Loading...
HomeMy WebLinkAboutR-2007-002 PLSA Engineering & Surveying AgreementRESOLUTION NO. R - 2007 -02 A RESOLUTION authorizing and directing the City Manager and City Clerk of the City of Yakima to execute a professional services agreement in an amount not to exceed $ 30,500.00 for surveying services on the North 85th Avenue & Kail Drive Sewer Local Improvement District. WHEREAS, the City of Yakima City Council approved on November 7, 2006 the North 85th • & Kail Drive Sewer Local Improvement District, Ordinance 2006-53, and WHEREAS, the design and construction of the public improvements requires the collection of existing topographic data and construction surveying; and WHEREAS, the City maintains a roster of consultants whose statements of qualifications represent that they have the expertise necessary to perform the services required by the City; and, WHEREAS, the City Council has determined that it is in the best interest of the City to enter into a professional services agreement with a consultant selected from the roster for such expertise; now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Manager and City Clerk of the City of Yakima are authorized and directed to execute a professional services agreement in amount not exceed $30,500.00 for surveying services on the North 85th Avenue & Kail Drive Sewer Local Improvement District, a copy of which agreement is attached hereto and by reference made a part hereof. ADOPTED BY THE CITY COUNCIL this 9th day of January, 2007. David Ed er, Mayor City Clerk PROFESSIONAL SURVEYING SERVICES AGREEMENT THIS PROFESSIONAL SURVEYING SERVICES AGREEMENT (hereinafter "Agreernent") is made and entered into by and between the City of Yakima, a Washington municipal corporation (hereinafter the "City"), and PLSA Engineering & Surveying, a company licensed to do business in Washington (hereinafter the "Surveyor"). WHEREAS, the City of Yakima desires to engage the Surveyor to perform professional surveying services for the design and installation of the N. 85th Avenue & Kail Drive Sanitary Sewer Project (hereinafter the "Project"). WHEREAS, the Surveyor has the experience and expertise necessary to provide said independent surveying services and is willing to provide such services in accordance with the terms and conditions of this Agreement. NOW, THEREFORE, in consideration of the mutual covenants, promises, and agreements set forth herein, it is agreed by and between the City and the Surveyor as follows: 1. Scope of Services. The Surveyor shall establish project control and perform field topographic survey of the project limits for the City's Project to design and install the said N. 85th Avenue & Kail Drive Sanitary Sewer. The scope of services is described in more detail in attached and incorporated Exhibit "A". 2. Term. The term of this Agreement shall commence upon execution hereof and shall terminate upon completion of the Construction phase of the project, unless terminated sooner by either party in accordance with Section 18 of this Agreement. The Surveyor shall proceed in a timely and diligent manner to provide all services required hereunder. The initial survey work shall be completed within one hundred twenty (120) working days following execution of this Agreement. Subsequent work, including preparation of the Easement Legal Descriptions, and Construction staking shall be scheduled upon written notification from the City Engineer. 3. Consideration. The City shall pay the Surveyor for services rendered hereunder in accordance with the payment schedule set forth in attached and incorporated Exhibit "B." Unless this Agreement is otherwise modified by the parties, the total compensation paid to the Surveyor for all services provided under this Agreement shall not exceed Thirty thousand five hundred ($30,500) dollars. The Surveyor shall submit to the City monthly invoices itemizing tasks accomplished and percent completed to date. Upon receipt of said monthly invoice, the City shall make payment to the Surveyor within thirty (30) calendar days; provided, however, that all payments are expressly conditioned upon the Surveyor's providing services that are satisfactory to the City. The Surveyor shall maintain adequate files and records to substantiate all amounts itemized on the monthly invoices. In the event that either party exercises its right to terminate this Agreement in accordance with Section 18of this Agreement, the Surveyor shall be Page 1 of 9 Surveyor Agreement N 85th Ave. & Kail Dr. Sanitary Sewer Project compensated in accordance with the above terms for all satisfactory services provided to the City up to the effective Agreement termination date. 4. Information Provided by the City. The Surveyor shall provide guidance to the City in determining the data required for purposes of the contemplated services. The City agrees to use reasonable efforts to provide data and information specifically requested by the Surveyor. 5. Status of Surveyor. The Surveyor and the City understand and expressly agree that the Surveyor is an independent contractor in the performance of each and every part of this Agreement. No officer, employee, volunteer, and/or agent of Surveyor shall act on behalf of or represent him or herself as an agent or representative of the City. The Surveyor, as an independent contractor, assumes the entire responsibility for carrying out and accomplishing the services required under this Agreement. The Surveyor expressly represents, warrants and agrees that its status as an independent contractor in the performance of the work and services required under this Agreement is consistent with and meets the six -part independent contractor test set forth in RCW 51.08.195. The Surveyor and its officers, employees, volunteers, agents and/or subcontractors shall make no claim of City employment nor shall claim against the City any related employment benefits, social security, and/or retirement benefits. Nothing contained herein shall be interpreted as creating a relationship of servant, employee, partnership or agency between the Surveyor and the City. 6. Inspection and Audit. The Surveyor shall maintain books, accounts, records, documents and other evidence pertaining to the costs and expenses allowable and consideration paid under this Agreement in accordance with generally accepted accounting practices. All such books of account and records required to be maintained by this Agreement shall be subject to inspection and audit by representatives of the City and/or the Washington State Auditor at all reasonable times, and the Surveyor shall afford the proper facilities for such inspection and audit. Such books of account and records may be copied by representatives of the City and/or the Washington State Auditor where necessary to conduct or document an audit. The Surveyor shall preserve and make available to the City upon demand all such books of account and records for a period of three (3) years after final payment under this Agreement. 7. Taxes and Assessments. The Surveyor shall be solely responsible for compensating its employees, agents, and/or subcontractors and for paying all related taxes, deductions, and assessments, including but not limited to federal income tax, FICA, social security tax, assessments for unemployment and industrial injury, and other deductions from income which may be required by law or assessed against either party as a result of this Agreement. In the event the City is assessed a tax or assessment as a result of this Agreement, the Surveyor shall pay the same before it becomes due. 8. Nondiscrimination Provision. During the performance of this Agreement, the Surveyor shall not discriminate on the basis of race, age, color, sex, religion, national origin, creed, marital status, political affiliation, or the presence of any sensory, mental or physical handicap. This provision shall include but not be limited to the following: employment, upgrading, Page 2 of 9 Surveyor Agreement N. 85th Ave. & Kail Dr Sanitary Sewer Project demotion, transfer, recruitment, advertising, layoff or termination, rates of pay or other forms of compensation, selection for training, and the provision of services under this Agreement. 9. The Americans with Disabilities Act. The Surveyor shall comply with the Americans with Disabilities Act of 1990, 42 U.S.C. § 12101 et seq. (ADA) and its implementing regulations and Washington State's anti -discrimination law as contained in RCW Chapter 49.60 and its implementing regulations with regard to the activities and services provided pursuant to this Agreement. The ADA provides comprehensive civil rights to individuals with disabilities in the area of employment, public accommodations, public transportation, state and local government services, and telecommunications. 10. Compliance with Law. The Surveyor agrees to perform those services under and pursuant to this Agreement in full compliance with any and all applicable laws, rules, and regulations adopted or promulgated by any governmental agency or regulatory body, whether federal, state, local, or otherwise. 11. No Conflict of Interest. Surveyor covenants that neither it nor its employees have any interest and shall not hereafter acquire any interest, direct or indirect, which would conflict in any manner or degree with the performance of this Agreement. The Surveyor further covenants that it will not hire anyone or any entity having such a conflict of interest during the performance of this Agreement. 12. No Insurance. It is understood the City does not maintain liability insurance for the Surveyor and its officers, directors, employees and agents. 13. Indemnification. a. The Surveyor agrees to hold harmless, indemnify, and defend the City, its elected officials, officers, employees, and agents from and against any and all suits, actions, claims, liability, damages, judgments, costs and expenses (including reasonable attorney's fees) which result from or arise out of the negligence of the Surveyor, its officers, agents, employees or subcontractors in connection with or incidental to the performance or non-performance of this Agreement. b. In the event that both the Surveyor and the City are negligent, each party shall be liable for its contributory share of negligence for any resulting suits, actions, claims, liability, damages, judgments, costs and expenses (including reasonable attorney's fees). c. The foregoing indemnity is specifically and expressly intended to constitute a waiver of the Surveyor's immunity under Washington's Industrial Insurance Act, RCW Title 51, as respects the other party only, and only to the extent necessary to provide the indemnified party with a full and complete indemnity of claims made by the Surveyor's employees. The parties acknowledge that these provisions were specifically negotiated and agreed upon by them. d. Nothing contained in this Section or this Agreement shall be construed to create a liability or a right of indemnification in any third party. Page 3 of 9 Surveyor Agreement N. 85th Ave. & Kail Dr Sanitary Sewer Project e. This Section of the Agreement shall survive the term or expiration of this Agreement and shall be binding on the parties to this Agreement. 14. Insurance Provided by Surveyor. a. Professional Liability Insurance. On or before the date this Agreement is fully executed by the parties, the Surveyor shall provide the City with a certificate of insurance as evidence of professional liability coverage with a limit of at least One Million Dollars ($1,000,000.00) for each wrongful act and an annual aggregate limit of at least Two Million Dollars ($2,000,000.00). The certificate shall clearly state who the provider is, the amount of coverage, the policy number, and when the policy and provisions provided are in effect. The insurance shall be with an insurance company rated A -VH or higher in Best's Guide. If the policy is on a claims made basis, the retroactive date of the insurance policy shall be on or before the date this contract is executed by both parties hereto, or shall provide full prior acts coverage. The insurance coverage shall remain in effect during the term of this Agreement and for a minimum of three (3) years following the termination of this Agreement. b. Commercial Liability Insurance. On or before the date this Agreement is fully executed by the parties, the Surveyor shall provide the City with a certificate of insurance as proof of commercial liability insurance with a minimum liability limit of One Million Dollars ($1,000,000.00) per occurrence/aggregate limit bodily injury and property damage. The certificate shall clearly state who the provider is, the amount of coverage, the policy number, and when the policy and provisions provided are in effect. Said policy shall be in effect for the duration of this Agreement. The policy shall name the City, its elected officials, officers, agents, and employees as additional insureds and shall contain a clause that the insurer will not cancel or reduce in limits the insurance without first giving the City thirty (30) calendar days' prior written notice. The insurance shall be with an insurance company or companies rated A -VII or higher in Best's Guide and admitted in the State of Washington. c. Commercial Automobile Liability Insurance. On or before the date this Agreement is fully executed by the parties, the Surveyor shall provide the City with a certificate of insurance as proof of commercial automobile liability insurance with a minimum liability limit of One Million Dollars ($1,000,000.00) per occurrence/aggregate limit bodily injury and property damage. The certificate shall clearly state who the provider is, the amount of coverage, the policy number, and when the policy and provisions provided are in effect. Said policy shall be in effect for the duration of this Agreement. The policy shall name the City, its elected officials, officers, agents, and employees as additional insureds and shall contain a clause that the insurer will not cancel or reduce in limits the insurance without first giving the City thirty (30) calendar days' prior written notice. The insurance shall be with an insurance company or companies rated A -VII or higher in Best's Guide and admitted in the State of Washington. d. Insurance Provided by Subcontractors. The Surveyor shall ensure that all subcontractors it utilizes for work/services required under this Agreement shall comply with all of the above insurance requirements. Page 4 of 9 Surveyor Agreement N. 85th Ave & Kail Dr Sanitary Sewer Project 15. Delegation of Professional Services. The services provided for herein shall be performed by the Surveyor, and no person other than regular associates or employees of the Surveyor shall be engaged upon such work or services except upon written approval of the City. 16. Assignment. This Agreement, or any interest herein or claim hereunder, shall not be assigned or transferred in whole or in part by the Surveyor to any other person or entity without the prior written consent of the City. In the event that such prior written consent to an assignment is granted, then the assignee shall assume all duties, obligations, and liabilities of the Surveyor stated herein. 17. Waiver of Breach. A waiver by either party hereto of a breach by the other party hereto of any covenant or condition of this Agreement shall not impair the right of the party not in default to avail itself of any subsequent breach thereof. Leniency, delay or failure of either party to insist upon strict performance of any agreement, covenant or condition of this Agreement, or to exercise any right herein given in any one or more instances, shall not be construed as a waiver or relinquishment of any such agreement, covenant, condition or right. 18. Termination. Either party may terminate this Agreement at any time, with or without cause, by providing the other party with written notice of termination ten (10) calendar days prior to the termination date. 19. Severability. If any portion of this Agreement is changed per mutual agreement or any portion is held invalid, the remainder of the Agreement shall remain in full force and effect. 20. Notices. Unless stated otherwise herein, all notices and demands shall be in writing and sent or hand delivered to the parties to their addresses as follows: TO CITY: Brett Sheffield, P.E. Acting City Engineer City Hall 129 North Second Street Yakima, WA 98901 TO SURVEYOR: Rick Wehr, P.L.S. PLSA Engineering & Surveying 1120 West Lincoln Avenue Yakima, WA 98902 Phone: (509) 575-6990 or to such other addresses as the parties may hereafter designate in writing. Notices and/or demands shall be sent by registered or certified mail, postage prepaid, or hand delivered. Such notices shall be deemed effective when mailed or hand delivered at the addresses specified above. 21. Third Parties. The City and the Surveyor are the only parties to this Agreement and are the only parties entitled to enforce its terms. Nothing in this Agreement gives, is intended to Page 5 of 9 Surveyor Agreement N 85th Ave. & Kail Dr Sanitary Sewer Project give, or shall be construed to give. or provide any right or benefit, whether directly or indirectly or otherwise, to third persons. 22. Drafting of Agreement. Both the City and the Surveyor have participated in the drafting of this Agreement. As such, it is agreed by the parties that the general contract rule of law that ambiguities within a contract shall be construed against the drafter of a contract shall have no application to any legal proceeding, arbitration and/or action in which this Agreement and its terms and conditions are being interpreted and/or enforced. 23. Integration. This written document constitutes the entire Agreement between the City and the Surveyor. There are no other oral or written agreements between the parties as to the subjects covered herein. No changes or additions to this Agreement shall be valid or binding upon either party unless such change or addition be in writing and executed by both parties. 24. Governing Law. This Agreement shall be governed by and construed in accordance with the laws of the State of Washington. 25. Venue. The venue for any action to enforce or interpret this Agreement shall lie in the Superior Court of Washington for Yakima County, Washington. 