Boom (including Jib $52.07 7A 1T 8P Sewer & Water With Attachments) Power Equipment Cranes: Through 19 Tons With Yakima Operators- Underground $49.48 7A 1T 8P Attachments A-frame 1 Sewer & Water Over 10 Tons Power Equipment I Yakima Operators- Underground Crusher $49.90 7A 1T 8P Sewer & Water I Power Equipment Yakima Operators- Deck Engineer /deck Underground $49.90 7A 1T 8P Sewer & Water Winches (power) 1 Power Equipment Derricks, On Building Yakima Operators- Underground $50.39 7A 1T 8P 1 Sewer & Water Work Power Equipment Dozer Quad 9, HD 41, 1 Yakima Operators- Underground $50.39 7A 1T 8P Sewer & Water D10 and Over Power Equipment Yakima Operators- Underground Dozers D -9 & Under $49.48 7A 1T 8P Sewer & Water 1 1 Effective Date: 11/7/2011 1 _ Prevailing Wage Rates for Public Works Contracts - Yakima County County Trade Job Classification Wage Holiday Overtime Notes 1 Power Equipment Drill Oilers: Auger Yakima Operators- Underground Type, Truck Or Crane $49.48 7A 1T 8P 1 Sewer & Water Mount Power Equipment Yakima Operators- Underground Drilling Machine $49.90 7A 1T 8P Sewer & Water Power Equipment Elevator And Man- 1 Yakima Operators- Underground lift: Permanent And $47.12 7A 1T 8P Sewer & Water Shaft Type 1 Power Equipment Finishing Machine, Yakima Operators- Underground Bidwell And Gamaco $49.90 7A 1T 8P Sewer & Water & Similar Equipment 1 Power Equipment Forklift: 3000 Lbs And Yakima Operators- Underground Over With $49.48 7A 1T 8P 1 Sewer & Water Attachments Power Equipment Forklifts: Under 3000 1 Yakima Operators- Underground Lbs. With $47.12 7A 1T 8P Sewer & Water Attachments Power Equipment Grade Engineer: 1 Yakima Operators- Underground Using Blue Prints, Cut $49.90 7A 1T 8P Sewer & Water Sheets, Etc 1 Power Equipment Operators- Underground Gradechecker /stake Yakima O 1 p g man $47.12 7A 1T 8P Sewer & Water Power Equipment 1 Yakima Op Under round Guardrail p g Punch /Auger $49.90 7A 1T 8P Sewer & Water Hard Tail End Dump 1 Power Equipment Articulating Off- Road Yakima Operators- Underground $50.39 7A 1T 8P Sewer & Water Equipment 45 Yards. & Over 1 Hard Tail End Dump Power Equipment Operators- Underground Articulating Off road Yakima O p g $49.90 7A 1T 8P Equipment Under 45 Sewer & Water Yards Power Equipment 1 Horizontal /directiona Yakima Operators- Underground $49.48 7A 1T 8P Sewer & Water I Drill Locator 1 Effective Date: 11/7/2011 1 Prevailing Wage Rates for Public Works Contracts - Yakima County County Trade Job Classification Wage Holiday Overtime Notes Power Equipment l Yakima Operators- Underground Horizontal /directions $49.90 7A 1T 8P Sewer & Water I Drill Operator I Power Equipment Yakima Operators- Underground Hydralifts /boom $49.48 7A 1T 8P Sewer & Water Trucks Over 10 Tons 1 Power Equipment Hydralifts /boom Yakima Operators- Underground Trucks, 10 Tons A nd $47.12 7A 1T 8P 1 Sewer & Water Under Power Equipment I Yakima Operators- Underground Loader, Overhead 8 $50.94 7A 1T 8P Sewer & Water Yards. & Over Power Equipment Loader, Overhead, 6 Yakima Operators- Underground Yards. But Not $50.39 7A 1T 8P Sewer & Water Including 8 Yards 1 Power Equipment . Operators- Underground Loaders, Overhead Yakima p g Under 6 Yards $49.90 7A 1T 8P Sewer & Water 1 Power Equipment Yakima Operators- Underground Loaders, Plant Feed $49.90 7A 1T 8P 1 Sewer & Water Power Equipment 1 Yakima Operators- Underground Loaders: Elevating p Type Belt $49.48 7A 1T 8P Sewer & Water I Power Equipment Yakima Operators- Underground Locomotives, All $49.90 7A 1T 8P Sewer & Water 1 Power Equipment Material Transfer Yakima Operators- Underground $49.90 7A 1T 8P Sewer &Water Device 1 Power Equipment Mechanics, All Yakima Operators- Underground (leadmen - $0.50 Per $50.94 7A 1T 8P Sewer & Water Hour Over Mechanic) Power Equipment 1 Yakima Operators- Underground Mixers: Asphalt Plant $49.90 7A 1T 8P Sewer & Water 1 Effective Date: 11/7/2011 1 _ Prevailing Wage Rates for Public Works Contracts - Yak ima County County Trade Job Classification Wage Holiday Overtime Notes 1 Power Equipment Yakima Operators- Underground Motor Patrol Grader $49.48 7A 1T 8P 1 Sewer & Water Non finishing Power Equipment Yakima Operators- Underground Motor Patrol p g $50.39 7A 1T 8P Graders, Finishing Sewer & Water Mucking Machine, 1 Power Equipment Operators- Underground Mole, Tunnel Drill, Yakima 0 p g $50.39 7A 1T 8P Boring, Road Header Sewer & Water And /or Shield Power Equipment Oil Distributors, 1 Yakima Operators- Underground Blower Distribution & $47.12 7A 1T 8P Sewer & Water Mulch Seeding Operator Outside Hoists Power Equipment Yakima Operators- Underground (elevators And $49.48 7A 1T 8P Sewer & Water Manlifts), Air 1 Tuggers,strato Power Equipment Overhead, Bridge Yakima Operators- Underground Type: 45 Tons $50.39 7A 1T 8P 1 Sewer & Water Through 99 Tons Power Equipment 1 Yakima Operators- Underground Pavement Breaker $47.12 7A 1T 8P Sewer & Water i Power Equipment ■ Operators- Underground Pile Driver (other Yakima O p g $49.90 7A 1T 8P Than Crane Mount) Sewer & Water 1 Power Equipment Operators- Underground Plant Oiler Asphalt, Yakima O p g Crusher $49.48 7A 1T 8P 1 Sewer & Water Power Equipment Operators- Underground Posthole Digger, Yakima O p g Mechanical $47.12 7A 1T 8P 1 Sewer & Water Power Equipment 1 Yakima Operators- Underground Power Plant $47.12 7A 1T 8P Sewer & Water 1 Power Equipment Yakima Operators- Underground Pumps - Water $47.12 7A 1T 8P Sewer & Water 1 Effective Date: 11/7/2011 1 1 1 County Prevailing Wage Rates for Public Works Contracts - Yakima County Trade Job Classification Wage Holiday Overtime Notes Power Equipment Quick Tower No 1 Yakima Operators- Underground Cab, Under 100 Feet $47.12 7A 1T 8P Sewer & Water In Height Based To Boom Remote Control Yakima Operators- Underground Operator On Rubber $50.39 7A 1T 8P Sewer & Water Tired Earth Moving Equipment 1 Power Equipment Yakima Operators- Underground Rigger And Bellman $47.12 7A 1T 8P 1 Sewer & Water Power Equipment Yakima Operators- Underground Rollagon $50.39 7A 1T 8P I Sewer & Water 1 Power Equipment Yakima Operators- Roller, Other Than Underground $47.12 7A 1T 8P Sewer & Water Plant Mix 1 Power Equipment Roller, Plant Mix Or Yakima Operators- Underground $49.48 7A 1T 8P Multi -lift Materials Sewer & Water 1 Power Equipment Yakima Operators- Underground Roto mill, Roto $49.90 7A 1T 8P 1 Sewer & Water grinder Power Equipment I Yakima Operators- Underground Saws - Concrete $49.48 7A 1T 8P Sewer & Water I Power Equipment Scraper, Self Yakima Operators- Underground Propelled Under 45 $49.90 7A 1T 8P Sewer & Water Yards 1 Power Equipment Yakima Operators- Underground Scrapers Concrete & $49.48 7A 1T 8P 1 Sewer & Water Carry All Power Equipment Scrapers, Self - 1 Yakima Operators- Underground propelled: 45 Yards $50.39 7A 1T 8P Sewer & Water And Over Power Equipment Yakima Operators- Underground Service Engineers $49.48 7A 1T 8P Sewer & Water Equipment 1 1 Effective Date: 11/7/2011 1 Prevailing Wage Rates for Public Works Contracts - Yakima County County Trade Job Classification Wage Holiday Overtime Notes 1 Power Equipment Yakima Operators- Underground Shotcrete /gunite $47.12 7A 1T 8P 1 Sewer & Water Equipment Shovel , Excavator, Power Equipment Yakima Operators- Underground Backhoe, Tractors $49.48 7A 1T 8P Sewer & Water Under 15 Metric Tons. Shovel, Excavator, 1 Power Equipment Yakima Operators- Underground Backhoe: Over 30 $50.39 7A 1T 8P Sewer & Water Metric Tons To 50 Metric Tons 1 Power Equipment Shovel, Excavator, Yakima Operators- Underground Backhoes, Tractors: $49.90 7A 1T 8P Sewer & Water 15 To 30 Metric Tons 1 Shovel, Excavator, Power Equipment 1 Yakima Operators- Underground Backhoes: Over 50 $50.94 7A 1T 8P Sewer & Water Metric Tons To 90 Metric Tons Power Equipment Shovel, Excavator, 1 Yakima Operators- Underground Backhoes: Over 90 $51.51 7A 1T 8P Sewer & Water Metric Tons 1 Power Equipment Yakima Operators- Underground Slipform Pavers $50.39 7A 1T 8P Sewer & Water 1 Power Equipment Operators- Underground Spreader, Topsider & Yakima O p g Screedman $50.39 7A 1T 8P 1 Sewer & Water Power Equipment 1 Yakima Operators- Underground SubgraderTrimmer $49.90 7A 1T 8P Sewer & Water Power Equipment 1 Tower Bucket Yakima Operators- Underground $49.48 7A 1T 8P Sewer & Water Elevators 1 Power Equipment Tower Crane Over Yakima Operators- Underground 175'in Height, Base $51.51 7A 1T 8P Sewer & Water To Boom 1 Power Equipment Tower Crane Up To Yakima Operators- Underground 175' In Height Base $50.94 7A 1T 8P 1 Sewer & Water To Boom 1 Effective Date: 11/7/2011 1 1 Prevailing Wage Rates for Public Works Contracts - Yakima County County Trade Job Classification Wage Holiday Overtime Notes Power Equipment I Yakima Operators- Underground Transporters, All .