26. Counterparts. This Agreement may be executed in one or more counterparts, each of which shall be deemed an original, but all of which shall constitute one and the same Agreement. CITY OF YAKIMA By: Date: ATTEST: PLSA ENGINEERING & SURVEYING BY: fuel �� Date: Rick Wehr, P.L.S., President City Contract No. 0200 7 -()02 City Resolution No. ,-o?DD6 - Da Page 6 of 9 Surveyor Agreement N. 85th Ave. & Kail Dr. Sanitary Sewer Project Mary Clark, Secretary Date: EXHIBIT "A" SURVEY SCOPE OF SERVICES The Project is to install a new sanitary sewer system in the Platted area called Sunset Vista Lots and a portion of Hawthorn Hill. The project limits are generally as follows: Lots 11, 12 & 13 of Hawthorn Hill on the North, all of Sunset Vista Lots except Lots 19, 20, & 21; on the south; and all of the parcels lying along the east side of N. 85th Avenue South, of a line that is parallel with and approximately 660 feet North of the Centerline of Summitview and West of a line that is parallel with and approximately 175 feet East of the Centerline of N. 85th Avenue A Preliminary layout of the preferred alignment for the sewer is attached. The Surveyor shall perform the following tasks as a minimum• FOR DESIGN: Task 1 Contact the Underground Location Center and have all existing underground utilities located and marked. Task 2 Provide Horizontal and Vertical control to include location of road centerlines and rights of way; location of certain property lines where the pipelines (including long side -sewers to be bored through) will be located within easements; and existing easements Task 3 Provide Topographic survey field data and notes, to include the main and basement floor elevations of all dwellings, locations of septic systems where possible, location of all foundations, fencing, driveways, trees and shrubs etc., existing Nob Hill Water Association water mains (include size and approximate depth), valves and meter service locations; cross-sections and/or contours, all existing utilities both overhead and buried including location of YTID and user irrigation pipelines; and any unusual or significant features of importance that will or may be encountered, or may interfere with the proposed alignment. The City will prepare all drawings and maps. Task 4 Provide the City with an ASCII file which includes each point located in the field and each calculated point. The file shall contain the Northing and Easting, Elevation and point description for each point. Task 5 Provide the City with all calculation sheets pertaining to and showing monumentation, including Land Corner Records if used. Task 6 Provide the City with copies of all Records of Surveys, Short Plats and/or Plats used in calculations. Task 7 Provide the City with copies of all field notes and sketches detailing all topographic features of special note as located. Task 8 Provide Assistance in accurately establishing new easements where necessary for the new pipelines to cross private properties including easements required for the long side -sewers. Task 9 Prepare easement descriptions. City will prepare the Easement Deeds and communicate with the affected landowners. NOTE: Survey data should be in adjusted form to, (preferred) if possible, State Plane Project Datum with Scale and Combined Factors etc. shown. A list of both sea level and project coordinates shall be provided if this method of survey is used The City of Yakima is using NAD 83 Horizontal Datum and NGVD 29 Vertical Datum. The Page 7 of 9 Surveyor Agreement N. 85th Ave. & Kail Dr. Sanitary Sewer Project available City Aerial photography and our database of existing monuments are at Mean Sea Level Datum. If that is not practical, Assumed datum may be used only for horizontal control The vertical control may use the record invert of the beginning manholes if an acceptable bench mark of record is not available All monuments used including the Bench Marks shall be shown in the adjusted Horizontal and Vertical control data. The data points for the design shall be AutoCad ready for import to the City drawings, see Task 4. City will prepare all design/construction drawings and specifications using the above information. The City will provide all available record monument and other miscellaneous data upon request from the Surveyor. The City will provide notification to all affected property owners or residences that the "Surveyor" will be conducting survey tasks on their behalf, and will be entering upon their properties. The City shall make every reasonable effort to secure, from each landowner, permission for the "Surveyor" to enter upon individual properties within the project limits as necessary to accomplish the required tasks. The City will be the arbitrator for any conflicts or other problems that may arise during the surveying phase of the project. FOR CONSTRUCTION: Task 1 Provide all construction Horizontal and Vertical staking for alignment and cuts and fills one time. Any "restaking" shall be "Additional Services" in accordance with the Compensation Rates shown in the attached and incorporated Exhibit "B". Task 2 Provide all Record information following construction. City will prepare the record drawings Each task shall be completed by the Surveyor as soon as possible and shall begin following written authorization to proceed. Established completion time shall not be extended because of any delays attributable to the Surveyor, but may be extended by the City in the event of a delay attributable to the City or because of a delay caused by conditions beyond the control of the Surveyor. All work performed by the Surveyor shall be completed in accordance with all laws governing Professional Surveying in the State of Washington, and shall be presented in a professional format. Page 8 of 9 Surveyor Agreement N. 85th Ave. & Kail Dr Sanitary Sewer Project EXHIBIT "B" Compensation Rates: Description Rate: 2 Person Field Crew $140.00/ hour 3 Person Field Crew $200.00 / hour Senior Professional Land Surveyor $105.00/ hour Project Professional Land Surveyor $95.00 / hour Computer -Aided Drafter $60.00 / hour Office Support $55.00 / hour Survey Technician I $60.00 / hour Survey Technician II $80.00 / hour Survey Technician III $85.00 / hour Page 9 of 9 Surveyor Agreement N 85th Ave. & Kail Dr Sanitary Sewer Project BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT Item No. For Meeting of January 9, 2007 ITEM TITLE: A Resolution authorizing the City Manager to execute a Professional Services Agreement with PLSA Engineering & Surveying, in an amount not to exceed $ 30,500.00 to perform surveying services for the North 85th Avenue & KaiI Drive Sewer Local Improvement District Project. SUBMITTED BY: illiam Cook, Director of Community & Economic Development CONTACT PERSON/TELEPHONE: Brett H. Sheffield, P.E., Acting City Engineer 576-6797 SUMMARY EXPLANATION: On this date November 7, 2006 the City Council approved a request from the citizens of North 85th Avenue & Kail Drive to form a Local Improvement District (L.I.D.), Ordinance 2006-53 The project estimate is $339,103.22 and will be financed by the sale of Bonds. Preliminary design has begun on this project but survey information is necessary to proceed and finalize the design of this project. The attached resolution authorizes the City Manager to execute the attached Professional Surveying Services Agreement with PLSA Engineering & Surveying to perform the surveying activities. The attached agreement identifies the tasks and estimated costs for performing the surveying and related services, not to exceed $30,500.00. The surveyors' duties will include collection of existing field data for the Engineering Division to develop plans, specifications and other related project work. Resolution XX Ordinance Contract XX Other (Specify) Funding Source: To be paid for out of Local Improvement Funds City -Manager APPROVED FOR SUBMITTAL: STAFF RECOMMENDATION: BOARD/COMMISSION RECOMMENDATION: COUNCIL ACTION: Resolution adopted. RESOLUTION NO. R-2007-02 Adopt the resolution zttpott ttittottortoistat ittentttt tottittait tititptt titggirttttitt t !PP ttt4Plittt gltg C C/ei. City of Yakima Engineering Division etittNtngttttlttttttttttttdtftkdttNt,ftittt)fftftil,,MfSlfetttttlltak,1141t,agtpgmotlnatkt1,Attttattddttlk,„„,„.„„„„mtaatlltMrdtgt.tetttlf,ltflinfgftljnit N. 85th Ave. & Kail Dr. Sewer LLD. LLD. io6o City Project No. 2208 Construction Contract Specifications & Bid Documents 129 North Second Street Yakima, WA 98901 November, 2008 Phone (509) 575-6111 Fax (509) 576-6305 BID SUMMARY N. 85th Ave. & Kail Dr. Sewer L.I.D. L.I.D. 1060 CITY PROJECT NO. 2208 ENGINEERS ESTIMATE - :;7?'_R s'.C? `i'.T; -;; 222 Rabe t- sn .,10:1; J, ".`.-202,' SCOTT'S EXC Yakima 7525 Postma Rd. Moxee, WA. 98936 TTC CONSTRUCTION P.O. Box 365 Yakima, WA. 98907 ROTSCHY INC. P.O. Box 290 Yacolt, WA. 98675 MRM CONSTRUCTION P.O. Box 838 Ellensburg, WA. 98926 IT NO Bid Security ITEM QTY UNIT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT 1 SPCC PLAN 1 LS $750.00 $750.00 81.000.00 51.000.00 $550.00 $550.00 $500.00 $500.00 $500.00 $500.00 $300.00 $300.06 2 MOBILIZATION 1 LS $10,000.00 $10,000.00 55.000 00 35 000.00 $13,500.00 $13,500.00 $22,439.34 $22,439.34 $25,900.00 $25,900.00 $15,951.00 3 PROJECT TEMPORARY TRAFFIC CONTROL 1 LS $25,000.00 $25,000.00 37.000.00 37,000.00 $6,274 75 $6,274.75 $3,570.56 $3,570.56 $14,500.00 $14,500.00 $8,000.00 $15,951.00 4 REMOVAL OF STRUCTURE AND OBSTRUCTION 1 LS 88,000.00 $8,000.00 31200.00 31200.00 $4,600.00 $4,600.00 $2,285.68 $2,285.68 $2,400.00 $2,400.00 51,000.00 $8,000.00 5 6 SHORING OR EXTRA EXCAVATION CLASS B, INCL HAUL CRUSHED 2900 LF $1.50 54,350.00 30 50 31,450.00 $1.55 $4,495.00 $0.55 $1,595.00 $1.00 $2,900.00 $0.28 $1,000.00 7 SURFACING BASE COURSE ASPHALT 170 TON $15.00 52,550.00 317 00 32,890.30 $11.00 $1,870.00 $18.36 $3,121.20 $23.00 $3,910.00 $14.50 $812.0. 8 EMULSION CRS -2P 6.2 TON $550.00 $3,410.00 51100.00 36.8220.00 $1,117 70 $6,929.74 $1,221.00 $7,570.20 $1,100.00 $6,820.00 $1,230.00 $2,465.01 9 ASPHALT FOR FOG SEAL FURNISHING AND PLACING 0.33 TON $550.00 $181.50 32.4000.00 3792.00 $2,438.60 $804 74 $2,664.00 $879.12 $2,400.00 $792.00 $2,690.00 $7,626.00 $887 7 10 CRUSHED SCREENING 1/2 TO U.S. FURNISHING 35 TON $15.00 $525.00 6125.00 34.375.00 $127.00 $4,445.00 $138.75 $4,856.25 $125.00 $4,375.00 $127.00 AND PLACING CRUSHED SCREENING 3/8 TO #4 25 TON $15.00 $375.00 3120.00 33.000.00 $121.95 $3,048.75 $133.20 $3,330.00 $120.00 53,000.00 $122.00 $4,445.00 11 12 ADDITIONALBROOMING SURFACE 8 HR $50.00 $400.00 3160.00 31.280.00 8162.55 $1,300.40 $177.60 $1,420.80 $160.00 $1,280.00 $162.00 $3,050.06 13 REPAIR 810 SY $100.00 $81,000.00 324.00 319 .10.00 $2440 $19,764.00 $34.67 $28,082.70 $33.00 $26,730.00 $35.00 $1,296.0. '14 DRIVEWAY PAVING 200 SY $25.00 $5,000.00 330,00 36.000.00 $30.50 $6,100.00 $35.66 $7,132.00 $33.00 $6,600.00 836.00 $28,350.00 MANHOLE 48 IN. DIAM. TYPE 1 18 EA $2,100.00 $37,800.00 61,600.00 327.000.00 $1,918.50 $34,533.00 $1,184 77 $21,325.86 $1.550.00 $27.900.00 51,380.00 $7,200.00 $24.840 15 SANITARY SEWER CLEANOUT 1 EA $500.00 $500.00 3250.00 3250 00 $258.00 $258.00 $524.54 $524.54 $400.00 $400.00 $500.00 0. $500.01 16 ADJUST VALVE BOX 6 EA $400.00 $2,400.00 3180.00 31 08000 $220.00 $1,320.00 $219.78 $1,318.68 $200.00 $1,200.00 $222.00 81,332.0' 17 CRUSHED SURFACING TOP COURSE (For Trench Backfill) 366 TON $15.00 $5,490.00 S 2 00 ,,- 392.30 $11.30 $4,135.80 $12.01 $4,395.66 $21.00 $7,686.00 $15.20 $5,563.20 18 STRUCTURE EXCAVATION CLASS B. INCL. HAUL 2610 CY $5.00 513,050.00 35 00 313 0.50 00 $6.15 $16,051.50 $16.54 543,169 40 $5 30 $13,833.00 $16.30 $42,543.00 19 DIRECTIONAL DRILLING 622 LF $110.00 $68,420.00 331.010 932.2--L0 11 $88.55 $55,078.10 $91.69 $57,031 18 $95.00 $59,090.00 $99.70 $62,013.40 20 PVC SANITARY SEWER PIPE 8IN. DIAM. 2183 LF $30.00 $65,490.00 328.00 66i 124 00 818.90 $41,258.70 $5.91 $12,901.53 $18.50 $40,385.50 $12.30 $26,850.90 21 PVC SANITARY SEWER PIPE 4 IN. DIAM. 710 LF $28.00 $19,880.00 21 00 51 - $12.15 $8,626.50 $25.24 $17,920.40 $15.50 $11,005.00 $23.80 516,898.00 22 COMMERCIAL DRIVEWAY APPROACH 1 LS $5,000.00 $5,000.00 33,000.00 33 300 J_' $5,668.65 $5,668.65 $8,236.91 $8,236.91 $4,700.00 $4,700.00 $6,150.00 $6,150.00 23 REPAIR OR REPLACEMENT 1 FA $12,000.00 $12,000.00 1 2.300 00 1312.30'0 30`0 c6 $12,000.00 $12,000.00 $12,000.00 $12,000.00 512,000.00 $12,000.00 $12,000.00 $12,000.00 SUBTOTAL. $371,571.50 312,01 3230 i .2 $252,612.63 $265,607.01 $277,906.50 5280,073.20 8.2% WASHINGTON STATE SALES TAX: $30,468.86 _020,+.2.36 $20,714.24 $21,779.77 $22,788.33 $22,966.00 TOTAL: $402,040.36 52 .3.3.- $273,326.86 $287,386.78 $300,694.83 $303,039.20 BID REJECTED CITY ENGINEERS REPORT COMPETATIVE BIDS WERE OPENED ON CITY OF YAKIMA December 10, 2008 v` ALL BIDS HAVE BEEN REVIEWED BY THIS OFFICE y'_ `'>= ' " I RECOMMEND THE CONTRACT BE AWARDED TO , ..3 _ >` I ; -,,h, AWARD MADE BY CITY MANAGER ii; LLD. 1060 :12 I , 1 c---=< 41 = � ..: _: ) ,, 1 rill DATE. Dec. 10, 2008 t. � ' DATE CITY ENGINEER `_ ;= S: Y -.. ;; _: _; DATE CITY M/fi�ITAGER "'," '= FILE. Project Bid Sum SHEET 1 of 3 BID SUMMARY N. 85th Ave. & Kail Dr. Sewer L.I.D. L.I.D. 1060 CITY PROJECT NO. 2208 KEN LEINGANG EXCAVATING 1117 N. 27th Ave. Yakima, WA. 98902 KRCI, LLC P 0 Box 5120 Wenatchee, WA. 98807 CULBERT CONST 4908 Sonora Dr Pasco, WA. 99301 HALME CONSTRUCTION P 0 Box 1227 Davenport, WA 99122 BELSAAS & SMITH P 0 Box 926 Ellensburg, WA 98926 STRIDER CONST 4721 Northwest Rd. Bellingham, WA 98226 ITEM Bid Security NO. ITEM QTY UNIT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT 1 SPCC PLAN 1 LS $700.00 $700.00 $500.00 $500.00 $712.00 $712.00 $170.00 $170.00 $250.00 $250.00 $500.00 $500.00 2 MOBILIZATION 1 LS $15,000.00 $15,000.00 $17,000.00 $17,000.00 $22,360.51 $22,360.51 $11,000.00 $11,000.00 $20,200.00 $20,200.00 $15,000.00 $15,000.00 3 PROJECT TEMPORARY TRAFFIC CONTROL 1 LS $8,250.00 $8,250.00 $8,000.00 $8,000.00 $4,074.00 $4,074.00 $3,400.00 $3,400.00 $10,000.00 $10,000.00 $10,000.00 $10,000.00 4 REMOVAL OF STRUCTURE AND OBSTRUCTION 1 LS $4,400.00 $4,400.00 $12,000.00 $12,000.00 $5,272.55 $5,272.55 $2,500.00 $2,500.00 $3,000.00 $3,000.00 $12,500.00 $12,500.00 5 SHORING OR EXTRA EXCAVATION CLASS B, INCL HAUL 2900 LF $1.50 $4,350.00 $0.50 $1,450.00 $1.22 $3,538.00 $0.20 $580.00 $0.50 $1,450.00 $2.00 $5,800.00 6 CRUSHED SURFACING BASE COURSE 170 TON $20.25 $3,442.50 $20.50 $3,485.00 $22.94 $3,899.80 $39.00 $6,630.00 $29.00 $4,930.00 $25.00 $4,250.00 7 ASPHALT EMULSION CRS -2P 6.2 TON $1,100.00 $6,820.00 $1,250.00 $7,750.00 $1,180.68 $7,320.22 $1,250.00 $7,750.00 $1,150.00 $7,130.00 $1,200.00 $7,440.00 8 ASPHALT FOR FOG SEAL 0.33 TON $2,400.00 $792.00 $2,700.00 $891.00 $3,056.28 $1,008.57 $2,700.00 $891.00 $2,500.00 $825.00 $2,600.00 $858.00 9 FURNISHING AND PLACING CRUSHED SCREENING 1/2 TO 35 TON $125.00 $4,375.00 $145.00 $5,075.00 $353.22 $12,362.70 $140.00 $4,900.00 $125.00 $4,375.00 $135.00 $4,725.00 10 FURNISHING AND PLACING CRUSHED SCREENING 3/8 T0#4 25 TON $120.00 $3,000.00 $137.00 $3,425.00 $152.66 $3,816.50 $136.00 $3,400.00 $125.00 $3,125.00 $130.00 $3,250.00 11 ADDITIONALBROOMING 8 HR $160.00 $1,280.00 $180.00 $1,440.00 $144.46 $1,155.68 $180.00 $1,440.00 $160.00 $1,280.00 $170.00 $1,360.00 12 SURFACE REPAIR 810 SY $33.00 $26,730.00 $35.00 $28,350.00 $34.54 $27,977 40 $65.50 $53,055.00 $30.00 $24,300.00 $50.00 $40,500.00 13 DRIVEWAY PAVING 200 SY $34.00 $6,800.00 $40.00 $8,000.00 $40.65 $8,130.00 $50.00 $10,000.00 $32.00 $6,400.00 $35.00 $7,000.00 14 MANHOLE 48 IN. DIAM. TYPE 1 18 EA $2,150.00 $38,700.00 $2,200.00 $39,600.00 $1,540.12 $27,722.16 $2,050.00 $36,900.00 $3,900.00 $70,200.00 $2,250.00 $40,500.00 15 SANITARYSEWERCLEANOUT 1 EA $300.00 $300.00 $750.00 $750.00 $527.22 $527.22 $855.00 $855.00 $1,000.00 81,000.00 $1,000.00 $1,000.00 16 ADJUST VALVE BOX 6 EA $110.00 $660.00 $240.00 $1,440.00 $212.00 $1,272.00 $200.00 $1,200.00 $400.00 $2,400.00 $350.00 $2,100.00 17 CRUSHED SURFACING TOP COURSE (For Trench Backfill) 366 TON $13.00 $4,758.00 $9.00 $3,294.00 $11 40 $4,172.40 $17.50 $6,405.00 $21.00 $7,686.00 $25.00 $9,150.00 18 STRUCTURE EXCAVATION CLASS B, INCL. HAUL 2610 CY $2.00 $5,220.00 $0.50 $1,305.00 $33.14 $86,495.40 $0.67 $1,748.70 $15.00 $39,150.00 $15.00 $39,150.00 19 DIRECTIONAL DRILLING 622 LF $83.50 $51,937.00 $94.00 $58,468.00 $100.10 $62,262.20 $116.00 $72,152.00 $92.00 $57,224.00 $105.00 $65,310.00 20 PVC SANITARY SEWER PIPE 8 IN. DIAM. 2183 LF $25.00 $54,575.00 $35.00 $76,405.00 $7.00 $15,281.00 $30.50 $66,581.50 $24.00 $52,392.00 $28.00 $61,124.00 21 PVC SANITARY SEWER PIPE 4 IN. DIAM. 710 LF $30.00 $21,300.00 $44.00 $31,240.00 $18.66 $13,248.60 $58.00 $41,180.00 $20.00 $14,200.00 $28.00 $19,880.00 22 COMMERCIAL DRIVEWAY APPROACH 1 LS $7,200.00 $7,200.00 $5,500.00 $5,500.00 $4,192.52 $4,192.52 $5,600.00 $5,600.00 $6,000.00 $6,000.00 $4,600.00 $4,600.00 23 REPAIR OR REPLACEMENT 1 FA $12,000.00 $12,000.00 $12,000.00 $12,000.00 $12,000.00 $12,000.00 $12,000.00 $12,000.00 $12,000.00 $12,000.00 $12,000.00 $12,000.00 SUBTOTAL: $282,589.50 $327,368.00 $328,801 43 $350,338.20 $349,517.00 $367,997.00 8.2% WASHINGTON STATE SALES TAX: $23,172.34 $26,844 18 $26,961 72 $28,727 73 $28,660.39 $30,175.75 TOTAL: $305,761.84 $354,212.18 $355,763.15 $379,065.93 $378,177.39 $398,172.75 I CITY ENGINEERS REPORT3,,, �a" � x CITY OF YAKIMA COMPETITIVE BIDS WERE OPENED ON -,-,-_;;-:<=_,-------- � ` December10 2008 a ;, �,. 35th AV 9. Z34 ;ail Di sawn I .J.L ALL BIDS HAVE BEEN REVIEWED BY THIS OFFICE. � = " ,. ------,=>:,,,,,,.� � I RECOMMEND THE CONTRACT BE AWARDED TO:_..'3 _ gg �,� �� Pj2EDIIIEFI EXCAVATION, MC, I�_, .Iy 'r- .=�..�c _ ;S �.I'-�I ,� L.I.D. 1060 BY CITY AWARD MADEMANAGER �_Ii _ ��:J..iEt�:T i�;0 2r0s� , 1 DATE. DEC. 10, 2008 FILE. Project Bid Sum Tab.pub DATE CITY ENGINEER a DATE CITY MANAGER SHEET 2 of 3 BID SUMMARY N. 85th Ave. & Kail Dr. Sewer L.I.D. L.I.D. 1060 CITY PROJECT NO. 2208 DURAND'S, INC. 5260 Hwy 24 Moxee, WA. 98936 ITEM Bid Security NO. ITEM QTY UNIT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT 1 SPCC PLAN 1 LS $500.00 $500.00 2 MOBILIZATION 1 LS $37,000.00 $37,000.00 3 PROJECT TEMPORARY TRAFFIC CONTROL 1 LS $10,000.00 610,000.00 4 REMOVAL OF STRUCTURE AND OBSTRUCTION 1 LS $8,000.00 $8,000.00 5 SHORING OR EXTRA EXCAVATION CLASS B, INCL HAUL 2900 LF $5.00 $14,500.00 6 CRUSHED SURFACING BASE COURSE 170 TON $17.00 $2,890.00 7 ASPHALT EMULSION CRS -2P 6.2 TON $2,600.00 $16,120.00 8 ASPHALT FOR FOG SEAL 0.33 TON $3,000.00 $990.00 9 FURNISHING AND PLACING CRUSHED SCREENING 1/2 TO 35 TON $110.00 $3,850.00 10 FURNISHING AND PLACING CRUSHED SCREENING 3/8 TO #4 25 TON $110.00 $2,750.00 11 ADDITIONALBROOMING 8 HR $155.00 $1,240.00 12 SURFACE REPAIR 810 SY $35.00 $28,350.00 13 DRIVEWAY PAVING 200 SY $29.00 $5,800.00 14 MANHOLE 48 IN. DIAM. TYPE 1 18 EA $3,500.00 $63,000.00 15 SANITARY SEWER CLEANOUT 1 EA $250.00 $250.00 16 ADJUST VALVE BOX 6 EA $350.00 $2,100.00 17 CRUSHED SURFACING TOP COURSE (For Trench Backfill) 366 TON $17.00 $6,222.00 18 STRUCTURE EXCAVATION CLASS B, INCL. HAUL 2610 CY $6.00 $15,660.00 19 DIRECTIONAL DRILLING 622 LF $89.00 $55,358.00 20 PVC SANITARY SEWER PIPE 8 IN. DIAM. 2183 LF $30.00 $65,490.00 21 PVC SANITARY SEWER PIPE 4 IN. DIAM. 710 LF $25.00 $17,750.00 22 COMMERCIAL DRIVEWAY APPROACH 1 LS $6,500.00 $6,500.00 23 REPAIR OR REPLACEMENT 1 FA $12,000.00 $12,000.00 SUBTOTAL: $376,320.00 8.2% WASHINGTON STATE SALES TAX: $30,858.24 TOTAL: $407,178.24 CITY ENGINEERS REPORT , CITY OF YAKIMA COMPETITIVE BIDS WERE OPENED ON .j''\ December 10, 2008 ALL BIDS HAVE BEEN REVIEWED BY THIS OFFICE. I RECOMMEND THE CONTRACT BE AWARDED TO 4 _ !31 i 'YS. 8. Kai!Dr, SewSewer L 't L.I.D. 1060 AWARD MADE BY CITY MANAGER PREMIER moi' T101.j INC. d 1?��,/ ,, PJET I 10l0, 20082205 DATE.?OCDEC:1100 FILE. Project Bid Sum Tab. pub DATE CITY ENGINEER ' „Pwe' DATE CITY MANAGER '0""'A' SHEET 3 of 3 eiRrIC/Pk-f r,.0 h_F t(IJMiivjp .1 i k'tf¢-.€^!57v1 %]— P_ViLOF i'r,`1 R. Cook, Dir ecco` 7'.o 129 Nort Second Street Yakima , Was'hin.gt✓F,. 98901 Phone: (50 9) 575-6111 Fax (509) 576-6305 December 16, 2008 Premier Excavation, Inc 2222 Roberson Dr Richland, Washington 99354 Attn: Mr. Todd Johnson Re N 85th Ave & Kail Dr. Sewer LI D City Project No 2208 L I D. 1060 Dear Mr Johnson The City Manager of the City of Yakima, has authorized an award of the contract for the above referenced project to your company on the basis of your low bid submitted on December 10, 2008 in the amount of $269,;743.,68. 