$50.39 7A 1T 8P Sewer & Water Track Or Truck Type I Power Equipment Yakima Operators- Underground Trenching Machines $49.48 7A 1T 8P Sewer & Water 1 Power Equipment Truck Crane Yakima Operators- Underground Oiler /driver - 100 $49.90 7A 1T 8P I Sewer & Water Tons And Over Power Equipment Truck Crane 1 Yakima Operators- Underground Oiler /driver Under $49.48 7A 1T 8P Sewer & Water 100 Tons I Power Equipment Yakima Operators- Truck Mount Portable Underground $49.90 7A 1T 8P Sewer & Water Conveyor Power Equipment Yakima Operators- Underground Welder $50.39 7A 1T 8P Sewer & Water Power Equipment Yakima Operators- Underground Wheel Tractors, $47.12 7A 1T 8P Sewer & Water Farmall Type Power Equipment 1 Yakima Operators- Underground Yo Yo Pay Dozer $49.90 7A 1T 8P Sewer & Water Power Line Clearance Tree Journey Level In Yakima $41.95 5A 4A Trimmers Charge Power Line Clearance Tree Yakima Spray Person $39.83 5A 4A Trimmers ' Yakima Power Line Clearance Tree Tree Equipment Trimmers Operator $40.36 5A 4A Yakima Tree Trimmer Power Line Clearance Tree I Trimmers $37.53 SA 4A Yakima Power Line Clearance Tree Tree Trimmer Trimmers Groundperson $28.35 5A 4A Refrigeration & Air Yakima Journey Level $28.11 1 Conditioning Mechanics I Yakima Residential Brick Mason Journey Level $29.00 1 Yakima Residential Carpenters Journey Level $17.14 1 1 I Effective Date: 11/7/2011 1 Prevailing Wage Rates for Public_ Works Contracts - Yakima County County Trade Job Classification Wage Holiday Overtime Notes 1 Yakima Residential Cement Masons Journey Level $11.86 1 Residential Drywall 1 Yakima Journey Level $18.00 1 Applicators Yakima Residential Drywall Tapers Journey Level $17.00 1 1 Yakima Residential Electricians Journey Level $21.98 1 Yakima Residential Glaziers Journey Level $22.43 61 1B 1 Residential Insulation Yakima Journey Level $14.38 1 Applicators 1 Yakima Residential Laborers Journey Level $11.02 1 Yakima Residential Marble Setters Journey Level $29.00 1 1 Yakima Residential Painters Journey Level $16.32 1 Residential Plumbers & Yakima Journey Level $20.55 1 Pipefitters 1 Residential Refrigeration & Yakima Journey Level $28.11 1 Air Conditioning Mechanics 1 Residential Sheet Metal Journey Level (Field Yakima $36.25 5A 1X Workers or Shop) 1 Residential Soft Floor Yakima Journey Level $17.55 1 Layers Residential Sprinkler Fitters Yakima Journey Level $8.67 1 1 (Fire Protection) Yakima Residential Stone Masons Journey Level $16.00 1 1 Yakima Residential Terrazzo Journey Level $8.67 1 Workers Residential Terrazzo/Tile 1 Yakima Journey Level $17.00 1 Finishers Yakima Residential Tile Setters Journey Level $16.78 1 1 Yakima Roofers Journey Level $12.00 1 Yakima Sheet Metal Workers Journey Level (Field 1 or Shop) $49.76 5A 1X Yakima Shipbuilding & Ship Repair Journey Level $8.67 1 Sign Makers & Installers Yakima Journey Level $14.65 1 (Electrical) Sign Makers & Installers 1 Yakima Journey Level $14.65 1 (Non - Electrical) Yakima Soft Floor Layers Journey Level $23.11 5A 1N 1 Effective Date: 11/7/2011 1 1 Prevailing Wage Rates for Public Works Contracts - Yakima County County Trade Job Classification Wage Holiday Overtime Notes Yakima Solar Controls For Windows Journey Level $8.67 1 1 Yakima Sprinkler Fitters (Fire Journey Level $26.36 1 Protection) 1 Yakima Stage Rigging Mechanics (Non Structural) Journey Level $13.23 1 Yakima Stone Masons Journey Level $40.03 5A 1M 1 Street And Parking Lot Yakima Journey Level $8.67 1 Sweeper Workers Assistant I Yakima Surveyors Construction Site $49.48 7A 1T 8P Surveyor Yakima Surveyors Chainman $48.96 7A 1T 8P 1 Yakima Surveyors Construction Site $50.39 7A 1T 8P Surveyor Telecommunication Yakima Journey Level $20.00 1 1 Technicians Yakima Telephone Line Cable Splicer $34.20 5A 2B 1 Construction - Outside Telephone Line Hole Digger /Ground Yakima $18.72 5A 2B Construction - Outside Person 1 Telephone Line Yakima Installer (Repairer) $32.78 5A 2B Construction - Outside 1 Telephone Line Special Aparatus Yakima $34.20 5A 2B Construction - Outside Installer I 1 Telephone Line Special Apparatus Yakima $33.51 5A 2B Construction - Outside Installer II 1 Telephone Line Telephone Yakima Equipment Operator $34.21 5A 2B Construction - Outside (Heavy) 1 Telephone Line Telephone Yakima Equipment Operator $31.81 5A 2B Construction - Outside (Light) 1 Telephone Line Telephone Yakima $31.81 5A 2B Construction - Outside Lineperson 1 Yakima Telephone Line Television $18.16 5A 2B Construction - Outside Groundperson 1 Yakima Telephone Line Television $24.09 5A 2B Construction - Outside Lineperson /Installer 1 1 Effective Date: 11/7/2011 1 Prevailing Wage Rates for Public Works Contracts - Yakima County 1 County Trade Job Classification Wage Holiday Overtime Notes Telephone Line Television System Yakima $28.72 5A 2B 1 Construction - Outside Technician Telephone Line Yakima Television Technician $25.81 5A 2B 1 Construction - Outside Telephone Line Yakima Tree Trimmer $31.82 5A 2B I Construction - Outside Yakima Terrazzo Workers Journey Level $31.90 5A 1M Yakima Tile Setters Journey Level $31.90 5A 1M Tile, Marble & Terrazzo 1 Yakima Journey Level $27.82 5A 1M Finishers Yakima Traffic Control Stripers Journey Level $39.90 7A 1K 1 Yakima Truck Drivers Asphalt Mix $14.19 1 Yakima Truck Drivers Dump Truck & $36.06 61 2G Trailer(c.wa -760) 1 Yakima Truck Drivers Dump Truck(c.wa 760) $36.06 61 2G Yakima Truck Drivers Mixer Trucks $36.06 61 2G 1 Yakima Truck Drivers Other Trucks(c.wa 760) $36.06 61 2G Well Drillers & Irrigation Irrigation Pump 1 Yakima $25.44 1 Pump Installers Installer Yakima Well Drillers & Irrigation Oiler $9.20 1 1 Pump Installers Well Drillers & Irrigation 1 Yakima Well Driller $18.00 1 Pump Installers 1 1 1 1 1 1 Effective Date: 11/7/2011 1 • 1 I Yakima Residential iTerrazzo/TileJou rney Level st ir, n , t ,� i; $17 00 " "' ,tar , 1 ,4 ' J, ; ;;'' l F K f= zr ry Yakima Residential Tile Setters Journey Level $16.78 - 1 r�kima= Ro' f r r � x,,: :_- ,:, rn . . -- jwrt•..h.. - , : , ' :,:; �,, o. e s - k?, Jo ;,:. ; $1'2:00.,_t.; 1 I " . _ b.._r- , «,..• .,,... ' za ` C• .. �.- ,...,: �.. -, -. .----- a_r,,,,.r,.,�•. �` ... y -� �3r � = .h. -� � - `�'C�.z',, Yak Y.ti a Sheet Metal Workers Journey Level $48.61 5A , " ?- Journe_ < `L ` A , A ; : h ;.K.,.. ,,, .. ':',n_Y �` = Sh'i' ��&t,Shi' : :Re` `'ai`rw evel'�,;., �. � . ;� 8:67 ,,;rr �.� �\;.- �-- ,4,,z< _6-r,-, �,.,.,.., a::.. F- v.. �. a:,. px�,: f> r::_,..<, .............. ��..... t: v, rr'-:._., ,.,.._,....y- ,,..,.,_G,:., -,... .. _.-.,, I Yakim i : ign Makers Et InstallersJourney Level $14.65 ' 1 ectrical) _- \� #H .,� r,,^F ':.L,, nz:1 u'�:' ;F �:t:: - nYr,.w al;:- r "£::.^ "- ,. ;5'. �'t = -.. ,r j ' l r x ; 5� ;c : ^ - , .�':`,s'.' .:5;�;:'� °rK''t)C "i Yak'ima-= s:. , .I' ; ; : ! • •itiii : . . r Si nt °Makers � i n s ta ll ers lo urn e' Leve ' ... " 1'4:65 1 .Fµ x` ,, §„ ` _.-,.. ,,..,_ .,,..'4rn�- t..- ....�... - „ . ." s':,' :' `w°_> :aa- 3' , :. is :" a . (.,: r:. Nom' .aectncal' d . = s: =. _ _ � .• , �� , . ;� .��.. .. ^.`><i. ...a.,.exd.�e ..�.,.,_.� .:- _...-- s- ... < ^- .4..•.. y. ._. ifci,...,- .r.,;.s <i.�, ...._r._.,a_,:3.__l...w SN 11 �. -.yy,,,,.. 4 ".x`L ^.� r « # . M t� , I � .. ,.«.. i w..ae , a- . : _ ...T�'Y3i �KF �4 :�i�_3i`�:, �...rt -_..0 � .. _- = ` � .. > �°. .. ^t� Yakima Soft la; • r Layers Journey Level °` $23.11 5A 1N - � •,"ava;: :.a::. r '" - a: ^'• - = - " - : - &x' �; .. - . `' -- "fr'a'�ta't `ti�� -; war: Yaki Solar %{C •r 'rol ,i ri" lourne�` :Level�� }� .g:. a�• t .:� 867 r°��,. ��n ' °F =1������� d�� --,,: ..,.� y s w aowsng y �'; .J : ��, in Yakima Sprinkler - Fitters (FireJourney Lev � $26.36 1 Protection) ,0 � - =k "$ _ _ >.;. ,n . g rssx �; 'p':r'. - c ='" »r, :t;. :;� Yakima =: Sta e.��t� -: Ri i Y� - =vM '''h - Journe` Level � r � ' =r:• - 13`:23- ���'Y :rY:�.: :` >K s . j '' =�� ry .�• �•' , ifi� {4 }',.�� -.3'Y �;R 1 :,,%2.8� � t s.� «. �'i:r:.^ e 1 !k5`, �- ^- wA"F;i.: ''�3 :�' "i �,- :,+,•.ry >� : :: ^,; �....y., -" ,rs.�,,, P• .� �-- :4:.'��{: ?, :'�.ra Ex;:. ''`"t, + ^r ^= � ",, `�.'�= •... -.. �:'esri $"''•' %�•�i; n r,�, L..aN - -'`[, " , > ``'� - �s4i = �.�`.�.=- :r...:r.,sY': = "b.:°�' �`�*: �� �.. +� :.<'�S. *a< ASS, e - ( / No n ::Struct u ra �l .: T .r. > : ri, _ t.6 ;- �_ , t, �.t h _ .; ; , M�. W <•s,2k;'K`s' ( m.,w.ti. +,.,,x „ -,... ,.•�.>•.o: ,cc,' e ..,,. -< .,. -._ �,. `, - ,,�' �» y. ... r ' ,: rE*. ��.. �,,x .; � ^�t�:�`r. °;:'CF t.�d .-z?� .1'a:, '��i: , h':..• �� ^� �5 ;�v�..` Ass.. �:�: 3:dk: aF��>f..s. Yakima Stone Masons. - '• Journey Level $40.03 5A 1M - - - -- - ,-.�- :, " 's „- , - :.+�:., - �: - -- ^si:; e tl''yY a'!1�:° x. ", ?:> . K �; :�; �� �ra- Yak ma`: � , ; tr i i a' tI e.5,.._. ,z.. ; . Street', � :�;�� � Jourrie ": Level '_'.: ,,:,� ii �. rw � -� =" '� ,. ,A d;',��Par Z g ; '.L•cjt _Y, '�, k >. ,f�- :'��$8-r67� �w � - -- 1 ��;,;��, x�'��, ,Tr'fiF ;.. ,�$i's.�•.;,. {. t - ��h. - e4,. .ah.,K`... U.a?. - ,..}.i' .; .Y 5 .- .*�,�, .+' � , 4 t _,'rf. - +:•j:.r ,'S'c,- 1,i,' _v $': - 5 "r = „ 's: .�.{ .�'2 - p.°Y �,24i,'.i.1 nf} J= - : .�. -, Je ��1'%�u @. Y`" - .•ze�'q, •f -...y' �`r; t'6.y, .',p ` - "E rv" r. - �' -K2 9y.` k2r. S w ee rk r ,,�:. �.�� , +:.. :., I ... .,.. , M ,_. ^,�} � . Shh.>,,,::a „..t� �. �ts�.:..:;�'.' e.tiw�r?4.:, W..sa »... :m .,.....L�u:.. <���: rN.,a.:�.:_l,u.,..� i=:i:.....,,.,» a.k „::,: z':o:]'r.'.E2. Yakima Surveyors Assistant Construction Site $49.48 7A 1T 8P Surveyor I Yakffp Surveyors ' . _„ ., ., A,- w .,,. mman - ....,., " ....' $ 48'' '' ,9'6 : ?. . .,.. �, Cha �< "7 �3. 1 T 8P ; Yakima Surveyors onstruction Site Surveyor $50.39 7A 1T 8P akima' ~Telecommunie" i n r •. �urne °'Level >J�,} 20:� >•n, «: �::r a t o Y ;'_... - - "$ 00 e: , �z: , . ,�; s`. �� `ai :: � k. . Y',,• .. .'3,. =Techni .. n �. : t f • . > . , ` ,z: f. , ;' <� _ ;i �;�;: r = >:s c a s�,�;;�- :...� .�:, . '�� °, , .�. r:yt �. �' ,{� � ;���;.,§,- _ fiat r� � f.: ;;r• :05--,.4, `„+,,,r - --,.. x,. ,+.- s,•,." -..., a r,1 .- .. , r } n ..,:e1'0, : ? .H:.+ti :' $t ,'.�',G. �- 'Ue.`:`fi •,t'?*4,,,;:, .:��..,, . :.Ye�L, - ! 1z.. ;XLS?1".�a;�'' "x: °.zx °Tti�;:F,.f.3_ .. _3 S �:eh.; .v` Yakima Telephone Line Cable plicer $32.27 5A 2B I Construction Outside Yakima Telephone 4 t 4 Line Hole Digg /Ground "Person" ,t $18 10! fi:S ', ,, -i 2B 5 : ; 3 `.r, .f4' J c t s.� r Yi ?`� +. -rV.T ,a st _b'`r. ,'d £ t kt U -y a -:'''' ' §= i -6 4M''.:',41=::. i , N 'r { M.. } f 2 : } r^nu Y.4` {"` - ], F -: `� t N r 4, , .Y. k'n ,, asp ; , C O utside ; £ : ; , , -: ? r 5 ' - . _ c,.... - _ . .., y..... .. = . , - .a:�; c ,. t.t� .,� ' „ �1 "�'� ,s . A \i� :�t"`g;_..c��i"�" -- MR.-#4:571:4: �S.t � := '.�6fi y h..,. x''siik`.r•. I Yakima Telephone Line Installer (Rep. "rer) $30.94 5A 2B Construction - Outside Yakima:. ire le hon r`' es� ri �t�' h'::: + �M- ��.m.��: SO atA aratus� t . s afler =:l :�,�: 32-'27 • .-,5 AA�$ ���•26�z�:�.,:�'�;::`A- :..: ' - , �, �,., JF n ' X` c+,i e k *x•�; F ,. 33'. f, ' -'' :+?':s' .,D 's ' ''':. ?_-, i$''': ' : f'''' . ' 8 ` Ri�? •,t :, " rte, , ^^3 +;, :s - .� "� ,,.°ia - �. „c y;r• .= E'1°.• -•a a « ,rY, .�. Ck, �q i 7? �1 �f'4pi`�•. % e- .y:'ti' , td,� 1., » ,,1 r?S .r •• .- ._s••',o . :. ri.'d: ' ?: � N ' �...,�., • Co str u ction , , -.. -, dee .. -, , - =:w:. _,,. ' ..: >r ::=,.. -. .:::• -.., k .,. . ..:.......: .. ... <, » ry . ^,. ..a,, ......:.. . ......�..•., ,. ,,,. -.,.. ._ k�•,t"�• + > f ., .;`��'.- '�.�:'' -. :'�:�., M t.r, ��, :, +n. ,xi . r r _.�:r .1f ,3�' =3:. .rr ", '' ,, ... , , ,:.sx � . , k�„ �.. ':'t + °.s :tip::. - e ,;.. - . � �,W.,: -,3 >.�.,!S$'Y . �fS�= `,,`.:. • , tsdt';,,,. a4uwv'.4:• Vta'a „'.,�9,.«. >; ., �''..,_,;.,. -a:: oS:i ? :s' r °;• '7?sa'j;fi+�, ? Yakima Telephone Line Special Apparatus Ins .tier 11 $31.62 5A 2B Construction - Outside ' 1 ° - - :�p;>� „yrav5.:i:• �y. ,•;�.', °` ':ice _ - = *.wt�nn:_ - � - ' n�; - qC pre �}>t_(.2' - "T . _ Telephone � x �_:�: -;;;.. �., Li ne Tel`ephon _�':,�: °- . Equip . ent � $3 2.2 7 ;�2B...,.,. �,. , . - � a ":'_ • � . .'