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 to share with your Surety Company. Also enclosed are four copies of tahe contract and a performance bond form Please sign and return all copies of the contract form to this office, along with the fully executed performance bond and certificate of insurance, within ten (10) calendar days Your attention is directed to Section 1-07 18 Public Liability and Property Damage Insurance of the Special Provisions (APWA GSP) for coverage limits, additional insurance requirements and special ACORD form wording 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 completed books will be distributed to the City Clerk, City Engineer and Contractor. Please contact Bruce Floyd, Construction Supervisor, of our office within ten (10) days of this date to schedule a pre -construction conference, and to discuss various forms and documentation that must be completed and turned into him at the Pre -construction Conference The Notice to Proceed will also be discussed at the Pre -construction Conference Jim's office phone is 575-6138 For your information, we are enclosing a copy of the bid summary for this project. Sincerely, Douglas Mayo,`P E City Engineer encl cc: Brett Sheffield, P.E., Chief Engineer Bruce Floyd, Construction Supervisor Al Rose, Project Engineer Susie Lorence, Contract Specialist City Clerk Edna Pettyjohn Finance File 199.1 PPP A ••?_TA -MATT OF COI•1ML1 )rY 4'VI) t_e_ta �; ft1 .�?r Obi; L_'J AfFI i -Vi 1twU R. Coo.:, ]J rec or 129 North. Second Street Yakima, WashirWon TC90189 q o ( 9 ®,� -6 1 !y e Fax a]� (^�09'^) 76-63O ADDENDUM NO. 1 TO THE CONTRACT DOCUMENTS FOR THE CITY OF YAKIMA, WA. FOR N. 85th Ave. & Kail Dr. SEWER L.I.D. L.I.D. 1060 CITY PROJECT 2208 BID OPENING. December 10, 2008 2:00 P.M. TO THE ATTENTION OF ALL BIDDERS AND PLAN HOLDERS: The following corrections are made to the Contract Documents for this project. ITEM PROPOSAL BID SHEET The ITEM PROPOSAL BID SHEET contained in the Bid Documents at pages 95 & 97 shall be replaced with the attached REVISED ITEM PROPOSAL BID SHEET 1) Revision to Item 6, "Crushed Surfacing Base Course". The quantity for Crushed Surfacing Base Course reads 106 TON and is in error. The correct quantity should read 170 TON. The REVISED ITEM PROPOSAL BID SHEET has been corrected. 2) Revision to Item 12, "Surface Repair". The quantity for Surface Repair reads 1270 SY and is in error. The correct quantity should read 810 SY. The REVISED ITEM PROPOSAL BID SHEET has been corrected. This addendum is to be considered as much a part of the Contract Documents as if it were included in the body of the plans and specifications, and will be incorporated in and made a part of the contract when awarded and when formally executed. All Bidders shall acknowledge receipt of the Addendum on the Proposal form prior to bid opening. APPROVED: �� u` ` { 17 E Brett Sheffield, P' r Date ADDENDUM NO. 1 1 of 3 12/1/08 19 ADDENDUM NO. 2 TO THE CONTRACT DOCUMENTS FOR THE CITY OF YAKIMA, WA. FOR N. 85th Ave. & Kail Dr. SEWER L.I.D. L.I.D. 1060 CITY PROJECT 2208 BID OPENING: December 10, 2008 2:00 P.M. TO THE ATTENTION OF ALL BIDDERS AND PLAN HOLDERS: The following corrections are made to the Contract Documents for this project. ITEM PROPOSAL BID SHEET The ITEM PROPOSAL BID SHEET revised by Addendum 1 and the original ITEM PROPOSAL BID SHEET contained in the Bid Documents at pages 95 & 97 shall be replaced with the attached ITEM PROPOSAL L BID SHEET (REVISED by Addendum 2) 1) The Item Proposal does not include a bid item for "Adjust Valve Box", per each The attached ITEM PROPOSAL BID SHEET (REVISED by Addendum 2) has been corrected to include this bid item. 2) Section 5-02.3(2)A New Construction of the Special Provisions is revised by removing the word "new" from the third sentence of the second paragraph. 3) Section 7-05.3(1) Adjusting Manholes and Catch Basins to Grade is revised to add "valve boxes" to the first paragraph and sentence. 4) Section 7-05.4 Measurement is revised by adding the following. Adjustment of valve boxes will be per each 5) Section 7-05.5 Payment Shall be revised by adding the following bid item. "Adjust Valve Box", per each. This addendum is to be considered as much a part of the Contract Documents as if it were included in the body of the plans and specifications, and will be incorporated in and made a part of the contract when awarded and when formally executed. All Bidders shall acknowledge receipt of the Addendum on the Proposal form prior to bid opening. APPROVED �, ,,. �. - Brett Sheffield, P. Date ADDENDUM NO. 2 1 of 3 12/4/08 ITEM PROPOSAL BID SHEET (REVISED) City of Yakima N. 85th Ave. & Kai! Dr. Sanitary Sewer City Project No. 2208 (L.I.D. 1060) ITEM NO. PROPOSAL ITEM PAYMENT SECTION QTY UNIT UNIT PRICE DOLLARS AMOUNT DOLLARS 1 SPCC PLAN 1 LS 1-07.15(1) 2 MOBILIZATION 1 LS 1-09.7 3 PROJECT TEMPORARY TRAFFIC CONTROL 1 LS 1-10.5 4 REMOVAL OF STRUCTURE AND OBSTRUCTION 1 LS 2-02.5 5 SHORING OR EXTRA EXCAVATION CLASS B, Incl. Haul 2900 LF 2-09.5 6 CRUSHED SURFACING BASE COURSE 170 TON 4-04 5 7 ASPHALT EMULSION CRS -2P 6.2 TON 5-02.5 8 ASPHALT FOR FOG SEAL 0.33 TON 5-02 5 9 FURNISHING AND PLACING CRUSHED SCREENING 1/2 to U.S. #4 35 TON 5-02 5 10 FURNISHING AND PLACING CRUSHED SCREENING 3/8 to tt'l 25 TON 5-02.5 11 ADDITIONAL BROOMING 8 HR 5-02.5 12 SURFACE REPAIR 810 SY 5-04.5 13 DRIVEWAY PAVING 200 SY 5-04.5 14 MANHOLE 48 IN. DIAM. TYPE 1 18 EA 7-05.5 15 SANITARY SEWER CLEANOUT 1 EA 7-05.5 16 CRUSHED SURFACING TOP COURSE (for Trench Backfill) 366 TON 7-08 5 17 STRUCTURE EXCAVATION CLASS B, INCL. HAUL 2610 CY 7-08.5 18 DIRECTIONAL DRILLING 622 LF 7-17.5 19 PVC SANITARY SEWER PIPE 8 IN. DIAM. 2183 LF 7-17.5 ADDENDUM NO. 1 2 of 3 12/1/08 ITEM NO. PROPOSAL ITEM PAYMENT SECTION QTY UNIT UNIT PRICE DOLLARS AMOUNT DOLLARS 20 PVC SANITARY SEWER PIPE 4 IN. DIAM. 710 LF 7-17.5 21 COMMERCIAL DRIVEWAY APPROACH 1 LS 8-06.5 22 REPAIR OR REPLACEMENT 1 FA $12,000 00 $12,000.00 8-30 5 ADDENDUM NO. 1 SUB -TOTAL: STATE SALES TAX YAKIMA COUNTY (8.2%): TOTAL BID, Project _2208: END OF ADDENDUM NO. 1 3 of 3 12/1/08 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 of Yakima, until 2:00 PM on December 10, 2008 and will then and there be opened and publicly read for the construction of CITY OF YAKIMA N. 85th Ave. & Kail Dr. Sanitary Sewer City Project No. 2208 L.I.D. 1060 This work shall consist of furnishing all labor, materials and equipment required to construct New Sanitary Sewer from the existing Sanitary Sewer, located in Summitview Ave., into the Sunset Vista and Hawthorn Hill neighborhood north of Summitview Ave. between N. 85th Ave. and N. 88th Ave. The project includes: the installation of approximately 2183 linear feet of 8 -inch P.V.C. Sanitary Sewer Pipe and all appurtenances, including but not limited to, New Manholes and 4 -inch P.V.C. Side Sewer Stubs, and pavement surface repair and repaving of certain roadways with Bituminous Surface Treatment. The project also includes approximately 622 linear feet of Directional Drilling to install and provide two (2) 8 - inch H.D.P.E. Sewers pipes and two (2) 4 -inch H.D.P.E. long Side Sewer Pipes. All in accordance with the Plans and Specifications as prepared by the City Engineer of the City of Yakima. All bid proposals shall be accompanied by a bid proposal deposit in cash, certified check, cashier's check or surety bond in an amount equal to five percent (5%) of the amount of such bid proposal. Should the successful bidder fail to enter into such contract and furnish satisfactory performance bond within the time stated in the specifications, the bid proposal deposit shall be forfeited to the City of Yakima. Plans and specifications may be obtained at the Office of the City Engineer located at 129 North 2nd Street upon payment of the amount of $40.00 for each set, non refundable, or by ordering a set by phone at 509-575-6111 or by FAX at 509-576-6314. Informational copies of maps, plans, and specifications are on file for inspection in the Office of the City Engineer of Yakima in Yakima, Washington, and at Plan Centers in Yakima and Kennewick, Washington. The City reserves the right to reject any or all bids and proposals. DATED this 20th day of November, 2008 (SEAL) DEBORAH MOORE CITY CLERK PUBLISH Nov. 24, 2008 Nov. 25, 2008 3 CONTENTS CITY OF YAKIMA N. 85th Ave. & Kail Dr. Sanitary Sewer City Project No. 2208 L.I.D. 1060 SECTION PAGE INVITATION TO BID 3 STANDARD SPECIFICATIONS Standard Specifications 7 Amendments to the 2008 Standard Specifications 7 CONTRACT PROVISIONS Special Provisions 45 Project Description 45 1-01.3 Definitions 46 1-02 Bid Procedures and Conditions 47 1-03 Award and Execution of Contract 51 1-04 Scope of Work 53 1-05 Control of Work 53 1-06 Control of Material 56 1-07 Legal Relations and Responsibilities to the Public 58 1-08 Prosecution and Progress 65 1-09 Measurement and Payment 67 1-10 Temporary Traffic Control 68 2-01 Clearing, Grubbing, and Roadside Cleanup 69 2-02 Removal of Structures and Obstructions 69 2-07 Watering 69 2-09 Structure Excavation 70 5-02 Bituminous Surface Treatment 71 5-04 Hot Mix Asphalt (APWA) 71 7-05 Manholes, Inlets, Catch Basins, and Drywells 74 7-08 General Pipe Installation Requirements 74 7-17 Sanitary Sewers 75 7-18 Side Sewers 76 8-06 Cement Concrete Driveway Entrances 77 8-30 Repair or Replacement (New Section) 77 9-03 Aggregates 78 9-05 Drainage Structures, Culverts, and Conduits 78 Contract Form 79 Performance Bond Form 81 Informational Certificate of Insurance 83 Informational Additional Insured Endorsement 85 Minimum Wage Affidavit Form 87 PREVAILING WAGE RATES Prevailing Wage Rates 89 STATE WAGE RATES 91 (Inserted) PROPOSAL Proposal Form 93 Item Proposal Bid Sheet 95 Bid Bond Form 99 Non -Collusion Declaration 101 Non -Discrimination Provision 103 Subcontractor List 105 Women and Minority Business Enterprise Policy 107 Council Resolution 109 Affirmative Action Plan . 111 Bidders Certification 113 Subcontractors Certification 115 Materially and Responsive 117 Proposal Signature Sheet 119 Bidders Check List 121 PLAPPS oc DETAILS Standard Details & Project Details Construction Pians CITY OF YAKIMA N. 85t" Ave. & Kail Dr. Sanitary Sewer City Project No. 2208 L.I.D. 1060 EXPIRES 10/ 13/2009 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 of Yakima, until 2:00 PM on December 10, 2008 and will then and there be opened and publicly read for the construction of CITY OF YAKIMA N. 85th Ave. & Kail Dr. Sanitary Sewer City Project No. 2208 L.I.D. 1060 This work shall consist of furnishing all labor, materials and equipment required to construct New Sanitary Sewer from the existing Sanitary Sewer, located in Summitview Ave., into the Sunset Vista and Hawthorn Hill neighborhood north of Summitview Ave. between N. 85th Ave. and N. 88th Ave. The project includes: the installation of approximately 2183 linear feet of 8 -inch P.V.C. Sanitary Sewer Pipe and all appurtenances, including but not limited to, New Manholes and 4 -inch P.V.C. Side Sewer Stubs, and pavement surface repair and repaving of certain roadways with Bituminous Surface Treatment. The project also includes approximately 622 linear feet of Directional Drilling to install and provide two (2) 8 - inch H.D.P.E. Sewers pipes and two (2) 4 -inch H.D.P.E. long Side Sewer Pipes. All in accordance with the Plans and Specifications as prepared by the City Engineer of the City of Yakima. All bid proposals shall be accompanied by a bid proposal deposit in cash, certified check, cashier's check or surety bond in an amount equal to five percent (5%) of the amount of such bid proposal. Should the successful bidder fail to enter into such contract and furnish satisfactory performance bond within the time stated in the specifications, the bid proposal deposit shall be forfeited to the City of Yakima. Plans and specifications may be obtained at the Office of the City Engineer located at 129 North 2nd Street upon payment of the amount of $40.00 for each set, non refundable, or by ordering a set by phone at 509-575-6111 or by FAX at 509-576-6314 Informational copies of maps, plans, and specifications are on file for inspection in the Office of the City Engineer of Yakima in Yakima, Washington, and at Plan Centers in Yakima and Kennewick, Washington. The City reserves the right to reject any or all bids and proposals. DATED this 20th' day of November, 2008 (SEAL) DEBORAH MOORE CITY CLERK PUBLISH Nov. 24, 2008 Nov. 25, 2008 3 CONTENTS CITY OF YAKIMA N. 85th Ave. & Kail Dr. Sanitary Sewer City Project No. 2208 L.I.D. 1060 SECTION PAGE INVITATION TO BID 3 STANDARD SPECIFICATIONS Standard Specifications 7 Amendments to the 2008 Standard Specifications 7 CONTRACT PROVISIONS Special Provisions 45 Project Description 45 1-01.3 Definitions 46 1-02 Bid Procedures and Conditions ........ 47 1-03 Award and Execution of Contract 51 1-04 Scope of Work 53 1-05 Control of Work 53 1-06 Control of Material 56 1-07 Legal Relations and Responsibilities to the Public 58 1-08 Prosecution and Progress ............................................... 65 1-09 Measurement and Payment 67 1-10 Temporary Traffic Control 68 2-01 Clearing, Grubbing, and Roadside Cleanup69 2-02 Removal of Structures and Obstructions 69 2-07 Watering ........... 69 2-09 Structure Excavation 70 5-02 Bituminous Surface Treatment 71 5-04 Hot Mix Asphalt (APWA) 71 7-05 Manholes, Inlets, Catch Basins, and Drywells ... 74 7-08 General Pipe Installation Requirements 74 7-17 Sanitary Sewers 75 7-18 Side Sewers. ......... 76 8-06 Cement Concrete Driveway Entrances 77 8-30 Repair or Replacement (New Section) ............ 77 9-03 Aggregates 78 9-05 Drainage Structures, Culverts, and Conduits. 78 Contract Form 79 Performance Bond Form Informational Certificate of Insurance Informational Additional Insured Endorsement Minimum Wage Affidavit Form 81 83 85 87 PREVAILING WAGE RATES Prevailing Wage Rates 89 STATE WAGE RATES 91 (Inserted) PROPOSAL Proposal Form .......... .. 93 Item Proposal Bid Sheet 95 Bid Bond Form 99 Non -Collusion Declaration . 101 Non -Discrimination Provision 103 Subcontractor List ... 105 Women and Minority Business Enterprise Policy 107 Council Resolution ........................ 109 Affirmative Action Plan ..................... 111 Bidders Certification ............ 113 Subcontractors Certification ... 115 Materially and Responsive..... 117 Proposal Signature Sheet 119 Bidders Check List 121 PLANS & DETAILS Standard Details & Project Details Construction Plans STANDARD SPECIFICATIONS Standard Specifications Amendments to the 2008 Standard Specifications INTRODUCTION The following Amendments and Special Provisions shall be used in conjunction with the 2008 Standard Specifications for Road, Bridge, and Municipal Construction. AMENDMENTS TO THE STANDARD SPECIFICATIONS The following Amendments to the Standard Specifications are made a part of this contract and supersede any conflicting provisions of the Standard Specifications. For informational purposes, the date following each Amendment title indicates the implementation date of the Amendment or the latest date of revision. Each Amendment contains all current revisions to the applicable section of the Standard Specifications and may include references which do not apply to this particular project. SECTION 1-03, AWARD AND EXECUTION OF CONTRACT April 7, 2008 1-03.1 Consideration of Bids This section is supplemented with the following new sub -section. 1-03.1(1) Tied Bids After opening Bids, if two or more lowest responsive Bid totals are exactly equal, then the tie-breaker will be determined by drawing as described in this Section. Two or more slips of paper will be marked as follows: one marked "Winner" and the other(s) marked "unsuccessful". The slips will be folded to make the marking unseen. The slips will be placed inside a box. One authorized representative of each Bidder shall draw a slip from the box. Bidders shall draw in alphabetic order by the name of the firm as registered with the Washington State Department of Licensing. The slips shall be unfolded and the firm with the slip marked "Winner" will be determined to be the successful Bidder and eligible for Award of the Contract. Only those Bidders that submitted a Bid total that is exactly equal to the lowest responsive Bid are eligible to draw. SECTION 1-04, SCOPE OF THE WORK April 7, 2008 1-04.4(1) Minor Changes The first sentence in the first paragraph is revised to read: Payments or credits for changes amounting to $15,000 or less may be made under the bid item "Minor Change." 1-04.5 Procedure and Protest by the Contractor In the second paragraph, number 2, the reference to 7 calendar days is revised to 14 calendar days. The second sentence in the fifth paragraph is revised to read: The determination will be provided within 14 -calendar days after receipt of the Contractor's supplemental written statement (including any additional information requested by the Project Engineer to support a continuing protest) described in item 2 above. 7 SECTION 1-05, CONTROL OF WORK April 7, 2008 1-05.1 Authority of the Engineer The fourth paragraph is revised to read: At the Contractor's risk, the Project Engineer may suspend all or part of the Work according to Section 1-08.6. 1-05.12 Final Acceptance The second paragraph is revised to read: The Contractor agrees that neither completion nor final acceptance shall relieve the l .nntractor nT tfP. re.Cnonciniiity tri inriemnifv riPTPnri and nrntPCt the ( :nntrartinn iarAnr'v against any claim or loss resulting from the failure of the Contractor (or the subcontractors or lower tier subcontractors) to pay all laborers, mechanics, subcontractors, materiaipersons, or any other person who provides labor, supplies, or provisions for carrying out the Work or for any payments required for unemployment compensation under Title 50 RCW or for industrial insurance and medical aid required under Title 51 RCW. SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC August 4, 2008 1-07.2(2) State Sales Tax: Work on State -Owned or Private Land The following new paragraph is inserted in front of the first paragraph State Department of Revenue Rule 170 and its related rules apply for this section. 1-07.9(1) General The following new paragraph is inserted to follow, the sixth paragraph: The Contractor shall ensure that any firm (Supplier, Manufacturer, or Fabricator) that falls under the provisions of RCW 39.'1'2 because of the definition "Contractor" in WAC 296-127- 010, complies with all the requirements of RCW 39.12. 1-07.15(1) Spill Prevention, Control and Countermeasures Plan This section is revised to read: The Contractor shall prepare a project -specific spill Lprevention, control, and countermeasures plan (SPCC Plan) that will be used for the duration of the project. The Contractor shall submit the plan to the Project Engineer no later than the date of the preconstruction conference. No on-site construction activities may commence until WSDOT accepts an SPCC Plan for the project, The term "hazardous materials", as used in this Specification, is defined in Chapter 447 of the WSDOT Environmental Procedures Manual (M31-11). Occupational safety and health requirements that may pertain to SPCC Plan implementation are contained in but not limited to WAC 296-824 and WAC 296-843. Implementation Requirements The SPCC Plan shall be updated by the Contractor throughout project construction so that the written plan reflects actual site conditions and practices. The Contractor shall update the SPCC Plan at least annually and maintain a copy of the updated SPCC Plan on the project site. All project employees shall be trained in spill prevention and containment, and 8 shall know where the SPCC Plan and spill response kits are located and have immediate access to them. If hazardous materials are encountered or spilled during construction, the Contractor shall do everything possible to control and contain the material until appropriate measures can be taken. The Contractor shall supply and maintain spill response kits of appropriate size within close proximity to hazardous materials and equipment. The Contractor shall implement the spill prevention measures identified in the SPCC Plan before performing any of the following: 1. Placing materials or equipment in staging or storage areas. 2. Refueling, washing, or maintaining equipment. 3. Stockpiling contaminated materials. SPCC Plan Element Requirements The SPCC Plan shall set forth the following information in the following order: 1. Responsible Personnel Identify the name(s), title(s), and contact information for the personnel responsible for implementing and updating the plan, including all spill responders. 2. Spill Reporting List the names and telephone numbers of the federal, State, and local agencies the Contractor shall notify in the event of a spill. 3. Project and Site Information Describe the following items: A. The project Work. B. The site location and boundaries. C. The drainage pathways from the site. D. Nearby waterways and sensitive areas and their distances from the site. 4. Potential Spill Sources Describe each of the following for all potentially hazardous materials brought or generated on-site (including materials used for equipment operation, refueling, maintenance, or cleaning): A. Name of material and its intended use. B. Estimated maximum amount on-site at any one time. 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. D. Decontamination location and procedure for equipment that comes into contact with the material. E. Disposal procedures. 9 5. Pre -Existing Contamination Describe any pre-existing contamination and contaminant sources (such as buried pipes or tanks) in the project area that are described in the Contract documents. Identify equipment and work practices that will be used to prevent the release of contamination. 6. Spill Prevention and Response Training Describe how and when all personnel (including refueling contractors and Subcontractors) will be trained in spill prevention, containment and response in accordance with the Plan. Describe how and when all spill responders will be trained in accordance with WAC 296-824. 7 mill Prevention Describe the following items: A. Spill response kit contents and location(s). B Security measures for potential mill sourcec C. Secondary containment practices and structures for hazardous materials. D. Methods used to prevent stormwater from contacting hazardous materials. E. Site inspection procedures and frequency. F. Equipment and structure maintenance practices. . I..o. Daily inspection and cleanup procedures that ensure all equipment used below the ordinary high water line is free of all external petroleum based nrnrli irtc r. H. Refueling procedures for equipment that cannot be moved from below the ordinary high water line. 8. Spill Response Outline the response procedures the Contractor will follow for each scenario listed below. Include a description of the actions the Contractor shall take and the specific, on-site, spill response equipment that shall be used to assess the spill, secure the area, contain and eliminate the spill source, and clean up and dispose of spilled and contaminated material. A. A spill of each type of hazardous material at each location identified in 4, above. B. Stormwater that has come into contact with hazardous materials. C. A release or spill of any pre-existing contamination and contaminant source described in 5, above. D. A release or spill of any unknown pre-existing contamination and contaminant sources (such as buried pipes or tanks) encountered during project Work. 10 E. A spill occurring during Work with equipment used below the ordinary high water line. !f the Contractor will use a Subcontractor for spill response, provide contact information for the Subcontractor under item 1 (above), identify when the Subcontractor will be used, and describe actions the Contractor shall take while waiting for the Subcontractor to respond. 9. Project Site Map Provide a map showing the following items: A. Site location and boundaries. B. Site access roads. C. Drainage pathways from the site. D. Nearby waterways and sensitive areas. E. Hazardous materials, equipment, and decontamination areas identified in 4, above. F. Pre-existing contamination or contaminant sources described in 5, above. G. Spill prevention and response equipment described in 7 and 8, above. 10. Spill Report Forms Provide a copy of the spill report form(s) that the Contractor will use in the event of a release or spill. Payment Payment will be made in accordance with Section 1-04.1 for the following Bid item when it is included in the Proposal: "SPCC Plan", lump sum. When the written SPCC is accepted by WSDOT, the Contractor shall receive 50 -percent of the lump sum Contract price for the plan. The remaining 50 -percent of the lump sum price will be paid after the materials and equipment called for in the plan are mobilized to the project. The lump sum payment for "SPCC Plan" shall be full pay for: 1. All costs associated with creating the accepted SPCC Plan. 2. All costs associated with providing and maintaining the on-site spill prevention equipment described in the accepted SPCC Plan. 3. All costs associated with providing and maintaining the on-site standby spill response equipment and materials described in the accepted SPCC Plan. 11 4. All costs associated with implementing the spill prevention measures identified in the accepted SPCC Plan. 5. All costs associated with updating the SPCC Plan as required by this Specification. As to other costs associated with releases or spills, the Contractor may request payment as provided for in the Contract. No payment shall be made if the release or spill was caused by or resulted from the Contractor's operations, negligence, or omissions. 1-07.16(4) Archaeological and Historical Objects This section is supplemented with the following new sub -section: w A-➢ �a.i ea o 1-07 i6141A Inadvertent Discovery of Haman Skeletal Remains If human skeletal remains are encountered by the Contractor, they shall not be further disturbed. The Contractor shall immediately notify the Engineer of any such finds, and shall cease ail work adjacent to the discovery, in an area adequate to provide for the total security and protection of the integrity of the skeletal remains The Engineer may require the Contractor to suspend Work in the vicinity of the discovery until final determinations and removal of the skeletal remains is completed. and if the Engineer Yi.'1l+<. that .. .. - of Work the Engineer finds that the tet./ Fi iaioi1 in the vicinity of the discovery increases or decreases the cost or time required for performance of any part of the Work under this Contract, the Engineer will make an adjustment in payment or the time required for the performance -of the- Work in accordance with Sections 1-04:4 and 1=08.8. - - 1-07.17(2) Utility Construction, Removal or Relocation by Others The first Sentence in the second paragraph is revised to read: if the Contract provides notice that utility work (including furnishing, adjusting, , relocating, replacing, or constructing utilities) will be performed by others during the prosecution of the Work, the Special Provisions will establish the utility owners anticipated completion. The first sentence in the third paragraph is revised to read: When others delay the Work through late performance of utility work, the Contractor shall adhere to the requirements of Section 1-04.5. SECTION 1-08, PROSECUTION AND PROGRESS August 4, 2008 1-08.1 Subcontracting Item (2) in the first sentence of the seventh paragraph is revised to read: (2) Delivery of these materials to the iiVork site in vehicles owned or operated by such plants or by recognized independent or commercial hauling companies hired by those commercial plants. 1-08.3(2)A Type A Progress Schedule This section is revised to read: The Contractor shall submit five copies of a Type A Progress Schedule no later than 10 days after the date the contract is executed, or some other mutually agreed upon submittal time. The schedule may be a critical path method (CPM) schedule, bar chart, or other 12 standard schedule format. Regardless of which format used, the schedule shall identify the critical path. The Engineer will evaluate the Type A Progress Schedule and approve or return the schedule for corrections within 15 calendar days of receiving the submittal. 1-08.5 Time for Completion The third sentence in the first paragraph is revised to read: A nonworking day is defined as a Saturday, a Sunday, a whole or half day on which the Contract specifically prohibits Work on the critical path of the Contractor's approved progress schedule, or one of these holidays: January 1, the third Monday of January, the third Monday of February, Memorial Day, July 4, Labor Day, November 11, Thanksgiving Day, the day after Thanksgiving, and Christmas Day. 1-08.6 Suspension of Work The first paragraph is revised to read: The Engineer may order suspension of all or any part of the Work if: 1. Unsuitable weather that prevents satisfactory and timely performance of the Work; or 2. The Contractor does not comply with the Contract: or 3. It is in the public interest. 1-08.7 Maintenance During Suspension The first sentence in the fourth paragraph is revised to read: If the Engineer determines that the Contractor has pursued the Work diligently before the suspension, then the Contracting Agency will maintain the temporary Roadway (and bear its cost). The fifth paragraph is revised to read: The Contractor shall protect and maintain all other Work in areas not used by traffic. All costs associated with protecting and maintaining such Work shall be the responsibility of the Contractor, except those costs associated with implementing the TESC Plan according to Section 8-01. The seventh paragraph is revised to read: After any suspension, the Contractor shall resume all responsibilities the Contract assigns for the Work. SECTION 1-09, MEASUREMENT AND PAYMENT April 7, 2008 1-09.9 Payments The first paragraph is supplemented with the following: For items Bid as lump sum, the Contractor shall submit a breakdown of their lump sum price in sufficient detail for the Project Engineer to determine the value of the Work performed on a monthly basis. Lump sum breakdowns shall be provided to the Project Engineer no later than the date of the preconstruction meeting. 13 The second sentence in the third paragraph is revised to read: Unless otherwise provided in the payment clause of the applicable Specifications, partial payment for lump sum Bid items will be a percentage of the price in the Proposal based on the Project Engineer's determination of the amount of Work performed, with consideration given to but not exclusively based on the Contractors lump sum breakdown. The third paragraph is supplemented with the following: The determination of payments under the contract will be final in accordance with Section 1-05.1. i_na nil) o..+..i....r1., 1 -V J.J\ 1 / 1\�.LQII IQ�r. In the fourth paragraph, number 1, the reference to $20,000 is revised to read $35,000. SECTION 1-10, TEMPORARY TRAFFIC CONTROL I.........,... 7 n ratio dal lune 3r f �U'JQ 1-10.5(1) Lump Sum Bid for Project (No Unit Items) This ser.tinn is ravisPri to road "Project Temporary Traffic Control", lump sum. The lump sum Contract payment shall be full compensation for all costs incurred by the Contractor in performing the Contract Work defined in Section 1-10, except for costs compensated by Bid Proposal items inserted through Contract Provisions as described in Section 1-10.4(3). SECTION 2-01, CLEARING, GRUBBING, AND ROADSIDE CLEANUP April 7, 2008 2-01.3(1) Clearing Item 3 .is deleted. The first sentence in Item 4. is revised to read: Follow these requirements for an stumps that will be buried deeper than 5 -fee[ from the top, side, end surface of the embankment structure: or the elillJal lnl l lent or any su ut,tul G. 2-01.3(2) Grubbing Item 2. e, is revised to read: Upon which embankments will be placed except stumps may be close -cut or trimmed as allowed in Section 2-01.3(1) item 4. SECTION 2-02, REMOVAL OF STRUCTURES AND OBSTRUCTIONS April 7, 2008 2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters The first sentence in 3. is supplemented with the following: 14 For removal of bituminous pavement, asphalt planing equipment may be used in lieu of sawcutting provided that a clean vertical edge remains. SECTION 2-03, ROADWAY EXCAVATION AND EMBANKMENT January 7, 2008 2-03.1 Description The first sentence in the first paragraph is revised to read: The Work described in this section, regardless of the nature or type of the materials encountered, includes excavating and grading the Roadway, excavating in borrow pits, excavating below grade, excavating channels and ditches, removing slide material, and disposing of all excavated material. 2-03.3(3) Excavation Below Grade The section title is revised to read: 2-03.3(3) Excavation Below Subgrade The first sentence in the fifth paragraph is revised to read: Compaction. If the density of the natural earth under any area of the Roadway is Tess than that required in Section 2-03.3(14)C, Method B, the Engineer may order the Contractor to perform any or all of the following: 2-03.3(14)M Excavation of Channels This section including title is revised to read: 2-03.3(14)M Excavation of Channels and Ditches Channel Excavation: Open excavations 8 -feet or more wide at the bottom, but excludes channels that are part of the Roadway. Ditch Excavation: Open excavations less than 8 -feet wide at the bottom, but excludes ditches that are part of the Roadway. Before excavating channels or ditches, the Contractor shall clear and grub the area in accordance with Section 2-01. 2-03.4 Measurement The first sentence in the first paragraph is revised to read: Roadway excavation, channel excavation, ditch excavation, unsuitable foundation excavation, and common borrow items will be measured by the cubic yard. The fourth sentence in the first paragraph is revised to read: For Roadway excavation, channel excavation and ditch excavation items, the original ground will be compared with the planned finished section shown in the Plans. 2-03.5 Payment The first paragraph is supplemented with the following: "Channel Excavation", per cubic yard. "Channel Excavation Incl. Haul", per cubic yard. 15 "Ditch Excavation", per cubic yard. "Ditch Excavation Incl. Haul", per cubic yard. The first sentence in the second paragraph is revised to read: The unit Contract price per cubic yard for "Roadway Excavation", "Roadway Excavation Incl. Haul", "Roadway Excavation — Area ", "Roadway Excavation Incl. Haul — Area ", "Channel Excavation", "Channel Excavation Incl. Haul", "Ditch Excavation" and "Ditch Excavation Incl. Haul" shall be full compensation for all costs incurred for excavating, loading, placing, or otherwise disposing of the material. The second paragraph is supplemented with the following: When a bid item is not included in the I for L.........'.1 ti _.., dit_L a•__ prVi�VJd1 IVI l.I1dII11G1 GAUtIVaLlUll Ul UILGII UXUdVaLICH all costs shall be included in roadway excavation. Thien third paragrapl 1 Is 1 eV iced to read. When the Engineer orders Work according to Section 2-03.3(3), unit Contract prices shall apply, unless the Work differs materially fromothe excavation above Subgrade, then payment vvill be ill accordance vvitll Section 1-04.4. SECTION 2-10, DITCH EXCAVATION January 7, 2008 This section is deleted in its entirety. The section title is revised to read: 2-10 VACANT SECTION 5-01, CEMENT CONCRETE PAVEMENT REHABILITATION August 4, 2008 5-01.3(2)B Portland Cement Concrete The third sentence in the third paragraph is deleted. 5-01.3(4) Replace Portland Cement Concrete Panel The last paragraph on page 5-5 of the Standard Specifications is revised to read: The rontracter shall place a bond breaking material such as polyethylene 111111, roofing paper or other material as approved by the Engineer along all existing concrete surfaces and between the bottom of the slab and treated bases prior to placing concrete. 5-01.3(5) Partial Depth Spall Repair fifth paragraph is revised to read: The fifth paragraph read: When a partial depth repair is placed directly against an adjacent longitudinal joint a bond breaking material such as polyethylene film, roofing paper or other material as approved by the Engineer shall be placed between the existing concrete and the area to be patched. 16 SECTION 5-04, HOT MIX ASPHALT August 4, 2008 5-04.3(9) Spreading and Finishing The nominal compacted depth for HMA Class paragraph is revised to read: HMA Class 3/4" and HMA Class 1/2" wearing course other courses 5-04.3(12)B Longitudinal Joints The first two paragraphs are revised to read: 3/4" and HMA Class 1/2" listed under the first 0.30 -feet 0.35 -feet The longitudinal joint in any 1 course shall be offset from the course immediately below by not more than 6 -inches nor less than 2 -inches. All longitudinal joints constructed in the wearing course shall be located at a lane line or an edge line of the Traveled Way. On one -lane ramps a longitudinal joint may be constructed at the center of the traffic lane, subject to approval by the Project Engineer, if: 1. The ramp must remain open to traffic, or 2. The ramp is closed to traffic and a hot -lap joint is constructed. a. If a hot -lap joint is allowed at the center of the traffic lane, 2 paving machines shall be used; a minimum compacted density in accordance with Section 5- 04.3(10)B shall be achieved throughout the traffic lane; and construction equipment other than rollers shall not operate on any uncompacted mix. The reference to Standard Plan A-1 in the third paragraph is revised to read "Standard Plan A40.10-00." 5-04.3(21) Asphalt Binder Revision This section is revised to read: When the Contracting Agency provides a source of aggregate, the expected percentage content of asphalt binder in the resulting mix will be identified in the Contract documents. Should the percentage of asphalt binder shown in the job mix formula for Hot Mix Asphalt produced with Agency -provided aggregate vary by more than plus or minus 0.3 -percent from the amount shown in the Contract documents, an adjustment in payment will be made. The adjustment in payment (plus or minus) will be based on the invoice unit cost, including shipping cost, without any markups. The quantity subject to an adjustment shall be the difference between the JMF asphalt binder percentage and the contract document asphalt binder percentage except that the first 0.3% of this difference shall not apply. No adjustment will be made when the Contractor elects not to use a Contracting Agency - provided source, or when no source is made available by the Contracting Agency. SECTION 5-05, CEMENT CONCRETE PAVEMENT August 4, 2008 5-05.3(3)C Finishing Equipment The second sentence in the first paragraph is revised to read: 17 On other roads and on WSDOT projects requiring less than 1000 -square yards of cement concrete pavement or requiring individual placement areas of less than 1000 -square yards. irregular areas, intersections and at locations inaccessible to slip -form paving equipment, cement concrete pavement may be placed with approved placement and finishing equipment utilizing stationary side forms. 