-sr,. _,.e, �.. ` 7., a- s0::,.- ar K :., h `, ,r.;:. " - , s ,'s 1 "} r :F "- ; -t:s=- '4_. ,6 5: %1,', eav ' a" .. zt.,�.a::';, -�,o. . ri,;P f � ;F - as .; :xs� , �:'. Construction 0utid'e , Operator ) "_a. r.:%- .:,�' aci. - w .. ->v.., _.,.,,.>•�m..z..=..: 4....�::yL s._,,. - , -.r.. ' nmvr::';"s..">�'° a%.*as�';�ixi�- �'r.,;1u�'�"' ' « .. =:s :fie Vic* � � - : 'x. w4. `�� :'.`fi�i7x . '•tof" =5i:: - :.,,c`3in. .- aes i<r'�S ".� ", ,,A"�' Yakima Telephone Line Telephone Equipmen $30.02 5A 2B 1 Construction - Outside Operator (Light) - ,.a:. K . ':r'e'.5::,':r >�.'d' :. : !: "�r " .'':7, ;m x:l',,, < "My; _ _ ',f " ',ir ^i p, i.";'..)„ "i 1a, .., r'r".fi f .. .., !;.• , 1 ' .r; ..ti ?:4 ri: ,r,,P::�;b; .,a•t:J::t:' Yakima' <Tele hone�•� �:;_` �= ,;.• L ''e�`lone` "erson. - -. ^:• �`� '� p�•: �: s��'�,- ,,� *: .y��'l' ax;e > �Y � j ' +s '�• xdS `' , ��q i'���d ri'+ - s � i �„ r w, +'err �:,,fi rfsz' k $ r �,; ; C ntucion O u t si d e ; " ;i t- ,,, `'" r f' x ' ; � 5 t r r � ' _ �' ;0 §,x . ;V �� " � , ec E . ' ,, ,_.,_..:. ,.....,,,,,,..4....,...,........- . ,, . _.n_ . ..:.t, t + a R..'„ , li , a n:�t a: - t - s a=T > , . w ' ., i y _ �9t . „ t ,.'„., ;, Yakima Telephone Line Television Groundperson $17.18 5A 2B Construction - Outside ='r ^� 'aa-,,. °ea., arta:ixtm .:�, _s_ - " ,• _ - _- u= :,�n ,.>.�x ' . rrt y " o.•$:� "•.. - : y . :,` - - Y r 'r, "t' . ? l.. v ' r rin itili ` * - ti s " _ :. ) . 1 is 4 ' akima; Tele ' honed: - r��.�t�, , L�i'e Televisio � �. ����' .�..,.: �`:.'� S22 �7 = , 5 . - .,2B= > �: =� 1 z _ _ e:t ,��'% s�. s.•s4�, n` { :. -.�� - ,;,1x15.Y$.' „R.:.'s:Y4.� ":�,n�v.X`�.,F1. .� _ �Y' " - '� '� ::t.. �,,� F:��- �?'�,�.� _:� z'= �a:r,.•:s,; :N:�i,.zi.; -.fir:. - ,_ . r ;a: , t Ai.,.t „an...% .A;6 ", , a :. ,ip.. �: - 4 , , , g ! r' . ' ' "i °:"m_ -,.t. + r:�•?c.C7';. , C )• .- Line erso / 'I n staller:% - 4-k'' > : >,; ,,x , .1 '2_ - <'. ?. B � M Yakima Telephone Line Television System Technician $27.09 5A Construction - Outside `'\ I Yakima Telephones ,i� j ,. r- ' .5 Y ,Lin eTelevisi on red lhmci ' . , $24 °" ,35 f` t ; 2�,. * eY =�� .r, r' . • °' • ` , , `,L , t - S r I C Sa ,, 'e f9 7 5.:, Co Outside � 4 k i t > rx 5 * k ri z ' � r +F I Fire Station 95 - Pavement Repair 119 1 Yakima Telephone Line Tree Trimmer $30.02 5A 2B I Construction - Outside Yakima Terrazzo Workers Journey Level , ,, $31.90 , :' 5A _ .1 M , , 4 / Ya -*a Tile Setters Journey Level $31.90 5A 1M 1, I Yakim I ,u. Marble a ' TerrazzoJourney Level $27.82 5A 1M Fi s . Yakima Traffic ° cr% Stripers Journey Level $39.40 7A 1K 4r 1 Yakima Truck Drivers I : Asphalt Mix $14.19 ... ;.:, 1 P Yakima Truck Drivers ' . Dump Truck a Trailer(c.wa- $36.10 61 26 760) ./ 1 Yakima Truck Drivers .. . nk• Truck(c.wa- 760). - $36.10 .61. �.2G Yakima Truck Drivers Mixe �fl ,.ks $36.10 61 ,M' 4f 2G Yakima Truck Drivers Other Tru ' (k.,, a -760) $36.10 > 61` _ . ' -,; .2G.;`' Yakima Well Drillers Et Irrigation Irrigation Pump - er $25.44 1 1 1 Pump Installers 1 Yakima Well- Drillers. E. Irrigation Oiler ' !..K0'. , •_.',. ::::,- 1 Pump Installers Yakima Well Drillers 8t Irrigation Well Driller $1.8.00 { ''if,, 1 Pump Installers if - , I Benefit Code Key I ./ Overtime Codes Effective 3 -3 -2011 Thru 8-31-2011/ Overtime Calculations are based on the hourly rate actually paid to the w On public works projects, the hourly rate must be not less than the prevailing rate of wage minus the hourly rate of the of fringe benefits actually provided for the worker. 1. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER/DAY OR FORTY (40) HOURS PER WEEK SHALL BE ' PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on Saturdays shall be paid at one and one -half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. C. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be I paid at one and one -half times the hourly rate of wage. All other overtime hours worked and all hours worked on Sundays and Holidays worked shall be paid at double the hourly rate of wage. D. The first two (2) hours before or after a five - eight (8) hour workweek day or a four - ten (10) hour workweek day and the I first eight (8) hours worked the next day after either workweek shall be paid at one and one -half times the hourly rate of wage. All additional hours worked and all worked on Sundays and holidays shall be paid at double the hourly rate of wage. E. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one -half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked I on Sundays and holidays shall be paid at double the hourly rate of wage. F. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one -half times the hourly rate of wage. All other overtime hours worked, except Labor day, shall be paid at I double the hourly rate of wage. All hours worked on Labor day shall be paid at three times the hourly rate of wage. G. The first ten (10) hours workedon Saturdays and the first ten (10) hours worked on a fifth calendar weekday in a four - ten hour schedule, shall be paid at one and one -half times the hourly rate of wage. All hours worked in excess of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. t H. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions or equipment breakdown) shall be paid at one and one -half times the hourly rate of wage. All hours worked Monday through Saturday over twelve (12) hours and allthours worked on Sundays and holidays shall be paid at double the hourly rate of wage. I I. All hours worked on Sundays and Holidays shall be paid at double the hourly rate of wage. J. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one -half times the hourly rate of wage. All hours worked over ten (10) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. I K. All hours worked on Saturdays and Sundays shall be paid at one and one -half times the hourly rate of wage. All hours worked on,holidays shall be paid at double the hourly rate of wage. Fire Station 95 — Pavement Repair 120 I ' L. All hours worked in excess of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. M. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions) shall be paid at one and one -half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly ' rate of wage. N. All hours worked on Saturdays (except makeup days) shall be paid at one and one -half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 0. The first ten (10) worked on Saturday shall be paid at one and one -half times the hourly rate of wage. All hours worked on Sundays, holidays and after twelve (12) hours, Monday through Friday, and after ten (10) hours on Saturday shall be paid at double the hourly rate of wage. P. All hours worked on Saturdays (except makeup days if circumstances and Sundays shall be paid at one and one- half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. Q. The first two (2) hours after eight (8) regular hours Monday through Friday and up to ten (10) hours worked on Saturdays shall be paid at one and one -half times the hourly rate of wage. All hours worked in excess of ten (10) hours per day Monday ' through Saturday and all hours worked on Sundays and holidays (except Christmas Day) shall be paid at double the hourly rate of wage. All hours worked on Christmas Day shall be paid at two and one -half times the hourly rate of wage. R. All hours worked on Sundays and holidays shall be paid at two times the hourly rate of wage. S. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be ' paid at one and one -half times the hourly rate of wage. All hours worked on holidays and all other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on labor day shall be paid at three times the hourly rate of wage. T. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at time and one -half the straight time rate. Hours worked over twelve hours (12) in a single shift and all work performed after 6:00 pm Saturday to 6:00 am Monday and Holidays shall be paid at double the straight time rate of pay. The Employer shall have the sole discretion to assign overtime work to employees. Primary consideration for overtime work shall be given to employees regularly assigned to the work to be performed on overtime situations. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. U. All hours worked on Saturdays shall be paid at one and one -half times the hourly rate of wage. All hours worked on Sundays and holidays (except Labor Day) shall be paid at two times the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. ' V. All hours worked on Sundays and holidays (except Thanksgiving Day and Christmas Day)shall be paid at one and one -half times the hourly rate of wage. All hours worked on Thanksgiving Day and Christmas Day shall be paid at double the hourly rate of wage. W. All hours worked on Saturdays, Sundays and holidays (except for make -up days) shall be paid at one and one -half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. X. The first four (4) hours after eight (8) regular hours Monday through Friday and the first twelve (12) hours on Saturday shall be paid at one and one -half times the hourly rate of wage. all hours worked over twelve (12) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. when holiday falls on Saturday or Sunday, the day before Saturday, Friday, and the day after Sunday, Monday, shall be considered the holiday and all work performed shall be paid at double the hourly rate of wage. Y. All hours worked ouside the hours of 5:00 am and 5:00 pm (or such other hours as may be agreed upon by any employer ' and the employee) and all hours worked in excess of eight (8) hours per day (10 hours per day for a 4 X 10 workweek) and on Saturdays and holidays (except Labor Day) shall be paid at one and one -half times the hourly rate of wage. (Except for employees who are absent from work without prior approval on a scheduled workday during the workweek shall be paid at the straight -time rate until they have worked 8 hours in a day (10 in a 4 X 10 workweek) or 40 hours during that workweek.) All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and Labor Day shall be paid at double the hourly rate of wage. Z. All hours worked on Saturdays and Sundays shall be paid at one and one -half times the hourly rate of wage. All hours worked ' on holidays shall be paid the straight time rate of wage in addition to holiday pay. 2. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on holidays shall be paid at one and one -half times the hourly rate of wage. C. All hours worked on Sundays shall be paid at one and one -half times the hourly rate of wage. All hours worked on holidays shall be paid at two times the hourly rate of wage. F. The first eight (8) hours worked on holidays shall be paid at the straight hourly rate of wage in addition to the holiday pay. All ' hours worked in excess of eight (8) hours on holidays shall be paid at double the hourly rate of wage. G. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on paid holidays shall be paid at two and one -half times the hourly rate of wage including holiday pay. Fire Station 95 — Pavement Repair 121 H. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on holidays shall be paid at one and one -half times the hourly rate of wage. K. All hours worked on holidays shall be paid at two times the hourly rate of wage in addition to the holiday pay. 0. All hours worked on Sundays and holidays shall be paid at one and one -half times the hourly rate of wage. P. The first eight (8) hours on saturday shall be paid at one and one -half times the hourly rate of wage. all hours worked in excess of eight 8) hours on saturday and all hours worked on sundays and holidays shall be paid at two times the hourly rate of wage. R. All hours worked on Sundays and Holidays and all hours worked over sixty (60) in one week shall be paid at Double the hourly rate of wage. S. All hours worked on Saturdays shall be paid at one and one -half times the hourly rate of wage. All hours worked on Sundays and Holidays shall be paid at Double the hourly rate of wage except the day after Thanksgiving, the day after Christmas and a Floating Holiday, which shall be paid at the straight time rate if worked, in addition to holiday pay. U. All hours worked on Saturdays shall be paid at one and one -half times the hourly rate of wage. All hours worked over twelve (12) hours in a day, or on Sundays and Holidays shall be paid at double the hourly rate of wage. V. All hours worked on Saturdays and on make -up days shall be paid at one and one -half times the hourly rate of wage. All hours worked on Sundays and Holidays shall be paid at double the hourly rate of wage. W. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one -half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four -day, ten -hour weekly schedule, either 111 Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage. The first eight (8) hours worked on the fifth day shall be paid at one and one -half times the hourly rate of wage. All other hours worked on the fifth, sixth, and seventh days and on holidays shall be paid at double the hourly rate of wage. Z. All hours worked Monday through Friday between the hours of 6:00 p.m. and 6:00 a.m. and all hours worked on Saturdays shall be paid at one and one -half times the hourly rate of wage, EXCEPT for commercial, occupied buildings where floor covering work cannot be performed in the regular daytime hours due to the occupancy. For such occupied, commercial buildings; the employee may agree to work between the hours of 6:00 pm to 6:00 am Monday through Saturday morning at 6:00 am at an overtime pay rate of 10% over the straight time rate. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 4. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. A. All hours worked in excess of eight (8) hours per day or forty (40) hours per week shall be paid at double the hourly rate of wage. All hours worked on Saturdays, Sundays, and holidays shall be paid at double the hourly rate of wage. B. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions) shall be paid at one and one -half times the hourly rate of wage. All hours worked Monday Through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 5. HOLIDAY CODES A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, and Christmas Day (7). B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, the day before Christmas Day, and Christmas Day (8). C. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, and Christmas Day (8). D. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, and Christmas Day (8). H. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the day after Thanksgiving Day, and Christmas Day (6). I. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). J. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Eve Day, and Christmas Day (7). K. Holidays: New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Eve Day and Christmas Day (9) L. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, and Christmas Day (8). N. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, the Friday after Thanksgiving Day, and Christmas Day (9). P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday and Saturday after Thanksgiving Day, the day before Christmas Day, and Christmas Day (9). R. Paid Holidays: New Year's Day, Presidents' Day, Independence Day, Labor Day, Thanksgiving Day, the day after Thanksgiving Day, one -half day before Christmas Day, and Christmas Day (7 1/2). Fire Station 95 — Pavement Repair 122 , 1 1 S. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (7). T. Paid holiday: New Year's Day, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day before or after Christmas (10) paid holidays. V. Paid Holidays: six (6) paid holidays. Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, the Friday after Thanksgiving Day, and Christmas Day (8). ' 6. HOLIDAY CODES A. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, and Christmas Day (8). ' E. Paid Holidays: New Year's Day, Day Before or After New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, and Christmas Day and a Half-Day on Christmas Eve Day. (9 112). G. Paid Holidays: New Year's Day, Martin Luther King Jr. Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and Christmas Eve Day (11). H. Paid Holidays: New Year's Day, New Year's Eve Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, Christmas Eve Day, and A Floating Holiday (10). I. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, and Christmas Day (7). Q. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, the day after Thanksgiving Day, and Christmas Day (8). Unpaid Holiday: Presidents' Day. T. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday ' after Thanksgiving Day, the last working day before Christmas Day, and Christmas Day (9). Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, and Christmas Day (7). If a holiday falls on Saturday, the preceding Friday shall be considered as the holiday. If a holiday falls on ' Sunday, the following Monday shall be considered as the holiday. 7. HOLIDAY CODES A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, and Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, and Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. C. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, and Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. t D. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, the Friday after Thanksgiving Day, and Christmas Day (8). Unpaid Holidays: President's Day. Any paid holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any paid holiday which falls on a Saturday shall be observed as ' a holiday on the preceding Friday. E. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, and Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. ' F. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the last working day before Christmas Day and Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding ' Friday. G. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. H. Holidays: New Year's Day, Martin Luther King Jr. Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, ' the Friday after Thanksgiving Day, the last working day before Christmas Day and Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. ' I. Holidays: New Year's Day, President's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the day before Christmas Day and Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. ' J. Holidays: New Year's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day and Christmas Day (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. Fire Station 95 — Pavement Repair 123 1 K. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, and Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. L. Holidays: New Year's Day, Memorial Day, Labor Day, Independence Day, Thanksgiving Day, the last work day before Christmas Day, and Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. M. Paid Holidays: New Year's Day, the day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day after or before Christmas Day. 10). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. N. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, and Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. When Christmas falls on a Saturday, the preceding Friday shall be observed as a holiday. 0. Paid Holidays: New Year's Day, the day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, the day after or before Christmas Day, and the Employee's Birthday. 11). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, and Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Q. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the last working day before Christmas Day and Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. 8. NOTE CODES A. In addition to the hourly wage and fringe benefits, the following depth premiums apply to depths of fifty feet or more: over 50' to 100' - $2.00 per foot for each foot over 50 feet, over 100' to 150' - $3.00 per foot for each foot over 100 feet, over 150' to 200' - $4.00 per foot for each foot over 150 feet, over 220' - $5.00 per foot for each foot over 220 feet. C. In addition to the hourly wage and fringe benefits, the following depth premiums apply to depths of fifty feet or more: over 50' to 100' - $1.00 per foot for each foot over 50 feet, over 100' to 150' - $1.50 per foot for each foot over 100 feet, over 150' to 200' - $2.00 per foot for each foot over 150 feet, over 200' - divers may name their own price. D. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour. L. Workers on hazmat projects receive additional hourly premiums as follows - Level A: $0.75, Level B: $0.50, and Level C: $0.25. M. Workers on hazmat projects receive additional hourly premiums as follows - Levels A & B: $1.00, Levels C & D: $0.50. N. Workers on hazmat projects receive additional hourly premiums as follows - Level A: $1.00, Level B: $0.75, Level C: $0.50, and Level D: $0.25. P. Workers on hazmat projects receive additional hourly premiums as follows - Class A Suit: $2.00, Class B Suit: $1.50, Class 111 C Suit: $1.00, and Class D Suit: $0.50. Q. The highest pressure registered on the guage for an accumulated time of more than fifteen (15) minutes during the shift shall be used in determining the scale paid. 1 1 1 1 1 Fire Station 95 — Pavement Repair 124 1 1 PROPOSAL To the City Clerk Yakima, Washington This certifies that the undersigned has examined the location of: CITY OF YAKIMA 1 Fire Station 95 - Pavement Repair 1 807 East Nob Hill Blvd. 1 City Project No. 2265 1 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 111 with the said plans, specifications and contract, and the following schedule of rates and prices. NOTE: Unit prices for all items, all extensions, and total amount of bid, shall be shown, and be written in ink or typed. Show unit prices in figures only. Figures written to the right of the dot (decimal) in the dollars column shall be considered as cents. 1 1 1 1 1 111 Fire Station 95 — Pavement Repair 125 1 ITEM PROPOSAL BID SHEET Fire Station 95 - Pavement Repair City Project No. 2265 1 ' ITEM PROPOSAL ITEM QTY UNIT UNIT PRICE AMOUNT NO. ITEM PAYMENT SECTION DOLLARS DOLLARS 1 SPCC PLAN 1 LSfj(0,06 1,00‘00 1 1 -07.15 2 MOBILIZATION 1 LS ip,ic11 -5 b0 (pi _QQ ' 1 -09.7 3 PROJECT TEMPORARY TRAFFIC CONTROL 1 LS at5 .00 ascCoo 1 -10.5 ' 4 SAW CUT, PER INCH DEPTH 160 LF .00 i (4.00 4 -04.5 5 UNSUITABLE FOUNDATION EXCAVATION, INCL HAUL 80 CY :31;.00 ' 2 -03.5 6 ROADWAY EXCAVATION, INCL HAUL 420 CY :3 -i.00 1S940.DC 2 -03.5 1 7 CRUSHED SURFACING BASE COURSE 569 TON 0-0.00 (� � O 4 -04.5 8 MIRIFI HP570 Hi -Pert Geo Fabric 1250 SY In:30 . 7►8 ?S.to 1 4 -04.5 9 ASPHALT TREATED BASE 273 TON lob -Co Ig,5W.D0 ' 5 -04.5 10 HOT MIX ASPHALT (HMA) 1/2" PG 64 -28 273 TON 1SJ)6 9,D,47SOD 5 -04.5 ' 11 CEMENT CONCRETE PAVEMENT, 8" DEPTH 13 CY S0.00 LN,pp 5 -05.5 12 TIE BAR WITH DRILL HOLE 16 EA 6 (YY �f , Q Q 5 -05.5 13 REPAIR OR REPLACEMENT 1 FA $5,000.00 $5,000.00 8 -30.5 SUB TOTAL: df1 O2.l)0 TAX (8.2 %) 7 / ( 111 TOTAL /p5 gg7.10 �1 1 Fire Station 95 — Pavement Repair 127 1 BID BOND FORM 1 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 Columbia Asphalt & Gravel, Inc. as principal, and RLI Insurance Company as Surety, are held and firmly bound unto the City of Yakima, as Obligee, in the penal sum of Fig petctof total atru it bid Dollars, for the I 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 Fire Station 95 Pavement Repair , 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 I 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 damage's, the amount of this bond. I SIGNED, SEALED AND DATED THIS 4th DAY OF October , 20 1 1 1 Insurance Com any C/ Principal Pr-CICRY1+ 1 - — Kenneth J. Frick Surety Attorney —in —Fact I 20 Received return of deposit in the sum of $ 1 1 , 1 Fire Station 95 — Pavement Repair 129 1 I - LI RLI Surety POWER OF ATTORNEY P.O. Box 3967 Peoria, IL 61612 -3967 Phone: (800)645 -2402 Fax: (309)689 -2036 RLI Insurance Company www.rlicorp.com 1 Know All Men by These Presents: hat this Power of Attorney is not valid or in effect unless attached to the bond which it authorizes executed, but may be detached by the I approving officer if desired. hat RLI Insurance Company, a(n) Illinois corporation, does hereby make, constitute and appoint: enneth J. Frick, Donna S. Martinez, Alex B. Hodge, Matthew Brandt, Rod Lewis, jointly or severally I n the City of Yakima , State of Washington its true and lawful Agent and Attorney in Fact, with full power and authority hereby conferred, to sign, execute, acknowledge and deliver for and on its behalf as Surety, the following described Iond. Any and all bonds, undertakings, and recognizances in an amount not to exceed Ten Million Dollars ($10,000,000) for any single obligation. he acknowledgment and execution of such bond by the said Attorney in Fact shall be as binding upon this Company as if such bond had I been executed and acknowledged by the regularly elected officers of this Company. he RLI Insurance Company further certifies that the following is a true and exact copy of the Resolution adopted by the Board of irectors of RLI Insurance Company, and now in force to -wit: "All bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer na of m ant A i F Aenhhl auoy d, ltki t me Company The corporate orneys seal or is not necessary wo for have the validity rit of any bonds, bon polic undertakings, undera Powers of Attorney oh other ay ppoi obligations of the n corporation• act g The ts signature sal of any such th officer to and issue the corporate icies seal or may be printed ngs in by he facsimile." WITNESS WHEREOF, the RLI Insurance Company has caused these presents to be executed by its Vice President with its orporate seal affixed this 28th day of July 2011 *•`'.... J�E�o % RLI Insurance Company : SEAL: - ............ �tate of Illinois Roy C. Die / Vice President 1 ,,••,...••S County of Peoria )} SS -- ' „t� N�0 �,,.``� ( CERTIFICATE U n this 28th day of July 2011 before me, a Notary Public, I th undersigned officer of RLI Insurance Company, a stock personally appeared Roy C. Die , who being by me duly sworn, corporation of the State of Illinois, do hereby certify that the attached acknowledged that he signed the above Power of Attorney as the aforesaid Power of Attorney is in full force and effect and is irrevocable; and fficer of the RLI Insurance Company and acknowledged said instrument furthermore, that the Resolution of the Company as set forth in the be the voluntary act and deed of said corporation. Power of Attorney, is now in force. In testimony whereof, I have hereunto set my hand and the seal of the RLI Insurance Company this 4th , day of 9Ctober , 2011. 1 C RLI Insuranc; Company ome g ry Notary Public Cherie L. Mont � Nota I a u i "OFFICIAL SEAL” -- . —....._ FUME F Roy C. Die Vice President STATE " ' CHERIE L. MONTGOMERY OF LIMOS COMMISSION EXPIRES 02/02/12 1 4665729020212 A0059411 IAE ® CER TIFICATE OF LIABILITY INSURANCE ' 10/25/2011 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS I 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 I 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 Traci Sullivan NAME: Conover Insurance, Inc. (A//c No, Ext); (509) 965 -2090 FAX No): (509) 966 -3454 125 N. 50th Ave. E-MAIL ADDRESS: tracis @conoverinsurance.com P.O. Box 10088 PRODUCER 00003747 C.UST_OMER ID c Yakima WA 98909 -1088 _ INSURER(S)AFFORDINGCOVERAGE NAIC ' INSURED INSURERA:TraVelerS Indemnity Co of CT 25682 Columbia Asphalt & Gravel, Inc. INSURERB:Travelers Prop /Cas of America Columbia Ready Mix, Inc. INSURERC:Charter Oak Fire Ins Co P.O. Box 9337 INSURER D I Yakima, Washington 98909 INSURERS: INSURER F : COVERAGES CERTIFICATE NUMBER:11 - 12 REVISION NUMBER: I 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. Mit TYPE OF INSURANCE ADDL UBR POLICY EFF POLICY EXP ' INSR WVD POLICY NUMBER (MM /DD/YYYY) (MM /DD/YYYY) LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED 300,000 PREMISES (Ea occurrence) $ C CLAIMS -MADE X OCCUR DTCO2442M85ACOF11 4/26/2011 4/26/2012 MED EXP (Any one person) $ 10,000 I PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GE 'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP /OP AGG $ 2,000,000 I POLICY X JECOT- LOC $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 X ANY AUTO BODILY INJURY (Per person) $ A ALL OWNED AUTOS DT8102442M85ATCT11 4/26/2011 4/26/2012 • W SCHEDULED AUTOS BODILY INJURY (Per accident) $ PROPERTY DAMAGE HIRED AUTOS (Per accident) $ NON -OWNED AUTOS Medical payments $ I Underinsured motorist $ B X UMBRELLA LIAB X OCCUR DTSMCUP2442M85ATIL11 4/26/2011 4/26/2012 EACH OCCURRENCE $ 2,000,000 EXCESS LIAB CLAIMS -MADE AGGREGATE $ 2,000,000 I 10, DEDUCTIBLE $ X RETENTION $ $ `. WORKERS COMPENSATION DTCO2442M85ACOF11 4/26/2011 4/26/2012 X C STATU- X OTH- AND EMPLOYERS' LIABILITY TORY LIMITS ER ANY PROPRIETOR/PARTNER /EXECUTIVE Y/ N Empoyers Liab /Stop Gap E.L. EACH ACCIDENT $ 1000000 I OFFICER /MEMBER EXCLUDED? ( I N / A (Mandatory in NH) Workers Comp- Statutory E.L. DISEASE - EA EMPLOYEE $ 1000000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ 1000000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, If more space is required) I Re: Fire Station 95 - Pavement Repair - City of Yakima Project No. 2265, The City of Yakima, its agents, employees, volunteers, and elected and appointed officials are named as Additional Insured per form CG D2 46 08 05 attached. Per I project applies per form CG D2 11 01 04 attached. CERTIFICATE HOLDER CANCELLATION I 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. 129 N. 2nd Street I Yakima, WA 98901 AUTHORIZED REPRESENTATIVE D LaRiviere /TRACIS . � I , ACORD 25 (2009/09) © 1988-2009 ACORD CORPORATION. All rights reserved. INS025 (200909) The ACORD name and logo are registered marks of ACORD 1. . 1 COMMERCIAL GENERAL LIABILITY 1 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY BLANKET ADDITIONAL INSURED 1 (CONTRACTORS) 1 This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART 1 1. WHO IS AN INSURED — (Section 11) is amended c) The insurance provided to the additional in- to include any person or organization that you sured does not apply to "bodily injury" or agree in a "written contract requiring insurance" "property damage" caused by your work" to include as an additional insured on this Cover- and included in the "products- completed op- 1 age Part, but: erations hazard" unless the "written contract a) Only with respect to liability for "bodily injury", requiring insurance" specifically requires you "property damage" or "personal injury"; and to provide such coverage for that additional insured, and then the insurance provided to I b) If, and only to the extent that, the injury or the additional insured applies only to such damage is caused by acts or omissions of "bodily injury" or "property damage" that oc- you or your subcontractor in the performance curs before the end of the period of time for of "your work" to which the "written contract which the "written contract requiring insur- I requiring insurance" applies. The person or ance" requires you to provide such coverage organization does not qualify as an additional or the end of the policy period, whichever is insured with respect to the independent acts earlier. or omissions of such person or organization. 