5-05.3(4)A Acceptance of Portland Cement Concrete Pavement The third sentence in the ninth paragraph is deleted. 5-05.3(8)A Contraction Joints The fifth paragraph is revised to read: When cement concrete pavement ._ .1.._J adjacent L. _'_L'____ __.__.._L __._L_ is placed to e_.xrstirrc, cerrieflt ourrc:�ete pavement, the vertical face of all existing working joints shall be covered with a bond breaking material such as polyethylene film, roofing paper or other material as approved by the 1_ �yineer. SECTION'S -02, nn �� STRUCTURES JCC 1 IVlrl V -VLA CV�ICRG i C August 4, 2008 6-02.3(2)B Commercial Concrete The second paragraph is revised to read: Where concrete Class 3000 is specified for items such as, culvert headwalls, plugging culverts, concrete pipe collars, pipe anchors, monument cases, light standard foundations, pedestals, cabinet bases, guardrail anchors, sign post foundations, fence post footings, sidewalks, curbs, and gutters, the Contractor may use commercial concrete. If commercial cnncratP is ,,sPrt fnr siriPwaiks c,,ri-nc anti n, ittPrc it chaii haves a minim,,m c mintitin,,c material content of 564 -pounds per cubic yard of concrete, shall be air entrained, and the tolerances of Section 6-02.3(5)C shall apply. Commercial concrete shall not be used for items such as, bridges, retaining walls, box culverts, or foundations for high mast luminaires, mast arm traffic signals, cantilever signs, and sign bridges. The Engineer may approve the use of commercial concrete for other applications not listed above. 6-02.3(10) Roadway Slabs and Bridge Approach Slabs This section's content is deleted The section heading is revised to read: C r®®8 )I7 Al Bridge 11....1... .1 ®,.^..1ge A L 51..1... V-VL.J` 1 V� i1 iul�C Decks and Bridge rgJiJ. tuacl l IQIJJ This section is supplemented with the following new sub -sections: 6-02.3(10)A Preconstruction Meeting A pre -concreting conference shall be held 5 to 10 -working days before placing concrete to discuss construction procedures, personnel, and equipment to be used. Those attending shall include: 1. (representing the Contractor) The superintendent and all foremen in charge of placing the concrete, finishing it; and 2. (representing the State) The Project Engineer, key inspection assistants, and the State Construction Office. 18 If the project includes more than 1 deck or slab, and if the Contractor's key personnel change between concreting operations, or at request of the Engineer, an additional conference shall be held just before each deck or slab is placed. The Contractor shall not place bridge decks until the Engineer agrees that: 1. Concrete producing and placement rates will be high enough to meet placing and finishing deadlines; 2. Finishers with enough experience have been employed; 3. Adequate finishing tools and equipment are at the site, and 4. Curing procedures consistent with the Specification requirements are employed. 6-02.3(10)B Screed Rail Supports The Contractor shall place screed rails outside the finishing area. When screed rails cannot be placed outside the finishing area as determined by the Engineer, they shall rest on adjustable supports that can be removed with the least possible disturbance to the screeded concrete. The supports shall rest on structural members or on forms rigid enough to resist deflection. Supports shall be removable to at least 2 -inches below the finished surface. For staged constructed bridge decks, the finishing machine screed rails shall not be supported on the completed portion of deck and shall deflect with the portion of structure under construction. Screed rails (with their supports) shall be strong enough and stiff enough to permit the finishing machine to operate effectively on them. All screed rails shall be placed and secured for the full length of the deck/slab before the concreting begins. If the Engineer approves in advance, the Contractor may move rails ahead onto previously set supports while concreting progresses. But such movable rails and their supports shall not change the set elevation of the screed. On steel truss and girder spans, screed rails and bulkheads may be placed directly on transverse steel floorbeams, with the strike -board moving at right angles to the centerline of the Roadway. 6-02.3(10)C Finishing Equipment The finishing machine shall be self-propelled and be capable of forward and reverse movement under positive control. The finishing machine shall be equipped with a rotating cylindrical single or double drum screed not exceeding 60 -inches in length. The finishing machine shall have the necessary adjustments to produce the required cross-section, line, and grade. Provisions shall be made for the raising and lowering of all screeds under positive control. The upper vertical limit of screed travel shall permit the screed to clear the finished concrete surface. For bridge deck widening of 20 -feet or less, and for bridge approach slabs, or where jobsite conditions do not allow the use of conventional configuration finishing machines described above, the Contractor may propose the use of a hand operated motorized power screed such as a "Texas" or "Bunyan" screed. This screed shall be capable of finishing the bridge deck and bridge approach slab to the same standards as the finishing machine. The Contractor shall not begin placing bridge deck or bridge approach slab concrete until receiving the Engineer's approval of this screed and the placing procedures. 19 On bridge decks the Contractor may use hand -operated strike -boards only when the Engineer approves for special conditions where self propelled or motorized hand operated screeds cannot be employed. These boards shall be sturdy and able to strike off the full placement width without intermediate supports. Strike -boards, screed rails, vand vany specially made auxiliary equipment shall receive the Engineer's approval before use. All finishing requirements in these Specifications apply to hand -operated finishing equipment. 6-02.3(10)D Concrete Placement, Finishing, and Texturing Before any concrete is placed, the finishing machine shall be operated over the entire length of the deck/slab to check screed deflection. Concrete placement may begin only if the Engineer approves after this test. Immediately before placing concrete, the Contractor shall check (and adjust if necessary) am falsework and wedges to minimize settlement and deflection from the added mass of the concrete deck/slab. The Contractor shall also install devices, such as telltales, by which the Engineer can readily measure settlement and deflection. The contractor shall schedule the concrete placement so that it can be completely .finishe=d during uayiinh+. After dark finishing is permitted if the Engineer approves and if the Contractor provides adequate lighting. The placement operation shall cover the full width of the Roadway or the full width between construction joints. The Contractor shall locate any construction joint over a beam or web that can support the deck/slab on either side of the joint. The joint shall not occur over a pier unless the Plans permit. Each joint shall be formed vertically and in true alignment. The Contractor shall not release falsework or wedges supporting pours on either side of a joint until each side has aged as these Specifications require. Placement of concrete for bridge decks and bridge approach siahs shall cmmply with Section n 6-02.3(6) i he Engineer shall approve the placement method. in placing the concrete, the Contractor shall: 1. Place it `without segregation) against concrete placed earlier, as near as possible to its final position, approximately to grade, and in shallow, closely spaced piles; 2. Consolidate it around reinforcing steel by using vibrators before strike -off by the finishing machine; 3. Not use vibrators to move concrete; 4. Not revibrate any concrete surface areas where workers have stopped prior to screeding; 5. Remove any concrete splashed onto reinforcing steel in adjacent segments before concreting them; 6. Tamp and strike off the concrete with a template or strike board moving slowly forward at an even speed; 7. Maintain a slight excess of concrete in front of the cutting edge across the entire width of the placement operation; 20 8. Make enough passes with the strike -board (without overfinishing and bringing excessive amounts of mortar to the surface) to create a surface that is true and ready for final finish; and 9. Leave a thin, even film of mortar on the concrete surface after the last pass of the strike -board. Workers shall complete all post screeding operations without walking on the concrete. This may require work bridges spanning the full width of the slab. After removing the screed supports, the Contractor shall fill the voids with concrete (not mortar). If necessary, as determined by the Engineer, the Contractor shall float the surface left by the finishing machine to remove roughness, minor irregularities, and seal the surface of the concrete. Floating shall leave a smooth and even surface. Float finishing shall be kept to a minimum number of passes so air bubbles in the concrete are not released. The floats shall be at least 4 -feet long. Each transverse pass of the float shall overlap the previous pass by at least half the length of the float. The first floating shall be at right angles to the strike -off. The second floating shall be at right angles to the centerline of the span. A smooth riding surface shall be maintained across construction joints. Expansion joints shall be finished with a 1/2 -inch radius edger. After floating, but while the concrete remains plastic, the Contractor shall test the entire deck/slab for flatness (allowing for crown, camber, and vertical curvature). The testing shall be done with a 10 -foot straightedge held on the surface. The straightedge shall be advanced in successive positions parallel to the centerline, moving not more than 1/2 the length of the straightedge each time it advances. This procedure shall be repeated with the straightedge held perpendicular to the centerline. An acceptable surface shall be one free from deviations of more than 1/8 -inch under the 10 -foot straightedge. If the test reveals depressions, the Contractor shall fill them with freshly mixed concrete, strike off, consolidate, and refinish them. High areas shall be cut down and refinished. Retesting and refinishing shall continue until an acceptable, deviation free surface is produced. The hardened concrete shall meet all smoothness requirements of these Specifications even though the tests require corrective Work. The Contractor shall texture the bridge deck and bridge approach slab by combing the final surface perpendicular to the centerline. Made of a single row of metal tines, the comb shall leave striations in the fresh concrete approximately 3/16 -inch deep by 1/8 -inch wide and spaced approximately 1/2 -inch apart. The Engineer will decide actual depths at the site. (If the comb has not been approved, the Contractor shall obtain the Engineer's approval by demonstrating it on a test section.) The Contractor may operate the combs manually or mechanically, either singly or with several placed end to end. The timing and method used shall produce the required texture without displacing larger particles of aggregate. Texturing shall end 2 -feet from curb lines. This 2 -foot untextured strip shall be hand finished with a steel trowel. If the Plans call for an overlay (to be constructed under the same Contract), such as hot mix asphalt, latex modified concrete, epoxy concrete, or similar, the Contractor shall produce the final finish by dragging a strip of damp, seamless burlap lengthwise over the full width of the deck/slab or by brooming it lightly. A burlap drag shall equal the deck/slab in width. Approximately v_feet of the drag shall contact the surface, with the least possible bow in its leading edge. It shall be kept wet and free of hardened lumps of concrete. When it fails to produce the required finish. the Contractor shall replace it. When not in use, it shall he lifted clear of the slab. After the deck/slab has cured, the surface shall not vary more than 1/8 -inch under a 10 -foot straightedge placed parallel and perpendicular to the centerline. The Contractor shall cut high spots down with a diamond faced, saw -type cutting machine. This machine shall cut through mortar and aggregate without breaking or dislodging the aggregate or causing spans. Low spots shall be built up utilizing a grout or concrete with a strength equal to or greater than the required 28 -day strength of the dPekisiab. The method of build-up shall be submitted to the Engineer for approval. TI The surface texture on any area cut down or built up shall match closely that of the surrounding bridge bridge approach slab a The entire bridge deck and bridge +..... +.......�� �.�. bridge deck or bridge ale. uNNI va�..l I slab area. The IG �1 1611 G bridge l�ty; 6.1 C..leli approach shall a smooth riding surface. slab JIIan provide a Ilun�j. 6-02.3(10)E Sidewalk Concrete for sidewalk shall be well compacted, struck off with a strike -board, and floated with a wooden float to achieve a surface that does not vary more than 1/4 -inch under a 10 - foot straightedge. An edging tool shall be used to finish all sidewalk edges and expansion joints. The final surface shall have a granular texture that will not turn slick when wet. 6-02.3(10)F Bridge Approach Slab Orientation and Anchors Bridge approach slabs shall be constructed full bridge deck width from outside usable Shoulder to outside usable Shoulder at an elevation to match the Structure. The bridge approach slabs shall be modified as shown in the Plans to accommodate the grate inlets at the bridge ends if the grate inlets are required. Bridge approach slab anchors shall be installed as detailed in the Pians and the anchor rods, couplers, and nuts shall conform to Section 9-06.5(1). The steel plates shall conform to ASTM A 36. All metal parts shall receive 1 coat of formula A-11-99 paint meeting the requirements of Section 9-08.2. The pipe shall be any non -perforated PE or PVC pipe of the diameter specified in the Plans. Polystyrene shall conform to Section 9-04.6. The anchors shall be installed parallel both to profile grade anri center line of Roardwav The Contractor shall secure the anchors to ensure that they will not he misaligned during concrete placement. For Method B anchors installations, the epoxy bonding agent used to install the anchors shall be Type IV conforming to Section 9-26.1. The compression seal shall be as noted in the Contract documents. Dowel bars shall be installed in the bridge approach slabs in accordance with the requirements of the Standard Plans and Section 5- 05.3(10). After curing bridge approach slabs in accordance with Section 6-02.3(11), the bridge approach slabs may be opened to traffic when a minimum compressive strength of 2,500 psi is achieved. 6-02.3(17)N Removal of Falsework and Forms The fifth paragraph, beginning with "The Contractor may remove side forms, traffic barrier form, and pedestrian barrier forms" etc, is deleted. 22 6-02.3(17)0 Early Concrete Test Cylinder Breaks The third paragraph is revised to read: The cylinders shall be cured in accordance with WSDOT FOP for AASHTO T 23. 6-02.3(20) Grout for Anchor Bolts and Bridge Bearings The title for this Section (on page 6-71) is revised to read: 6-02.3(20) Grout for Anchor Bolts and Bridge Bearings 6-02.3(25)L Handling and Storage The fifth sentence in the third paragraph is deleted. SECTION 6-03, STEEL STRUCTURES April 7, 2008 6-03.3(33) Bolted Connections The second paragraph is revised to read: All bolted connections are slip critical. Painted structures require either Type 1 or Type 3 bolts. Unpainted structures require Type 3 bolts. AASHTO M 253 bolts shall not be galvanized or be used in contact with galvanized metal. 6-03.3(38) Placing Superstructure This section is revised to read: The concrete in piers and crossbeams shall reach at least 80 -percent of design strength before girders are placed on them. 6-03.4 Measurement The second paragraph is revised to read: Cast or forged metal (kind) shown in the Plans will be measured by the pound or will be paid for on a lump sum basis, whichever is shown on the Proposal. SECTION 6-09, MODIFIED CONCRETE OVERLAYS August 4, 2008 6-09.3(1)B Rotary Milling Machines This section is revised to read: Rotary milling machines shall have a maximum operating weight of 50,000 pounds, and conform to the requirements in Section 1-07.7. 6-09.3(1)C Hydro -Demolition Machines This section is revised to read: Hydro -demolition machines shall consist of filtering and pumping units operating in conjunction with a remote-controlled robotic device, using high velocity water jets to remove 1/2 -inch of sound concrete with the simultaneous removal of all deteriorated concrete. Hydro -demolition machines shall also clean any exposed reinforcing steel of all rust and corrosion products. 91 6-09.3(1)D Shot Blasting Machines This section is revised to read: Shot blasting machines shall consist of a self contained mobile unit, using steel abrasive to remove 1/2 -inch of sound concrete. The shot blasting machine shall vacuum and store all material removed from the scarified concrete surface into a self contained unit. 6-09.3(8)A Quality Assurance for Microsilica Modified and Fly Ash Modified Concrete Overlays The first sentence in the first paragraph is revised to read: The Engineer will perform slump, temperature, and entrained air tests for acceptance in accordance with Section 6-02.3(5)D and as specified in this Section after the Contractor indicates that the concrete is ready for placement. The third paragraph is deleted. 6-09.3(8)B Quality Assurance for Latex Modified Concrete Overlays The following new sentence is inserted as the leading sentence in the second paragraph: Tom,. r-r�:..,.,.- will perform slump, �_.v____,..._ and _ _I The Engineer will slump, temperature, entrained air tests for acceptance in accordance with Section 6-02.3(5)D and as specified in this Section. The third paragraph is deleted. SECTION 6-11, REINFORCED CONCRETE WALLS August 4, 2008 6-11.3(3) Precast Concrete Wail Stem Panels The first sentence in the first paragraph is revised to read: The Contractor may fabricate precast concrete wall stem panels for construction of Standard Plan Retaining Walls. The first sentence in the second paragraph is revised to read: The precast concrete wall stem panels shall accordance following . ..v N.vvawva vv..v. vav .raw.. vay... panels shall be designed in accordance with the following II�. cnries° The first sentence in number 1. in the second paragraph is revised to read: 1. For al! loads except as otherwise noted - AASHTO LRFD Bridge Design S� el ca io s, latest edition and current Interims. 6-11.3(5) Backfill, Weepholes and Gutters The first sentence in the first paragraph is revised to read: Unless the Plans specify otherwise, backfill and weepholes shall be placed in accordance with the Standard Plans and Section 6-02.3(22). 24 SECTION 6-15, SOIL NAIL WALLS January 7, 2008 6-15.3(8)A Verification Testing The last sentence in the sixth paragraph is revised to read: The Toad -hold period shall start as soon as the Toad is applied and the nail movement with respect to a fixed reference shall be measured and recorded at 1 minute, 2, 3, 4, 5, 6, 10, 20, 30, 40, 50, and 60 minutes. 