3. The insurance provided to the additional insured I 2. The insurance provided to the additional insured by this endorsement is limited as follows: by this endorsement is excess over any valid and collectible "other insurance ", whether primary, a) In the event that the Limits of Insurance of excess, contingent or on any other basis, that is this Coverage Part shown in the Declarations available to the additional insured for a loss we I exceed the limits of liability required by the cover under this endorsement. However, if the "written contract requiring insurance ", the in- "written contract requiring insurance" specifically surance provided to the additional insured requires that this insurance apply on a primary shall be limited to the limits of liability re- basis or a primary and non - contributory basis, I quired by that "written contract requiring in- this insurance is primary to "other insurance" surance". This endorsement shall not in- available to the additional insured which covers crease the limits of insurance described in that person or organization as a named insured Section 111 — Limits Of Insurance. for such Toss, and we will not share with that I b) The insurance provided to the additional in- "other insurance ". But the insurance provided to sured does not apply to "bodily injury", "prop- the additional insured by this endorsement still is erty damage" or "personal injury" arising out excess over any valid and collectible "other in- of the rendering of, or failure to render, any surance", whether primary, excess, contingent or I professional architectural, engineering or sur- on any other basis, that is available to the addi- veying services, including: tional insured when that person or organization is an additional insured under such "other insur- i. The preparing, approving, or failing to ance ". I prepare or approve, maps, shop draw- 4. As a condition of coverage provided to the ings, opinions, reports, surveys, field or- additional insured by this endorsement: ders or change orders, or the preparing, approving, or failing to prepare or ap- a) The additional insured must give us written I prove, drawings and specifications; and notice as soon as practicable of an "occur - ii. Supervisory, inspection, architectural or rence" or an offense which may result in a engineering activities. claim. To the extent possible, such notice should include: 1 CG D2 46 08 05 4 2005 The St. Paul Travelers Companies, Inc. Page 1 of 2 1 1 . ' COMMERCIAL GENERAL LIABILITY 1 How, when and where the "occurrence" any provider of "other insurance which would or offense took place; cover the additional insured for a loss we il. The names and addresses of any injured cover under this endorsement. However, this ' persons and witnesses; and ance provided to the additional insured by condition does not affect whether the insur- iii. The nature and location of any injury or this endorsement is primary to "other insur- damage arising out of the "occurrence" or ante" available to the additional insured offense. which covers that person or organization as a ' b) If a claim is made or "suit" is brought against named insured as described in paragraph 3. the additional insured, the additional insured above. must: 5. The following definition is added to SECTION V. ' i. Immediately record the specifics of the — DEFINITIONS: claim or "suit" and the date received; and "Written contract requiring insurance" means ii. Notify us as soon as practicable. that part of any written contract or agreement under which you are required to include a ' The additional insured must see to it that we person or organization as an additional in- receive written notice of the claim or "suit" as sured on this Coverage Part, provided that soon as practicable. "property "bodily injury" and property damage" oc- c) The additional insured must immediately curs and the "personal injury" is caused by an ' send us copies of all legal papers received in offense committed: connection with the claim or "suit ", cooperate with us in the investigation or settlement of a. After the signing and execution of the the claim or defense against the "suit ", and contract or agreement by you; ' otherwise comply with all policy conditions. b. While that part of the contract or d) The additional insured must tender the de- agreement is in effect; and fense and indemnity of any claim or "suit" to c. Before the end of the policy period. 1 1 Page 2 of 2 © 2005 The St. Paul Travelers Companies, Inc. CG D2 46 08 05 1 1. I COMMERCIAL GENERAL LIABILITY POLICY NUMBER: DT- C0- 2442M85A- IND -09 ISSUE DATE: 04 -28 -09 1 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY I DESIGNATED PROJECT(S) / GENERAL AGGREGATE LIMIT 1 This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART U SCHEDULE Designated Project Designated Project(s): General Aggregate(s): I EACH "PROJECT" FOR WHICH YOU HAVE AGREED, GENERAL AGGREGATE IN A WRITTEN CONTRACT WHICH IS IN EFFECT LIMIT SHOWN ON THE DURING THIS POLICY PERIOD, TO PROVIDE A DECLARATIONS SEPARATE GENERAL AGGREGATE LIMIT, I PROVIDED THAT THE CONTRACT IS SIGNED AND EXECUTED BY YOU BEFORE THE "BODILY INJURY" OR "PROPERTY DAMAGE" OCCURS. I I A. For all sums which the insured becomes legally 3. Any payments made under COVERAGE A. obligated to pay as damages caused by "occur- for damages or under COVERAGE C. for rences" under COVERAGE A. (SECTION I), and medical expenses shall reduce the Desig- for all medical expenses caused by accidents un- nated Project General Aggregate Limit for I der COVERAGE C (SECTION I), which can be that designated "project Such payments attributed only to operations at a single desig shall not reduce the General Aggregate Limit nated "project" shown in the Schedule above: shown in the Declarations nor shall they re- ' 1. A separate Designated Project General Ag- any other Designated Project General gregate Limit applies to each designated "pro- Aggregate Limit for any other designated ject ", and that limit is equal to the amount of "project" shown in the Schedule above. the General Aggregate Limit shown in the 4. The limits shown in the Declarations for Each I Declarations, unless separate Designated Project General Aggregate(s) Occurrence, Damage To Premises Rented es) are sched To You and Medical Expense continue to uled above. apply. However, instead of being subject to 2. The Designated Project General Aggregate the General Aggregate Limit shown in the Limit is the most we will pay for the sum of all Declarations, such limits will be subject to the damages under COVERAGE A., except applicable Designated Project General Ag- damages because of "bodily injury" or "prop- gregate Limit. I erty damage" included in the "products- S. For all sums which the insured becomes legally completed operations hazard ", and for medi- obligated to pay as damages caused by "occur cal expenses under COVERAGE C, regard- . rences" under COVERAGE A. (SECTION I), and less of the number of: for all medical expenses caused by accidents un- ' a. Insureds; • der COVERAGE C. SECTION 1), which cannot be attributed only to operations at a single desig- b. Claims made or "suits" brought; or nated "project" shown in the Schedule above: c. Persons or organizations making claims 1 or bringing "suits ". I CG D2 11 01 04 Copyright, The Travelers Indemnity Company, 2004 Page 1 of 2 1 . . f ,. COMMERCIAL GENERAL LIABILITY 1 1. Any payments made under COVERAGE A. vided, any payments for damages because of for damages or under COVERAGE C. for "bodily injury" or "property damage" included in medical expenses shall reduce the amount the "products- completed operations hazard" will ' available under the General Aggregate Limit or the Products Completed Operations Ag- reduce the Products Completed Operations Ag- gregate Limit, and not reduce the General Aggre- gregate Limit, whichever is applicable; and gate Limit nor the Designated Project General 2. Such payments shall not reduce any Desig Aggregate Limit. ' Hated Project General Aggregate Limit. E. For the purposes of this endorsement the Defini- C. Part 2. of SECTION 111 — LIMITS OF INSURANCE tions Section is amended by the addition of the is deleted and replaced by the following: following definition: ' 2. The General Aggregate Limit is the most we will pay for the sum of: "Project" means an area away from premises owned by or rented to you at which you are per - a. Damages under Coverage B; and forming operations pursuant to a contract or agreement. For the purposes of determining the ' b. Damages from "occurrences" under COVERAGE A (SECTION !) and for all applicable aggregate limit of insurance, each "project" that includes premises involving the medical expenses caused by accidents same or connecting lots, or premises whose con - under COVERAGE C (SECTION I) which nection is interrupted only by a street, roadway, ' cannot be attributed only to operations at waterway or right -of -way of a railroad shall be a single designated "project" shown in the considered a single "project ". SCHEDULE above. F. The provisions of SECTION 111 — LIMITS OF ' D. When coverage for liability arising out of the INSURANCE not otherwise modified by this en- "products- completed operations hazard" is pro- dorsement shall continue to apply as stipulated. 