6-15.3(8)B Proof Testing The fifth sentence in the third paragraph is revised to read: If the load hold is extended, the nail movement shall be recorded at 20, 30, 40, 50, and 60 minutes. SECTION 6-16, SOLDIER PILE AND SOLDIER PILE TIEBACK WALLS August 4, 2008 6-16.3(6) Installing Timber Lagging and Permanent Ground Anchors This section, including the title, is revised to read: 6-16.3(6) Designing and Installing Lagging, and Installing Permanent Ground Anchors Lagging for soldier pile walls shall conform to one of the following two categories: Temporary lagging is defined as lagging that is in service as a structural member for a maximum of 36 months before a permanent load carrying fascia is in place, except for the following exception. Lagging for soldier pile walls in site soils conforming to an excluded soil type as defined under Section 6-16.3(6)A will be classified as permanent lagging conforming to Section 6-16.3(6)C, in which case this requirement will be specified in the Plans along with design details for such lagging. Permanent lagging is defined as all lagging not conforming to the definition of temporary lagging as specified above. This section is supplemented with the following new sub -sections: 6-16.3(6)A Soil Classification For the purposes of designing lagging for soldier pile walls, soils shall be categorized in the following classifications: Soil Type 1 The following shall be considered Type 1 soils: 1. Cohesive fine grained soils either CL or CH of medium consistency with 111-1/Su < 5. 2. Cohesive fine grained soils either CL or CH that are stiff to very stiff and non - fissured. 3. Fine grained soils either ML or SM -ML that are above the water table. 4. Coarse grained soils either C`V'V, medium dense to dense. OP, Soil Type 2 The following shall be considered Type 2 soils: OM, UC, SW, SP or SM that are 1. Cohesive fine grained soils either CL or CH that are heavily over consolidated and fissured. 2. Fine grained ML soils or coarse grained SM -ML soils that are below the water table. 3. Coarse grained SC soil that is medium dense to dense and is below the water 4. Coarse grained soils either SW, SP or SM that are loose. Soil Type 3 The following shall be considered Type .i soils: 1. Cohesive fine grained soils either CL or CH that are soft with yH/S, > 5. 2. Fine grained slightly plastic ML soil that is below the water table. 3. Coarse grained SC soil that islooseand below -the water table. Exclusions Regardless of whether site soils conform to the soil defined 6 +r _�-. -.--- one of the soil types ucm ecu auvvc, site soils under the following conditions are excluded from the Type 1, Type 2, and Type 3 snit ciassi lc-ations: Disturbed soils se ch as those in landslides or known unstable areas. 2. Layered soils dipping into the excavation steeper than 4H:1 V. Lagging for soldier pile walls located in site soils excluded from the Type 1, Type 2, and Type 3 soil classifications shall be designed in accordance with the latest AASHTO LRFD Bridge Design Specifications with current interim specifications. Use of the table in Section 6-16.3(6)B for timber lagging in these situations will not be allowed. 6-16.3(6)B Temporary Lagging The Contractor shall design temporary lagging for all soldier pile walls. The temporary lagging design shall be based on the following: 1. The AASHTO LRFD Bridge Design Specifications, latest edition with current interim specifications, except that timber members used for temporary lagging may be selected based on the table below. 2. The soil type as specified in the Plans or as determined from the geotechnical report prepared for the project. 3. The soil pressure diagram, either as shown in the Plans or as included in the geotechnical report prepared for the project, including the surcharge for temporary construction load when shown in the Plans. 26 The Contractor shall submit the soldier pile wall lagging design working drawings and supporting design calculations to the Engineer for approval in accordance with Section 6- 01.9. The submittal shall include, but not be limited to, the following: 1. Description of the material used for the lagging, including identification of applicable material specifications. 2. Installation method and sequence. 3. If the lagging material is to be removed during or after installation of the permanent fascia, a description of how the lagging is removed without disturbing or damaging the fascia, soldier piles, and retained soil, and a description of how, and with what material, the void left by the removal of lagging is to be filled. 4. For all cases, except with timber for temporary lagging, a description with appropriate details of how subsurface drainage is to be accommodated, either in accordance with Section 6-16.3(7) for timber lagging, Section 6-15.3(7) for shotcrete facing, or other means appropriate for the geotechnical site conditions and approved by the Engineer for other lagging materials. Lagging materials and lagging installation methods that cause the build-up of, and prevent the relief of, pore water pressure will not be allowed. Free draining materials are defined as those materials that exhibit a greater permeability than the material being retained. Temporary lagging may be untreated timber conforming to the Section 9-09.2 requirements specified under Structures for timber lagging, or another material selected by the Contractor. Timber for temporary lagging shall conform to the minimum actual thickness specified in the table below for the soil type, exposed wall height, and lagging clear span as shown in the Plans. Minimum Actual Thickness of Timber Used As Temporary Lagging Soil Type (1) 1 1 2 2 3 3 3 Exposed Wall Height (feet) 25 and under Over 25 to 60 25 and under Over 25 to 60 15 and under Over 15 to 25 Over 25 Clear Span Of Lagging (feet) Minimum Actual Thickness of Rough Cut Timber Lagging (inches) (3) 5 2 3 3 3 3 3 4 6 3 3 3 3 3 4 5 7 3 3 3 4 4 5 6 8 3 4 4 4 5 6 (2) 9 4 4 4 5 (2) (2) (2) 10 4 5 5 5 (2) (2) (2) (1) Soil Type as defined in Section 6-16.3(6)A (2) For exposed wall heights exceeding the limits in the table above, or where minimum rough cut lagging thickness is not provided, the Contractor shall design the lagging in accordance with the latest AASHTO LRFD Bridge Design Specifications with current interim specifications. 77 (3) Table modified from FHWA document "Lateral Support Systems s and Underpinning" (Report No. FHWA-RD-75-130) Notwithstanding the requirements of Section 1-06.1, steel materials used by the Contractor as temporary lagging may be used (second hand) provided that the use of such used (second hand) steel materials shall be subject to visual inspection and approval by the Engineer. For used (second hand) steel materials where the grade of steel cannot be positively identified, the design stresses for the steel shall conform to the Section 6- 02.3(17)B requirements for salvaged steel, regardless of whether rivets are present or not. 6-16.3(6)C Permanent Lagging Permanent lagging, including timber, shall be as shown in the Plans. The use of the table in Section 6-16.3(6)B for the design of timber lagging for permanent lagging will not be a i inwari 6-16.3(6)D installing Lagging and Permanent Ground Anchors The excavation and removal of CDF and pumpable lean concrete for the lagging installation shall proceed in advance of the lagging, and shall not hagin 1 until the rnF anti pumpable lean concrete are of CI iff dent strength that the material remains in place during �y ... that ..n wve ....e law.e w in Nluvs.. during l� excavation and lagging installation. If the CDF or pumpable lean concrete separates from the soldier pile, or caves or spalls from around the soldier pile, the Contractor shall discontinue excavation and lagging installation operations until the CDF and pumpable iean concrete is completely set. The bottom of the excavation in front of the wall shall be level. Excavation shall conform to Section 2-03. For walls without permanent ground anchors, the bottom of excavation shall not be more than three feet below the bottom level of the lagging already installed, but in no case shall the depth of exeevatien beneath the bottom level of installed lagging b e h + bottom level Ll VI installed lagging be .�7Uc1 to cause instability of the excavated face. For walls with permanent ground anchors, the bottom of excavation shall be not more than three feet 1/eiVYthe permanent around anchor level til all permanent ground anchors at that level are installed and stressed, but in no case shall the depth of excavation beneath the permanent ground anchor level be such to cause instability of the excavated face. Any caving that occurs during excavation shall be backfilled with free draining material as approved by the Engineer. Installing, stressing, and testing the permanent ground anchors shall be in accordance with Section 6-17 and the construction sequence specified in the Plans. The lagging shall be installed from the top of the soldier pile proceeding downward. The lagging shall make direct contact with the soil. When and where lagging is not in full contact with the soil being retained, either the lagging shall be wedged back to create contact or the void shall be filled with a free draining material as approved by the Engineer. When utilizing lagging in fill situations, the backfill layers shall be placed in accordance with Section 2-03.3(14) except that all layers shall be compacted to 90 percent of maximum density. 6-16.4 Measurement The third paragraph is revised to read: Lagging will be measured by the square foot area of lagging installed. The quantity will be computed based on the vertical dimension from the highest lagging elevation to the lowest lagging elevation between each pair of adjacent soldier piles as the height dimension, and the center -to -center spacing of the soldier piles as the length dimension. 28 6-16.5 Payment The third bid item and the following paragraph is revised to read: "Lagging", per square foot. All costs in connection with furnishing and installing lagging shall be included in the unit contract price per square foot for "Lagging", including design of temporary lagging, and filling voids behind the lagging with a free draining material as approved by the Engineer. SECTION 6-17, PERMANENT GROUND ANCHORS January 7, 2008 6-17.3(8)B Performance Testing The fourth sentence in the fourth paragraph is revised to read: If the load hold is extended, the anchor movement shall be recorded at 20 minutes, 30, 40, 50, and 60 minutes. 6-17.3(8)C Proof Testing The fourth sentence in the second paragraph is revised to read: If the Toad hold is extended, the anchor movements shall be recorded at 20 minutes, 30, 40, 50, and 60 minutes. SECTION 8-01, EROSION CONTROL AND WATER POLLUTION CONTROL April 7, 2008 8-01.3(1) General The ninth paragraph is revised to read: If the Engineer, under Section 1-08.6, orders the Work suspended, the Contractor shall continue to control erosion, pollution, and runoff during the shutdown. 8-01.3(1)C Water Management Item 2. "Process Water" is supplemented with the following new first paragraph: High pH process water or wastewater (non-stormwater) that is generated on-site, including water generated during concrete grinding, rubblizing, washout, and hydrodemolition activities, shall not be discharged to waters of the state. Water may be infiltrated upon the approval of the Engineer. Off-site disposal of concrete process water shall be in accordance with Standard Specification 5-01.3(11). 8-01.3(6)D Wattle Check Dam The reference to Section 8-01.3(10) is revised to Section 9-14.5(5). 8-01.3(12) Compost Sock The last paragraph is deleted. 8-01.3(13) Temporary Curb The first paragraph is revised to read: 00 Temporary curbs may consist of asphalt, concrete, sand bags, compost socks, wattles, or geotextile/plastic encased berms of sand or gravel, or as approved by the Engineer. SECTION 8-02, ROADSIDE RESTORATION April 7, 2008 8-02.3(3) Planting Area Weed Control The second paragraph is deleted. This section is supplemented with the following: 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. SECTION R-04, CURBS, GUTTERS, AND SPILLWAYS January 7, 2008 8-04.5 Payment The bid items "Roundabout Truck Apron Inner Cement Conc. Curb" and "Roundabout Truck Apron Outer Celli_ Colli: t.i ilii and Gutter" are revised to read: "Roundabout Central Island Cement Concrete Curb", per linear foot. "Roundabout Truck Apron Cern. Conc.-Curb-and-Gutter-", per linear foot. This section is supplemented with the following new bid item: "Roundabout Truck Apron Cement Concrete Curb", per linear foot. SECTION 8-12, CHAIN LINK FENCES AND WIRE FENCE January 7, 2008 8-12.3(1)A Posts All references to "Type 3 fence" in the second and third paragraphs are revised to read "Type 3 and Type 4 fences". The first sentence in the eighth paragraph is revised to read: Gate and pull posts shall be braced to the adjacent brace, end, or corner post(s) in the manner shown in the Standard Plans. The tenth paragraph is revised to read: All posts for chain Zink fence Types 1 and 6 shall be fitted with an approved top cap designed to fit securely over the post to support the top rail. All round posts for chain Zink fence Types 3 and 4 shall have approved top caps fastened securely to the posts. The base of the top cap fitting for round posts shall feature an apron around the outside of the posts. 8-12.3(1)C Tension Wire This section including title is revised to read: 30 8-12.3(1)C Tension Wire and Tension Cable Tension Wires shall be attached to the posts as detailed in the Standard Plans or as approved by the Engineer. Tension Cables shall be installed in accordance with Section 8-25.3(5). 8-12.3(1)D Chain Link Fabric The following new paragraph is inserted in front of the first paragraph: Attach the chain link fabric after the cables and wires have been properly tensioned and/or the top rail has been installed. The third and fourth sentences in the third paragraph are revised to read: Fastening to posts shall be with tie wire, metal bands, or other approved method attached at 14 -inch intervals. The top and bottom edge of the fabric shall be fastened with tie wires to the top rail, and with hog rings to the tension cable or top and bottom tension wires as may be applicable, spaced at 24 -inch intervals. SECTION 8-15, RIPRAP April 7, 2008 8-15.3(1) Excavation for Riprap The second sentence of the first paragraph is revised to read: Excavation below the level of the intersection of the slope to be protected and the adjacent original ground or the channel floor or slope shall be classified, measured, and paid for as channel excavation or ditch excavation in accordance with Section 2-03. 8-15.4 Measurement The following new paragraph is inserted to follow the fifth paragraph. Channel excavation will be measured by the cubic yard as specified in Section 2-03. The sixth paragraph is revised to read: Ditch excavation will be measured by the cubic yard as specified in Section 2-03. The reference to Section 2-10 in the seventh paragraph is revised to Section 2-03. 8-15.5 Payment The bid item "Filter Blanket" is supplemented with the following: The unit price for "Filter Blanket" shall be full payment for all costs incurred to perform the work in Section 8-15.3(7). This section is supplemented with the following: "Channel Excavation", per cubic yard. "Channel Excavation Incl. Haul", per cubic yard. "Ditch Excavation Incl. Haul", per cubic yard. Payment for "Channel Excavation", "Channel Excavation Incl. Haul", "Ditch Excavation" and "Ditch Excavation Incl. Haul" is described in Section 2-03.5. SECTION 8-20, ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL Anril 7 Inns? 8-20.3(4) Foundations The fifth paragraph is revised to read: Where soil conditions are poor, the Engineer may order the Contractor to extend the foundations shown in the Plans to provide additional depth. Such additional Work will be paid for according to Section 1-04.4. SECTION 8-21, PERMANENT SIGNING April 7 9nnR 8-21.3(9)F Bases This section including title is revised to read: 8-21.3(9)F Foundations The excavation and backfill shall be in conformance with the requirements of Section 2- 09.3(1)E. Where obstructions prevent construction of planned foundations, the r =ontractor snail _ snail i:i]Witt—iii:i air. effective foundation satisfactory Engineer. _.._... <.P...�e. a, ve m..rm�.e� satisfactory vai 3.da� to the d...i ieJ. 9fiee.. The bottom of concrete foundations shall rest on firm ground. If the portion of the foundation beneath the --existing -ground line is formed --or -eased instead of -being cast against the existing soil forming the sides of the excavation, then all gaps between the existing soil and the completed foundation shall be backfilled and compacted in accordance with Section 2-09.3(1)E. Foundations shall he in rationwher.. practicable. TL_ a:uc coca :: a;i ishall .:e cast one operation ii Ui i vvi ici c urai:iif:o isle, i 1 ie exposed portions shall be formed to present a neat appearance. Class 2 surface finish shall be applied to exposed surfaces of concrete in accordance with the requirements of Section 6-02.3(14)B. Where soil conditions are poor, the Engineer may order the Contractor to extend the foundations shown in the Plans to provide additional depth. Such additional work will be paid for according to Section 1-04.4. Forms shall be true to line and grade. Tops of foundations for roadside sign structures ..4....11 be finished to ground ie.'_ shall line, unless otherwise shown in the Plans or directed by the Engineer. Tops of foundations for sign bridges and cantilever sign structures shaii be finished to the elevation shown in the Plans. Both forms and ground which will be in contact with the concrete shall be thoroughly moistened before placing concrete; however, excess water in the foundation excavation will not be permitted. Forms shall not be removed until the concrete has set at least three days. All forms shall be removed, except when the Plans or Special Provisions specifically allow or require the forms or casing to remain. Foundation concrete shall conform to the requirements for the specified class, be cast -in- place concrete and be constructed in accordance with Section 6-02.2 and 6-02.3. Sign structures shall not be erected on concrete foundations until foundations have attained a compressive strength of 2,400 psi. 32 In addition to the basic requirements, sign bridges and cantilever sign structures shall be installed in accordance with the following: 1. Tops of foundations for sign bridges and cantilever sign structures shall be finished to the elevation shown in the Plans. 2. Steel reinforcing bars shall conform to Section 9-07. 3. Concrete shall be Class 4000, except as otherwise specified. Where water is present in the shaft excavations for Type 1 foundations for sign bridges and cantilever sign structures, the shaft concrete shall be Class 4000P placed in accordance with Section 6-02.3(6)B. 4. All bolts and anchor bolts shall be installed so that two class full threads extend beyond the top of the top heavy -hex nut. Anchor bolts shall be installed plumb, plus or minus 1 degree. 5. Plumbing of sign bridges and cantilever sign structures shall be accomplished by adjusting leveling nuts. Shims or other similar devices for plumbing or raking will not be permitted. 6. The top heavy -hex nuts of sign bridges and cantilever sign structures shall be tightened in accordance with Section 6-03.3(33), and by the Turn -Of -Nut Method to a minimum rotation of 1/4 turn and a maximum of 1/3 turn past snug tight. Permanent marks shall be set on the base plate and nuts to indicate nut rotation past snug tight. In addition to the basic requirements, roadside sign structures shall be installed in accordance with the following: 1. Tops of foundations shall be finished to final ground line, unless otherwise shown in the Plans or staked by the Engineer. 2. Spiral reinforcing shall conform to AASHTO M32. All other steel reinforcement shall conform to the requirements of Section 9-07. 3. Concrete shall be Class 3000. 4. The assembly and installation of all Type TP — A or B bases for roadside sign structures shall be supervised at all times by either a manufacturer's representative or an installer who has been trained and certified by the manufacturer of the system. If the supervision is provided by a trained installer, a copy of the installer certification shall be provided to the Engineer prior to installation. 5. For all Type — A or B bases the Contractor shall attach four female anchors to a flat rigid template following the manufacturer's recommendations. The Contractor shall lower the anchor assembly into fresh concrete foundation and vibrate into position such that the tops of the anchor washers are flush with the finished top surface of the foundation. The Contractor shall support the template such that all anchors are level and in their proper position. Slip base and hinge connection nuts of roadside sign structures shall be tightened using a torque wrench to the torque, and following the procedure, specified in the Standard Plans. 8=21.3(10) Vacant This section is revised to read: 8-21.3(10) Sign Attachment Sign panels consisting of sheet aluminum or fiberglass reinforced plastic shall be attached or mounted to sign posts or sign structures as shown in the Standard Plans. Signs not conforming to the above, including all variable message sign (VMS) assemblies and other message board type assemblies, shall be attached or mounted to sign posts or sign structures by means of positive connections - defined as through -bolted connections. The use of clips or clamps to accomplish the attachment or mounting of such signs and assemblies is prohibited. 8-21.3(12) Steel Sign Posts This section is revised to read: For roadside sign structures on Type — A or B bases, the Contractor shall use the following procedures and manufacturer's recommendations: 1. The couplings, special bolts, bracket bolts, and hinge connection nuts on all Type — A nr R hacpc s.+.h.e_...!.!. h.... e tig�htte.�,n,e.mdv !e.,ki.n.:g� the T.u..,r.n-Ouf.-.etel:a_ T.i:rtiah:.t.e.,n: :i. nrra: Method +r: maximum rotation of 1/2 turn past snug tight. 2. The Contractor shall shim as necessary to plumb the steel signposts. For roadside sign structures on all Type PL and SB slip bases, the Contractor shall use the following procedures: The Contractor shall assemble the steel sign washers as shown in the Standard Pians. nnet to et! th nnef Tenth hr I+c girl fro+ imiL 2. Each bolt be tightened using a torque wrench to the torque, and following the procedures specified in the Standard Pians. SECTION 8-25, GLARE SCREEN January 7, 2008 0-25.3(1) Glare Screen Fabric The second sentence in the second paragraph is revised to read: Fastening to end, corner, and pull posts shall be with stretcher bars and fabric bands spaced at 1 -foot intervals. The fourth sentence in the second paragraph is revised to read: Fabric shall be securely fastened to line and brace posts with tie wires, metal bands, or other approved methods, attached at 14 -inch intervals. 8-25.3(5) Tension Cables The following new paragraph is inserted in front of the first paragraph: Fasten the tension cables after the posts have been installed and those set in concrete have sufficiently cured. 34 The second sentence in the second paragraph is revised to read: The top of the pull posts shall be braced diagonally to the bottom of the end, corner, or brace posts with a short length of cable as shown in the Standard Plans. This section is supplemented with the following: Attach U -bolt wire rope clips to the cable ends by placing the base (saddle) of the clip against the live end of the cable, while the "U" of the bolt presses against the dead end. Two clips shall be used per end, spaced a minimum of six cable diameters apart with a wire rope thimble placed securely in the loop eye to prevent kinking. 8-25.3(6) Fittings, Attachments and Hardware The first paragraph is deleted. The second paragraph is revised to read: A galvanized iron strap 1/4 -inch in thickness by 2 -inches in width, formed as shown in the Standard Plans, shall be provided for the attachment of eye bolts and eye nuts to the base and top of the H column posts in order to take the strain of the cable tension off the web of the H column. The straps are required between any tension cable fitting and the H column, one per side, unless the screen post is mounted to a guardrail post, then a strap is only required on the outside (nut side) face. The straps are only required at tension cable attachment locations. SECTION 9-04, JOINT AND CRACK SEALING MATERIALS January 7, 2008 9-04.1(2) Premolded Joint Filler for Expansion Joints This section is revised to read: Premolded joint filler for use in expansion (through) joints shall conform to either AASHTO M 213 Specifications for "Preformed Expansion Joint Fillers for Concrete Paving and Structural Construction" except the requirement for water absorption is deleted, or ASTM D 7174 Specifications for "Preformed Closed -Cell Polyolefin Expansion Joint Fillers for Concrete Paving and Structural Construction." SECTION 9-06, STRUCTURAL STEEL AND RELATED MATERIALS April 7, 2008 9-06.5(3) High Strength Bolts Paragraphs one through four are revised to read as follows: High-strength bolts for structural steel joints shall conform to either AASHTO M 164 Type 1 or 3, or AASHTO M 253 Type 1 or 3, as specified in the Plans or Special Provisions. Galvanized AASHTO M 164 Type 1 bolts with an ultimate tensile strength above 145 ksi shall be tested for embrittlement. Embrittlement testing shall be conducted after galvanization in accordance with ASTM F 606, Section 7. The Manufacturer's Certificate of Compliance for the lot provided shall show the ultimate tensile strength test results. Bolts conforming to AASHTO M 253 shall not be galvanized. AASHTO M 253 Type 1 bolts shall be painted with two coats of zinc rich paint, formula A-9-73, consisting of a minimum dry film thickness of 2 mils per coat, when specified the Plans Special Provision. ' specified -- in the Plans or Special Provisions. V VIJILJI IJ. Bolts for unpainted and nongalvanized structures shall conform to either AASHTO M 164 Type 3 or AASHTO M 253 Type 3, as specified in the Plans or Special Provisions. Nuts for high strength bolts shall meet the following requirements: AASHTO M 164 Bolts Black Type 1 Black weathering Type 3 Galvanized Type 1 AASH T O M 253 Bolts Black Type 1 Black weathering Type 3 9-06 1 i i oppe r Seas This section including title is revised to read: 9-06.13 Vacant SECTION 9-09, TIMBER AND LUMBER January 7, 2008 9-09.1 General Requirements This section is revised to read: AASHTO M 291 Grade C, C3, DH and DH3 AASHTO M 292 Grade 2H AASHTO M 291 Grade C3 and DH3 ASHTO 291 Grade Dl . v wl I l v M G.7 I DH AASHTO M 292 Grade 2H AASHTO M 201 Grade DH, DH3 AASH T O 292 Grade 2H - --- - M b+sr (=trade LI 1 AASHTO M 291 Grade DH3 All timber and lumber shall be sized as indicated in the Plans. AH timber and lumber to be painted shall be surfaced on all sides. All timber and lumber to be painted shall be thoroughly air or kiln dried to an equilibrium moisture content and shall be stored in such a manner as to remain in a thoroughly dry condition until placed into the work. 9-09.2 Grade Requirements This section is revised to read: Timber and lumber shall conform to the grades and usage listed below. Timber and lumber shall be marked with a certified lumber grade stamp provided by one of the following agencies: West Coast Lumber Inspection Bureau (WCLIB) Western Wood Products Association (WWPA) Pacific Lumber Inspection Bureau (PLIB) Any lumber grading bureau certified by the American Lumber Standards Committee For structures, all material delivered to the project shall bear a grade stamp and have a grading certificate. The grade stamp and grading certificate will not constitute final 36 acceptance of the material. The Engineer may reject any or all of the timber or lumber that does not comply with the specifications or has been damaged during shipping or upon delivery. The grading certificate shall be issued by either the grading bureau whose stamp is shown on the material, or by the lumber mill, which shall be under the supervision of one of the grading bureaus listed above. The certificate shall include the following: Name of the mill performing the grading The grading rules being used Name of the person doing the grading with current certification Signature of a responsible mill official Date the lumber was graded at the mill Grade, dimensions, and quantity of the timber or lumber For Guardrail Posts and Blocks, Sign Posts, Mileposts, Sawed Fence Posts, and Mailbox Posts, the material delivered to the project shall either bear a grade stamp on each piece or have a grading certificate as defined above. The grade stamp or grading certificate shall not constitute final acceptance of the material. The Engineer may reject any or all of the timber or lumber that does not comply with the specifications or has been damaged during shipping or upon delivery. 9-09.2(1) Surfacing and Seasoning This section including title is revised to read: 9-09.2(1) Structures All timber and lumber for structures shall be Douglas Fir -Larch unless specified otherwise in the contract, and shall conform to the following: Materials 2" to 4" nominal thick, 5" nominal and wider (Structural Joists and Planks) No. 1 and better, grade (Section 123-b of WCLIB) or (Section 62.11 of WWPA) Materials 5" nominal and thicker (Beams and Stringers) No. 1 and better, grade (Section 130-b of WCLIB) or (Section 70.11 of WWPA) Timber lagging for soldier pile walls shall be Douglas Fir -Larch, grade No. 2 or better or Hem -Fir No. 1. When the material is delivered to the project, the Engineer will check the order for the appropriate grade stamp. The invoice and grading certificate accompanying the order must be accurate and complete with the information listed above. The grading certificate and grade markings shall not constitute final acceptance of the material. The Engineer may reject any or all of the timber or lumber that does not comply with the specifications or has been damaged during shipping or upon delivery. 9-09.2(2) Vacant This section including title is revised to read: 9-09.2(2) Guardrail Posts and Blocks Timber and lumber for guardrail posts and blocks (classified as Posts and Timbers) shall conform to the species and grades listed below. Douglas Fir No. 1 and better, grade (Section 131-b WCLIB) or (Section 80.11 WWPA) 17 Hem Fir Select Structural, grade (Section 131-a WCLIB) or (Section 80.10 WWPA) Southern Yellow Pine No. 1 and better, grade (Southern Pine Inspection Bureau) When the material is delivered to the project, the Engineer will check the order for the appropriate grade stamp. The grade markings shall not constitute final acceptance of the material. The Engineer may reject any or all of the timber or lumber that does not comply with the specifications or has been damaged during shipping or upon delivery. 9-09.2(3) Inspection This section including title is revised to read: 9-09.2(3) Sign Posts, !iiopostc, Sawed Fence Posts, and Mailbox Posts The allowable species of timber and lumber for signposts, and mileposts shall be Douglas Fir -Larch or Hem Fir. Timber and lumber for sawed fence posts and mailbox posts shall be Western Red Cedar, Douglas Fir -Larch, or Hem Fir. Sign posts, mileposts, sawed fence posts, and mailbox posts shaii conform to the grades shown below. 4" x 4" Construction grade (Light Framing, Section 122-b WCLIB) or (Section 40.11 WWPA) 4" x 6" No. 1 and better, grade (Structural Joists and Planks, Section 123-b WCLIB) or (Section 62.11 WWPA) 6" x 6", 6" x 8", 8" x 10" No. 1 and better, grade (Posts and Timbers, Section 131-b WCLIB) or (Section 80.11 WWPA) 6"x dns, 6"x 12" u -, I V , V A IG wi_ 1 No, and better, grade (Beams and Stringers, Section 130-b WCLIB) or (Section 70.11 WWPA) SECTION 9-14, EROSION CONTROL AND ROADSIDE PLANTING April 7, 2008 A -14.4(R) Compost Th'<. section ..,.1 .. ,.. . 1110 jel,LIVl1 Is revised W We U. Compost products shall be the result of the biological degradation and transformation of plant -derived materials under controlled conditions designed to promote aerobic decomposition. Compost shall be stable with regard to oxygen consumption and carbon dioxide generation. Compost shall be mature with regard to its suitability for serving as a Coil amendment erosion control defined below. The compost ll have =..v.� amendment w� �..� � ��,� �� or an erosion � �.vi iu VI BMP as UGIV W. shall a moisture content that has no visible free water or dust produced when handling the material. Compost production and quality shall comply with Chapter 173-350 WAC. Compost products shall meet the following physical criteria: 1. Compost material shall be tested in accordance with U.S. Composting Council Testing Methods for the Examination of Compost and Composting (TMECC) 02.02-B, "Sample Sieving for Aggregate Size Classification". 38 Fine Compost shall meet the following: Min. Max. Percent passing 2" 100% Percent passing 1" 95% 100% Percent passing 5/8" 90% 100% Percent passing 'A" 75% 100% Maximum particle length of 6 inches Coarse Compost shall meet the following: Min. Max. Percent passing 3" 100% Percent passing 1" 90% 100% Percent passing 3/4" 70% 100% Percent passing 3/4" 40% 60% Maximum particle length of 6 inches 2. The pH shall be between 6.0 and 8.5 when tested in accordance with U.S. Composting Council TMECC 04.11-A, "1:5 Slurry pH". 3. Manufactured inert material (plastic, concrete, ceramics, metal, etc.) shall be less than 1.0 percent by weight as determined by U.S. Composting Council TMECC 03.08-A "Classification of Inerts by Sieve Size". 4. Minimum organic matter shall be 40 percent by dry weight basis as determined by U.S. Composting Council TMECC 05.07A "Loss -On -Ignition Organic Matter Method (LOI)". 5. Soluble salt contents shall be less than 4.0 mmhos/cm when tested in accordance with U.S. Composting Council TMECC 04.10 "Electrical Conductivity". 6. Maturity shall be greater than 80% in accordance with U.S. Composting Council TMECC 05.05-A, "Germination and Root Elongation". 7. Stability shall be 7 mg CO2—C/g OM/day or below in accordance with U.S. Composting Council TMECC 05.08-B "Carbon Dioxide Evolution Rate". 8. The compost product must originate a minimum of 65 percent by volume from recycled plant waste as defined in WAC 173-350 as "Type 1 Feedstocks." A maximum of 35 percent by volume of "Type 2 Feedstocks," source -separated food waste, and/or biosolids may be substituted for recycled plant waste. The manufacturer shall provide a list of feedstock sources by percentage in the final compost product. 9. The Engineer may also evaluate compost for maturity using U.S. Composting Council TMECC 05.08-E "Solvita® Maturity Index". Fine Compost shall score a number 6 or above on the Solvita® Compost Maturity Test. Coarse Compost shall score a 5 or above on the Solvita® Compost Maturity Test. This section is supplemented with the following new sub -sections: 9-14.4(8)A Compost Approval The Contractor shall either select a compost manufacturer from the Qualified Products List, or thio following information to the Engineer for approval: VI submit 111V IVIIVYYIIIy 111IVI11ICLIVl1 to 111G Engineer IVI aI✓NIvvaI. 1. A Request for Approval of Material Source. 2. A copy of the Solid Waste Handling Permit issued to the manufacturer by the Jurisdictional Health Department as per WAC 173-350 (Minimum Functional Standards for Solid Waste Handling). 3. The manufacturer shall verify in writing, and provide lab analyses that the material complies with the processes, testing, and standards specified in WAC 173-350 and these specifications. An independent Seal of Testing Assurance (STA) Program certified laboratory shall perform the analysis. 4. A copy of the manufacturer's Seal of Testing Assurance STA certification as issued by the U.S. Composting Council. 9-i44(Q)® CiJoiopvMt A1,16CI,tarti�� Seven days prior to initial application of any compost the Contractor shall submit a compost sample, a STA test report dated within 90 calendar days- and the list of feedstocks by volume for each compost type to the Engineer for review. The Contractor shall use only compost that has been tested within 90 calendar days of application and meets the requirements in section 9-14.4(8). Compost not conforming to the above requirements or taken from a source other than those tested and accepted shall be immediately removed from the project and replaced at no cost to the Contracting Agency. SECTION 9-16, FENCE AND GUARDRAIL January 7, 2008 9-16.1(1)A Post Material for Chain Link Fence The first paragraph is supplemented with the following: • Round Post Material Round post materia! shall be Grade 1 nr 2. • Roll Form Material Roll -formed • post material shall be Grade 1. Roll -formed end, corner, and pull posts shall have integral fastening loops to connect to the fabric for the full length of each post. Top rails and brace rails shall be open rectangular sections with internal flanges as shown in ASTM F1043. The Round Post Material and Roll Form Material information following the third paragraph is deleted. 9-16.1(1)B Chain Link Fence Fabric The first paragraph is revised to read: Chain link fabric shall consist of 11 gage wire for chain link fence Types 3, 4, and 6, and 9 gage wire for chain link fence Type 1. The fabric shall be zinc -coated steel wire conforming to AASHTO M 181, Class C. Zinc 5 -percent Aluminum-Mischmeta! alloy meeting the requirements of ASTM B 750 may be substituted for zinc coating (hot -dipped) at the 40 application rate specified by ASSHTO M 181 for hot -dip zinc coating. Coating for chain Zink fence fabric shall meet the requirements of ASTM A 817 with minimum weight of coating of uncoated wire surface 1.0 oz/sq ft (305 g/m2). 9-16.1(1)C Tension Wire This section including title is revised to read: 9-16.1(1)C Tension Wire and Tension Cable Tension wire shall meet the requirements of AASHTO M 181. Tension wire galvanizing shall be Class 1. Tension cable shall meet the requirements of Section 9-16.6(5). 9-16.1(1)D Fittings and Hardware This section is supplemented with the following: Fabric bands and stretcher bars shall meet the requirements of Section 9-16.6(9). Thimbles, wire rope clips, anchor shackles, and seizing shall meet the requirements of Section 9-16.6(6). 9-16.1(1)E Chain Link Gates The first sentence in the first paragraph is revised to read: Gate frames shall be constructed of not less that 1 1/2 -inch (I.D.) galvanized pipe conforming to AASHTO M 181 Type I, Grade 1 or 2 as specified in Section 9-16.1(1)A. The fourth sentence in the first paragraph is revised to read: All welds shall be ground smooth and painted with an A-9-73 galvanizing repair paint or A- 11-99 primer meeting the requirements of Section 9-08.2. 