1 1 1 1 1 1 1 1 Page 2 of 2 Copyright, The Travelers Indemnity Company, 2004 CG D2 11 01 04 1 I COMPLIANCE WITH IMMIGRATION AND NATURALIZATION ACT The City of Yakima supports the Federal Immigration, Reform and Control Act of 1986, as I amended. The City requires that all contractors or business entities that contract with the City for the award of any City contract for public works in excess of Five Thousand Dollars ($5,000), or any other city contract in excess of Two Thousand Five Hundred Dollars ($2,500), enroll in the E- Verify program or its successor, and thereafter to verify its employees' proof of citizenship I and authorization to work in the United States. E- Verify will be used for newly hired employees during the term of the contract ONLY: it is NOT to be used for existing employees. ill The Contractor must remain enrolled in the program for the duration of the contract and be I responsible for verification of every applicable subcontractor. The contractor shall sign and return with their bid response the E- Verify Declaration below. Failure to do so may be cause for rejection of bid. �1 E- VERIFY COMPLIANCE DECLARATION The undersigned declares, under penalty of perjury under the g p y p ry u de t o laws of Washington State that: 1. By submitting this Declaration, I certify that I do not and will not, during the performance I of this contract, employ illegal alien workers, or otherwise violate the provisions of the Federal Immigration Reform and Control Act of 1986. I 2. I agree to enroll in E- Verify prior to the start date of any contract issued by the City of Yakima to ensure that my workforce is legal to work in the United States of America. I agree to use E- Verify for all newly hired employees during the length of the contract. 1 3. I certify that I am duly authorized to sign this declaration on behalf of my company. I 4. I acknowledge that the City of Yakima reserves the right to require evidence of enrollment of the E- Verify program at any time and that non - compliance could lead to suspension of this contract. ' Firm Name: COI CI LL Viihil n of gArruxil Dated this d y of fa .r , 20 Ii . Signature: A 1 Printed Name: Y` - n J 1 1 _ y .` Phone #:�,1 20b '2) Email Address: CO-Ni 111116(10 (dCOV nkka0.SUMQi4.1.orY\ 1 1 I Fire Station 95 — Pavement Repair 131 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 aforesigned 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 1 - 800 - 424 - 9071 ' The U.S. Department of Transportation (USDOT) operates the above toll -free "hotline" Monday 1 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. 1 1 1 1 1 1 1 Fire Station 95 — Pavement Repair 132 1 NON - DISCRIMINATION PROVISION During u ing 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 1 with a subcontractor or vendor as a result of such direction by the contracting agency, the contractor may request the United States to enter into such litigation to protect the interests of the United States." 1 1 1 1 Fire Station 95 — Pavement Repair 133 1 WOMEN AND MINORITY BUSINESS ENTERPRISE POLICY ' It is the policy of the City of Yakima that women and minority business enterprises shall have the maximum opportunity to participate in the performance of work relating to the City's activities. To this end, the City is committed to take all necessary and reasonable steps in accordance with state and federal rules and regulations to ensure women and minority business enterprises the maximum opportunity to compete for and to perform contracts. 1 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 1 1. 1 1 1 1 1 1 Fire Station 95 — Pavement Repair 135 II RESOLUTION N0. D- 4 8 1 6 II A RESOLUTION adopting a "Women And Minority Business Enterprise Policy" for the City of Yakima. II WHEREAS, the City of Yakima is the recipient of federal II 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 II Women And Minority Business Enterprises shall have the maximum practicable opportunity to participate in the performance of II such public works, and WHEREAS, the City of Yakima is determined to maximize II Women And Minority Business Enterprise opportunities for parti- cipation in its competitive bidding process through the adoption II of the "Women And Minority Business Enterprise Policy" statement attached hereto, now, therefore, 11 BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Council hereby adopts the "Women And Minority II Business Enterprise Policy ", a copy of which is attached hereto and by reference made a part hereof. L� • ADOPTED BY THE CITY COUNCIL this ,..7d.. day of 1 1-,c.e�- , 1983. y 1 iw, \q. O Mayor 11 ATTEST: 1 • J II City Clerk II II Fire Station 95 — Pavement Repair 136 II 1 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 such worker was not sent to the union hiring hall for referral or if such worker was not employed by the contractor, the contractor's file shall document this and the reasons therefore. c. The contractor shall promptly notify the 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. 1 d. The contractor shall participate in training programs in the area, especially those funded by the Department of Labor. e. The contractor shall disseminate his EEO policy within his own organization by including it in any policy manual; by publicizing it in company newspapers, annual reports, etc., by conducting staff, employee and union representatives' meetings to explain and discuss the policy; by posting of the policy; and by specific review of the policy with minority employees. f. The contractor shall disseminate his EEO policy externally by informing and discussing it with all recruitment sources; by advertising in news media, specifically including minority news media; and by notifying and discussing it with all subcontractors and suppliers. ' Fire Station 95 — Pavement Repair 137 1 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. I. The contractor shall continually inventory and evaluate all minority and women personnel 1 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 1 policy is being carried out. p. The contractor shall solicit bids for subcontracts from available minority and women 1 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 1 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. 1 1 1 Fire Station 95 — Pavement Repair 138 1 1 BIDDER CERTIFICATION I 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: lO 1 l,lr ab i a 4 Cyart_e1 ) /) e , certifies that: 1 i � (BIDDER) 1 1. It intends to use the following listed construction trades in the work under the contract 1 J , L/ 1 and; I 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 1 these Bid Conditions, those trades being: • - (- alra l ► �, 1( ' •�. - fri ` iS 1 I and; 1 2. It will obtain.from each of its subcontractors and submit to the contracting or administering I agency prior to the award of any sub - contract under this contract the Subcontractor Certification required by these Bid Conditions. / 1 / L-ary 3. ' D-e, (Signature of Authorized Representative of Bidder) 1 1 1 1 Fire Station 95 — Pavement Repair 139 SUBCONTRACTOR CERTIFICATION ' Subcontractors' Certification is not required at the time of bid. This Certification must be completed by each subcontractor prior to award of any subcontract. certifies that: (SUBCONTRACTOR) 1. It intends to use the following listed construction trades in the work under the subcontract 1 and 1 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 Yakima, Washington, subject to these Bid Condition, those trades being: 1 and; 1 2. It will obtain from each of its subcontractors prior to the award of any subcontract under this subcontract the Subcontractor Certification required by these Bid conditions. 1 1 (Signature of Authorized Representative of Subcontractor) 1 1 1 Fire Station 95 — Pavement Repair 140 1 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 1 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 t 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. 1 Nothing herein is intended to relieve any contractor or subcontractor during the term of its contract on this project ' from compliance with Executive Order 11246, as amended, and the Equal Opportunity Clause of its contract. Violation of any substantial requirement in the affirmative action plan by a contractor or subcontractor covered by these Bid Conditions including the failure of such contractor or subcontractor to make a good faith effort to meet it fair ' share of the trade's goals of minority and women workforce utilization, and shall be grounds for imposition of the sanctions and penalties provided at Section 209 (a) of Executive Order 11246, as amended. Each agency shall review its contractors' and subcontractors' employment practices during the performance of the contract. If the agency determines that the affirmative action plan no longer represents effective affirmative action, it shall so notify the Office of Federal Contract Compliance which shall be solely responsible for any final determination of that question and the Consequences thereof. ' In regard to these conditions, if the contractor or subcontractor meets its goals or if the contractor or subcontractor can demonstrate that it has made every good faith effort to meet those goals, the contractor of the subcontractor shall be presumed to be in compliance with Executive Order 11246, as amended, the implementing regulations and its obligations under these Bid Conditions and no formal sanctions or proceedings leading toward sanctions shall be instituted unless the agency otherwise determines that the contractor or subcontractor is not providing equal employment opportunities. In judging whether a contractor or subcontractor has met its goals, the agency will ' consider each contractors or subcontractor's minority and women workforce utilization and will not take into consideration the minority and women workforce utilization of its subcontractors. Where the agency finds that the contractor or subcontractor has failed to comply with the requirement of Executive Order 11246, as amended, the implementing regulations and its obligations under these Bid Conditions, the agency shall take such action and impose such sanctions as may be appropriate under Executive Order and the regulations. When the agency proceeds with such formal action, it has the burden of proving that the contractor has not met the requirements of these Bid Conditions, but the contractor's failure to meet his goals shall shift to him the requirement to come forward with evidence to show that he has met the "good faith" requirements of these Bid Conditions by instituting at least the Specific Affirmative Action steps listed above and by making every good faith effort to make those steps work toward the attainment of its goals within its timetables. The pendency of such formal proceedings shall be taken into consideration by Federal agencies in determining whether such contractor or Subcontractor can comply with the requirements of Executive Order 11246, as amended, and is therefore a "responsible prospective contractor" within the meaning of the Federal Procurement Regulations. Fire Station 95 — Pavement Repair 141 1 • 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. 1 The procedures set forth in these conditions shall not apply to any contract when the head of the contracting or administering agency determines that such contract is essential to the national security and that its award without following such procedures is necessary to the national security. Upon making such a determination, the agency head will notify, in writing, the Director of the Office of Federal Contractor Compliance within thirty days. Requests for exemptions from these Bid Conditions must be made in writing, with justification, to the: Director Office of Federal Contractor Compliance U.S. Department of Labor Washington, D.C. 20210 1 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. 1 1 1 1 1 1 1 1 1 Fire Station 95 — Pavement Repair 142 1 1 CITY OF YAKIMA Fire Station 95 - Pavement Repair 807 East Nob Hill Blvd. City Project No. 2265 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 uarant in an amount of five percent (5%) of the total bid, based upon the approximate Y P ( ) P PP roximate estimate of quantities at the above prices and in the form as indicated below, is attached hereto: 1 0 CASH IN THE AMOUNT OF 0 1 CASHIER'S CHECK DOLLARS CERTIFIED CHECK 0 ($ ) PAYABLE TO THE CITY TREASURER 1 PROPOSAL BOND I • IN THE AMOUNT OF 5% OF THE BID ** Receipt is hereby acknowledged of addendum(s) No.(s) & 1 SIGNATUR. •F AUTHORIZED OFFICIAL(s) 5� 6� Lail - -(11 1 �S ( �gP N .. FIRM NAME al I .1i. LL.. F ( - -in, a 1 l ry _. cog (ADDRESS) Th: ?1v �' n • PHONE NUMBER STATE OF WASHINGTON CONTRACTORS LICENSE NUMBER ('OLLI'Y1_E I ttg_ FEDERAL (' I 1 ID 9 ' 2 ) I 1 1 ° 1 4 1 � 1 WA STATE EMPLOYMENT SECURITY REFERENCE NO. 4-I- ;,Z_ Note: 1 (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 1 to Bidders for building construction jobs. (3) Should it be necessary to modify this proposal either in writing or by electronic means, please make reference to the following proposal number in your communication. 1 1 Fire Station 95 — Pavement Repair 143 1 1 ' BIDDER'S CHECK LIST The bidder's attention is especially called to the following forms, which must be executed, as required, 1 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. 1 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, cashier's check or cash. The amount shall be not less 1 than 5% of the total amount bid and may be shown in dollars or on a percentage basis. C. BIDDER'S CERTIFICATION 1 D. PROPOSAL SIGNATURE SHEET Must be filled in and signed by the bidder. 1 E. MBE /WBE FORM It is requested that The Bidder's Certification of the "Affirmative Action Profile" in the ' MBE /WBE Form be filled in and signed by the bidder. Failure to provide this information WILL NOT render the bid non - responsive. The following forms must be received prior to the Contract being executed: A. CONTRACT 1 This agreement is to be executed by the successful bidder. B. PERFORMANCE BOND ' To be executed by the successful bidder and his /her surety company. C. CERTIFICATE OF INSURANCE ' Refer to attached Informational Certificate of Insurance and Additional Insured Endorsement. Also refer to Section 1 -07.18 (APWA) of the Standard Specifications and Special Provisions. D. E VERIFY COMPLIANCE DECLARATION Refer to Section 1- 02.15. A signed E- Verify Compliance Declaration must be submitted or on file with the City. 1 1 1 Fire Station 95 — Pavement Repair 145 APPLY CSS -1 TO EDGES AND TO SURFACE EXISTING PAVEMENT DEPTH VARIES wo IU IIIIII ■II■ ■IiuIUU■IUIIIIlommilhii■I , !/v /;, 7 .141w IC P. Tin r g e fi rIr. I re I 1 r. 12 ... . UNS IJITABLE.•EXCAVATION.• (SEE, NOTES)........... VW W4 0.25' HMA CL. 1/2" PG 64 -28 (COMPACTED DEPTH in 2 EQUAL LIFTS) 0.25' ATB (COMPACTED DEPTH) 0.5' CSBC (COMPACTED DEPTH) ASPHALT SURFACING EXISTING CURB EXISTING / JOINT MATERIAL CONCRETE SLAB a a a =-- -.•.•. •.•.•.r.•.•.•.,•.•.•.•.•.•.•.•. UNSUITABLE .•E.XCAVATION.•.•.•.•\ #5 TIE BAR x 30" (SEE ....... 7. - WSDOT DETAIL) ............ ......... ............................... 0.67' CLASS 4000 CONCRETE 0.33' CRUSHED SURFACING BASE COURSE (COMPACTED DEPTH) CONCRETE SLAB NOTES 1. ALL DEPTHS ARE COMPACTED DEPTHS. 2. ALL CONCRETE JOINTS SHALL BE EPDXY SEALED PER WSDOT SEC. 6 -02. 3. DOWEL BARS ARE TO BE INSTALLED PER WSDOT STD. A- 60.10 -01. 4. UNSUITABLE FOUNDATION EXCAVATION PRELIMINARY DEPTH OF 2.0' FOR QUANTITY CALCULATION. FINAL DEPTH AS DIRECTED BY THE ENGINEER. City Of Yakima City of Yakima - Standard Detail - ` Engineering Division PAVEMENT SECTIONS P2 129 North Second Street . 0 Yakima, Washington NOT TO SCALE Revision 08 -2011 = I MN r I i MI • MI — MN M -- I MI i NM w L o 11 .. . _ EPDXY COATED _ _ -✓ ___ --- :~ DOWEL BAR (TYP.) - - .. .. '. f NEW _ EXISTING : EXISTING NEW " i " z EXISTING EXISTING NEW EXISTING EXISTING .. EXISTING ui COMPLETE PANEL PANEL " if - - TIE BAR (rYP.) - -- .. ___ - . .. -'- LONGITUDINAL p .. 1 1 I "1 1- - 1 I I I—, I� I I." 1--- - -- CL EXISTING " SEE NOTE 2 - - -- I I I i I I I I I 'I - I t I I --- I I / U- -- I I I I- - I 1 1 I I -- 1 I I 1 I -- _ _ -- I I SE E NOTE 2 S NOTE 2 o _ _SEE STD. PLAN Ad0.10 J _ ._ __ _ NEW i ___ _ _ FOR LONGITUDINAL - " _ _ _ ... __ _ ___ f EXISTING NEW ___ NEW - - - JOINT DETAILS EXISTING ' "- NEW - -- EXISTING __ __ _ EXISTING 7 PANEL - v L ` PANEL __ COMPLETE PANEL _ _ NEW ___ COMPLETE PANEL `PANEL - -- COMPLETE PANEL _._ ___ _._ PANED ___(ACROSS___ PANEL COMPLETE PANEL ___ .. .. PAVEMENT ___ _ _ ___ __ .. -___ P SEE STD. PLAN A-40.10 NOTES FOR TRANSVERSE PLAN VIEW EXISTING EDGE JOINT DETAILS OF SHOULDER (TYP.) 1. Install tie bars along longitudinal joints between full panel PANEL REPLACEMENT replacement and existing cement concrete pavement. Tie bars are not installed between cement concrete pavement and hot mix asphalt shoulders. NEW TIE BARS _ EXISTING TRANSVERSE JOINT 1 3' MAX. ON CENTER 2. Place polyethylene film (per AASHTO M171) or building NI paper along the longitudinal joint between partial panel \I ^ v , replacement and existing panel. EXISTING EXISTING " EXISTING CEMENT CONCRETE PAVEMENT EXISTING 3. Place new dowel bars between existing dowel bars. LONGITUDINAL CEMENT CEMENT Don't place any dowel bars closer than 1' - 0" JOINT CONCRETE ._ from edge of concrete panel. . I PAVEMENT PAVEMENT t 1" 1 - I :. 1 � vi 3.C ARA � °� b 1 I I - __,__, - Z EXISTING CONCRETE PAVEMENT NEW CEMENT CONCRETE PAVEMENT O ' 4 OF WAS , ?.11 - - , -- SAWED GROOVE (TYP) B - -- ._ -. 1R CONCRETE - SAWED GROOVE - X g 1 PAVEMENT DEPTH SEE STD. PLAN A-40.10 -0 �� i tl E ___.__. N .__ __ 1 0 P et 9635P,0 .4 g 6 e; EXISTING eSS 'ONAL %'' ail • CEMENT __ __ NEW CEMENT �zu cwi _ CEMENT 6 • CONCRETE CONCRETE PAVEMENT z - -; - CONCRETE k 6d i Z PAVEMENT - -. PAVEMENT Z F z CEMENT CONCRETE DRILL 1 3/4" MIN. TO 2' MAX. DIAM.. 9" LONG W oowEL BAR - PAVEMENT REPAIR NE .— --• '"-' °' HOLE IN EXISTING CEMENT CONCRETE 1 iR' DV1AA. • 18' FOR NEW DOWEL BAR (TYP.) STANDARD PLAN A- 60.10 -01 SECTION OA _ SHEET 1 OF 2 SHEETS APPROVED FOR PUBLICATION r lyi 1 Pasco Bakotich 111 10 -14-09 PLAN VIEW MATE DESIGN ENGINEER DATE Washington Sort. D.parN�t d Transportation COMPLETE PANEL REPLACEMENT DETAIL �/ i• M• i• - MI OM MI OM I MO •• - NM • I NEW CEMENT CONCRETE F 3' MIN. 3' MIN. 1' - 8" _ NEW TIE BARS 1�8" PAVEMENT - COMPLETE PANEL EXISTING TRANSVERSE JOINT 3' MAX. ON CENTER (DOWEL BARS NOT SHOWN) EXISTING TRANSVERSE JOINT N L - N � L EXISTING DUSTING FOR LONGITUDINAL 70 EXISTING - - CEMENT • • EXISTING EMENT - I CEMENT LONGITUDINAL CEMENT JOINT DETAILS LONGITUDINAL JOINT CONCRETE b CONCRETE JOINT CONCRETE - CONCRETE PAVEMENT PAVEMENT PAVEMENT i• bl- PAVEMENT" ___ .... I I I Z SAWED . . . EPDXY COATED m.P - ) _ DOWEL BAR (TYP.) .__ .... ___.__. ___.__. . f10 ___ -__. yy ___.__. S re IXISTING . - -- °-• NEW a - -- ° -- EXISTING . • EXISTING EXISTING --• °1 = - -- • _. - EXISTING CEMENT __ __ CEMENT W� u _- _ CEMENT ,- CEMENT CEMENT . ..— __ NEW v - CEMENT CONCRETE CONCRETE 0 z - CONCRETE CONCRETE CONCRETE - PCCP 0 zz - CONCRETE '. sszt PAVEMENT - -- - -• PAVEMENT H - - - - - -; PAVEMENT • PAVEMENT Z Z, PAVEMENT --- ---• PAVEMENT Z L , i J J I- b SAWED GROOVE (TYP.) 8' MIN. PLAN VIEW PLAN VIEW PARTIAL PANEL REPLACEMENT PARTIAL PANEL REPLACEMENT WITH TIE BARS WITHOUT TIE BARS I.CARp 11111 Qr �pF wA � 1 O y� � • of NEW CEMENT CONCRETE PAVEMENT DUSTING CEMENT CONCRETE PAVEMENT 1 1 -� C c 5 SAWED GROOVE - 1/2 CONCRETE 5" � J, S T SR% %G. 1.121 I SEE STD. PLAN A -40.10 I PAVEMENT DEPTH '� /ONAL V,‘' ` l g " 1 � � €li/ — — — — — — — — CEMENT CONCRETE PAVEMENT REPAIR STANDARD PLAN A- 60.10 -01 NEW TIE BAR - 85 30" EPDXY DRILL 7/8" MIN. TO 1 1/8" MAX DWN.. 15" LONG SHEET 2 OF 2 SHEETS COATED REINFORCING BAR HOLE IN (DUSTING CEMENT CONCRETE APPROVED FOR PUBUCATION FOR NEW TIE BAR Pasco Bakosch 111 10-14-09 SECTION OB � STATE DEMON DIGYFD wre W AF Washington State Department of Trtmepor'mien 0 ' , ., t oq ' - A + #" . rye* ,. • te". r ti p i p x s 3 , ,may A P d '$ ! r. .. 1 �,; . � . FIRE STATION ' / . •, f , , 4 a P . -. sal F NO Fit . BL ... ,,. ' y g , , . / i , ,, r ,l t 'h;,iA rt i q a" # ""� '� - 23't DAMACLDCONCRE E � ,- • s ' . "" 4* ,, ti'+x eL 4t - SECTION .w...wrrw. -,.. BASE FAILURE AREA V t ..wres.a.wn 0/4,0001 ��e � �� - " .0 , � �-� � ',�.' - "//// or //ZOO / d ' * ' ' ' aer tm�rr b �tF r . nrtur�a fn.ibfrt0.dr�.I�«��ii�a*.�i ' z L re t ¢ ., r , r 1 t g i a ® . etti v '* a a r . , t ar + T W tr k: • r - �r .' 17 A 1 v y s , 4 i t . . l 1 ' or ,1 City Of Yakima FIRE STATION 95 �� ,` � Engineering Division IMPROVEMENTS P1 129 North Second Street �`'r Yakima, Washington scale. 1'• = 40' i 08 -22 -2011