9-16.2(1)A Steel Post Material The reference to "hot dip galvanized" in the first sentence in the second paragraph is revised to "galvanized". The first sentence in the third paragraph is revised to read: Posts shall not be less than 7 -feet in length. 9-16.3(2) Posts and Blocks The first sentence in the second paragraph is revised to read: Timber posts and blocks shall conform to the grade specified in Section 9-09.2(2). 9-16.3(3) Galvanizing The first sentence in the first paragraph is revised to read: W -beam or thrie beam rail elements and terminal sections shall be galvanized in accordance with AASHTO M-180, Class A, Type 2, except that the rail shall be galvanized after fabrication, with fabrication to include forming, cutting, shearing, punching, drilling, bending, welding, and riveting. 9-16.3(4) Hardware This section is revised to read: Unfinished Bolts (ordinary machine bolts), nuts, and washers for High Unfinished Bolts, shall conform to 9-06.5(1). High Strength bolts, nuts, and washers for High Strength Bolts shall conform to 9-06.5(3). Unfinished bolts will be accepted by field verification and documentation that bolt heads are stamped 307A. The Contractor shall submit a manufacturer's certificate of compliance per 1-06.3 for high strength bolts, nuts, and washers prior to installing any of the hardware. 9-16.3(5) Anchors The reference to "hot dip galvanized" in the tenth paragraph is revised to "galvanized" 9-16.4(2) Wire Mesh The reference to "hot dip galvanized" in the second sentence in the third paragraph is revised to "galvanized". 9-16.6(2) viare Screen Fabric The reference to "A 491" in the second sentence the first paragraph "ASTM A in 111 s1 is revised to ASirvi f'1 491". 9-16.6(3) Posts The first paragraph is revised to_read: Line posts for Type 1 glare screen shall be 1 1/2 -inches by 1 7/8 -inches galvanized steel H column with a minimum weight of 2.8 pounds per linear foot. Line posts for Type 2 glare screen shall be 1 5/8 -inches by 2 1/4 -inches galvanized steel H column with a minimum weight of 4.0 pounds per linear foo+ nr 2_inch inside diameter atvani-,ed steel _-G, _- � �-_. ._v:, _. _ ..:V:: .. wlu.. .,.. i:G�G: 4a�wi7a7. iilwLi sivei pipe with a nominal weight of 3.65 pounds per linear foot provided only one type shall be used on any one project. The first paragraph is supplemented with the following: End, corner, brace, and pull posts for Type 1 Design A shall be 1 1/2 -inches by 1 7/8 - inches steel H column with a minimum weight of 2.8 pounds per linear foot. The Lt first sentence in the second paragraph is revised to read: End, corner, brace, and pull posts for Type 1 Design B and Type 2 shall be 2 -inch inside diameter galvanized steel pipe with nominal weight of 3.65 pounds per linear foot. The reference to "hot dip galvanized" in the third sentence in the second paragraph is revised to "galvanized". . The first two sentences in the fifth paragraph are revised to read: All posts shall be galvanized in accordance with AASHTO M 181, Section 32. The minimum average zinc coating is per square foot of surface area. 9-16.6(5) Cable The reference to "hot dip galvanized" is revised to "galvanized". 42 9-16.6(6) Cable and Tension Wire Attachments The reference to "hot dip galvanized" in the first sentence in the first paragraph is revised to "galvanized". The third sentence in the first paragraph is deleted. 9-16.6(9) Fabric Bands and Stretcher Bars The reference to "hot dip galvanized" is revised to "galvanized". 9-16.6(10) Tie Wire This section including title is revised to read: 9-16.6(10) Tie Wire and Hog Rings Tie wire shall be 9 gage aluminum wire complying with the ASTM B 211 for alloy 1100 H14 or 9 gage galvanized wire meeting the requirements of AASHTO M 279. Galvanizing shall be Class 1. Hog rings shall be 12 gage galvanized steel wire. 9-16.8(1) Rail and Hardware The word "Composition" following the first paragraph is deleted. SECTION 9-19, PRESTRESSED CONCRETE GIRDERS April 7, 2008 9-19.1 Aggregates and Proportioning The first paragraph is revised to read: The concrete for prestressed girders shall have the minimum compressive strengths as specified in the Plans. Aggregates used in the mix shall conform to the following: Coarse aggregate shall be in accordance with Section 9-03.1(4). Fine aggregate shall be in accordance with Section 9-03.1(2), Class 1 or Class 2. The manufacturer may revise the grading of the coarse aggregate provided that the concrete mix design is qualified with the modified gradation. An alternative combined gradation conforming to Section 9-03.1(5) may also be used. SECTION 9-29, ILLUMINATION, SIGNAL, ELECTRICAL April 7, 2008 9-29.6 Light and Signal Standards This section is supplemented with the following: Materials for steel light and signal standards, and associated anchorage and fastening hardware, shall conform to Sections 9-29.6(1), 9-29.6(2) and 9-29.6(5) unless otherwise specified in one of the following documents: 1. The steel light and signal standard fabricator's pre -approved plan as approved by the Washington State Department of Transportation and as identified in the Special Provisions. Al The steel light and signal standard fabricator's shop drawing submittal, including supporting/nn designgcalculations, as submitted in accordance with Sections 6-01.9 and 8-20.2(1 1 and the Special Provisions approved by the Engin--- - -, -i _••--r--•�^• •�-••�+•�•��+, and as u�✓�.nvvcu by the Engineer. 44 CONTRACT PROVISIONS Special Provisions Contract Form Performance Bond Form Informational Certificate of Insurance Informational Additional Insured Endorsement Minimum Wage Affidavit Form CITY OF YAKIMA SPECIAL PROVISIONS for N. 85th Ave. & Kail Dr. Sanitary Sewer City Project No. 2208 L.I.D. 1060 The following Special Provisions supersede any conflicting provisions of the 2008 Standard Specifications for Road, Bridge, and Municipal Construction. DESCRIPTION OF WORK DIVISION 1 GENERAL REQUIREMENTS PROJECT DESCRIPTION This work shall consist of furnishing all labor, materials and equipment required to construct New Sanitary Sewer from the existing Sanitary Sewer, located in Summitview Ave., into the Sunset Vista and Hawthorn Hill neighborhood north of Summitview Ave. between N. 85th Ave. and N. 88th Ave. The project includes: the installation of approximately 2183 linear feet of 8 -inch P.V.C. Sanitary Sewer Pipe and all appurtenances, including but not limited to, New Manholes and 4 -inch P.V.C. Side Sewer Stubs, and pavement surface repair and repaving of certain roadways with Bituminous Surface Treatment. The project also includes approximately 622 linear feet of Directional Drilling to install and provide two (2) 8 - inch H.D.P.E. Sewers pipes and two (2) 4 -inch H.D.P.E. long Side Sewer Pipes. All in accordance with the Plans and Specifications as prepared by the City Engineer of the City of Yakima. 1-01.3 Definitions (May 25, 2006 APWA GSP) This Section is supplemented with the following: All references in the Standard Specifications to the terms "State", "Department of Transportation", "Washington State Transportation Commission", "Commission", "Secretary of Transportation", "Secretary", "Headquarters", and "State Treasurer" shall be revised to read "Contracting Agency". All references to "State Materials Laboratory" shall be revised to read "Contracting Agency designated location". The venue of all causes of action arising from the advertisement award execution, and performance of the contract shall be in the Superior Court of the County Mwhere vthe Contracting Agency's headquarters are located. Additive supplemental work group of items, identified separately in p : _ high A supplemental unit of work or yro aa� v: bid aepal gtGly 111 the ,VI <:77r,14J.?U1, �IVI III:I l Illeiy, at the discretion of the Contracting Agency, be awarded bid. ... ....•... +..".>.. .,. the vv��a"uvw�"�y be avv a:ueu in addition to the base Alternate One of two or more units of work or groups of bid items, identified separateiy in the proposal, from which the Contracting Agency may make a choice between different methods or material of construction for performing the same work. Contract Documents See definition for "Contract". Contract Time The period of time established by the terms and conditions of the contract within which the work must be physically completed. Dates Bid Opening Date The date on which the Contracting Agency publicly opens and reads the bids. Award Date The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive bidder for the work. Contract Execution Date The date the Contracting Agency officially binds the agency to the contract. Notice to Proceed Date The date stated in the Notice to Proceed on which the contract time begins. Substantial Completion Date The day the Engineer determines the Contracting Agency has full and unrestricted use and benefit of the facilities, both from the operational and safety standpoint, and only minor incidental work, replacement of temporary substitute facilities, or correction or repair remains for the physical completion of the total contract. Physical Completion Date The day all of the work is physically completed on the project. All documentation required by the contract and required by law does not necessarily need to be furnished by the Contractor by this date. Completion Date The day all the work specified in the contract is completed and all the obligations of the Contractor under the contract are fulfilled by the Contractor. All documentation required by the contract and required by law must be furnished by the Contractor before establishment of this date. Final Acceptance Date The date on which the Contracting Agency accepts the work as complete. 46 Notice of Award The written notice from the Contracting Agency to the successful bidder signifying the Contracting Agency's acceptance of the bid. Notice to Proceed The written notice from the Contracting Agency or Engineer to the Contractor authorizing and directing the Contractor to proceed with the work and establishing the date on which the contract time begins. Traffic Both vehicular and non -vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and equestrian traffic. 1-02 BID PROCEDURES AND CONDITIONS 1-02.1 Prequalification of Bidders Delete this Section and replace it with the following: 1-02.1 Qualifications of Bidder (***** APWA GSP) Bidders shall be qualified by experience, financing, equipment, and organization to do the work called for in the Contract Documents. The Contracting Agency reserves the right to take whatever action it deems necessary to ascertain the ability of the bidder to perform the work satisfactorily. Supplement this section as follows: Pre -qualification is not required for this project. 1-02.2 Plans and Specifications (***** APWA GSP) Delete this section and replace it with the following: Information as to where Bid Documents can be obtained or reviewed will be found in the Call for Bids (Advertisement for Bids) for the work. After award of the contract, plans and specifications will be issued to the Contractor at no cost as detailed below: To Prime Contractor No. of Sets Basis of Distribution Reduced plans (11" x 17") 10 Furnished automatically upon and Contract Provisions award. Large plans (e.g., 22" x 34") and Contract Provisions N/A Furnished only upon request. Additional plans and Contract Provisions may be purchased by the Contractor by payment of the cost stated in the Call for Bids. 1-02.5 Proposal Forms (*****APWA GSP) Delete this section and replace it with the following: At the request of a bidder, the Contracting Agency will provide a proposal form for any project on which the bidder is eligible to bid. The proposal form will identify the project and its location and describe the work. It will also list estimated quantities, units of measurement, the items of work, and the materials to be furnished at the unit bid prices. The bidder shall complete spaces on the proposal form that call for, but are not limited to, unit prices; extensions; summations; the total bid amount; signatures; date; and, where applicable, retail sales taxes and acknowledgment of addenda; the bidder's name, address, telephone number, arid signature; the bidder's D%IVI/VVSE commitment, if applicable; a State of Washington Contractor's Registration Number; and a Business License Number, if app!lcahla Biric 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 propose! form_ The Contracting Agency reserves the right to arranoe the proposal forms with alternates and additives, if such be to the advantage of the Contracting Agency. The bidder shall bid on all alternates and additives set forth in the proposal forms unless otherwise specified. Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by the signer of the bid. The bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner. A bid by a corporation shall be executed in the corporate name, by the president or a vice president (or other corporate officer accompanied by evidence of authority to sign). A bid by a partnership shall be executed in the partnership name, and signed by a partner. A copy of the partnership agreement shall be submitted with the Bid Form if any D/M/WBE requirements are to be satisfied through such an agreement. A bid by a joint venture shall be executed in the joint venture name and signed by a member of the joint venture. A copy of the joint venture agreement shall be submitted with the Bid Form if any D/VV/MBE requirements are to be satisfied through such an agreement. 1-02.6 Preparation of Proposal ADIMA !`C'01 J9l r rel v )UJ 0,,....I..., -.,....01.I. -. .V.4 .. 1....:il-. LL... I.....:..... VUppIGI 11 I IL LI IG JGII IU IJ Iagr ai.Jl1 VVILI I LI IG IVIIVIWVVII Ity.. 4. If a minimum bid amount has been established for any item, the unit price must equal or exceed the minimum amount stated. Revise this section as follows: Delete the fifth and sixth paragraphs. 1-02.7 Bid Deposit (***** APWA GSP) Supplement this section with the following: Bid bonds shall contain the following: 1 Contracting Agency -assigned number for the project; 2. Name of the project; 3. The Contracting Agency named as obligee; 4. The amount of the bid bond stated either as a dollar figure or as a percentage which represents five percent of the maximum bid amount that could be awarded; 5. Signature of the bidder's officer empowered to sign official statements. The signature of the person authorized to submit the bid should agree with the signature on the bond, and the title of the person must accompany the said signature; 6. The signature of the surety's officer empowered to sign the bond and the power of attorney. If so stated in the Contract Provisions, bidder must use the bond form included in the Contract Provisions. 1-02.9 Delivery of Proposal (***** APWA GSP) Revise the first paragraph to read: Each proposal shall be submitted in a sealed envelope, with the Project Name and Project Number as stated in the Advertisement for Bids clearly marked on the outside of the envelope, or as otherwise stated in the Bid Documents, to ensure proper handling and delivery. Supplement this section with the following: The Proposal components of the Bid Documents shall not be removed from the document booklet. The in -tact document booklet shall be submitted with all the bid information contained/included within it as the Contractor's Bid package. The Bid Bond may be firmly stapled to the Bid Bond Form page. The Contractor is warned that the Proposal Signature Sheet must be fully completed and signed for the Bid to be considered. 1-02.12 Public Opening Of Proposal Section 1-02.12 is supplemented with the following: Date Of Opening Bids Sealed bids are to be received at one of the following locations prior to the time Specified: At the Office of the City Clerk, City of Yakima, Washington 98908 until 2:00 P.M. of the bid opening date. The bid opening date for this project is December 10, 2008. Bids received will be publicly opened and read after 2:00 P. M. on this date. 1-02.13 Irregular Proposals (***** 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; AO 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 submit properly complete o riic. dvantaged Minority Viomen'.. , aa.. v,va.av, fails to submit or Na vp,.., ,y vvn,raa.aa. a vaoaa.a vasa nayc�, avua tvl tly or VVvutct1 J Business Enterprise Certification, if applicable, as required in Section 1-02.6; or i. The bid proposal does not constitute a definite and unqualified offer to meet the material terms of the bid invitation. 1-02.14 Disqualification of Bidders (September 12, 2007 APWA GSP) Revise this section to read: 1. A bidder will be deemed not responsible and the proposal rejected if the bidder does not meet the •�.:a:a •a....: r. n�^t nn n.t lebIJulIJ1ul11Lv Li11LC11d 111 R.,VV J J.U'$. 2. A bidder may be deemed not responsible and the proposal rejected if: a. More than one proposal is submitted for the same project from a bidder under the same or different names; b. Evidence of collusion exists with any other bidder or potential bidder. Participants in collusion will be restricted from submitting further bids; c. The bidder, in the opinion of the Contracting Agency, is not qualified for the work or to the full extPrit c t79e bid, or to m0 eluent that the bad exceeds the as thori zed nrena a.ii+i ca+ann amount �»...+. .: :.. .. .. u. , . .v the extent that a.av ..�aa• exceeds saa� saga aaavaaae..du va �..�aa saaaaa�.c.aavaa as may have been determined by a prequalification of the bidder; d. An unsatisfactory performance record exists based on past or current Contracting Agency work or for work -done -for others, as judged from the standpoint of conduct of the work; workmanship; progress; affirmative action; equal employment opportunity practices; or Disadvantaged Business Enterprise, Minority Business Enterprise, or Women's Business Enterprise utilization; e. There is uncompleted work (Contracting Agency or otherwise) which might hinder or prevent the nrmmp+ nmmpin+inn of the ,e nrk leirl , f. The bidder failed to settle bills for labor or materials on past or current contracts; a. The bidder has failed to complete a written public contract or has been convicted of a crime arising from a previous public contract; h. The bidder is unable, financially or otherwise, to perform the work; or i. There are any other reasons deemed proper by the Contracting Agency. 1-02.15 Pre Award Information (" " `APWA GSP) Revise this section to read: Before awarding any contract, the Contracting Agency may require one or more of these items or actions of the apparent lowest responsible bidder: 1. A complete statement of the origin, composition, and manufacture of any or all materials to be used, 2. Samples of these materials for quality and fitness tests, 3. A progress schedule (in a form the Contracting Agency requires) showing the order of and time required for the various phases of the work, 4. A breakdown of costs assigned to any bid item, 5. Attendance at a conference with the Engineer or representatives of the Engineer, 6. Obtain, and furnish a copy of, a business license to do business in the city or county where the work is located. 7. A copy of State of Washington Contractor's Registration, or 50 8. Any other information or action taken that is deemed necessary to ensure that the bidder is the lowest responsible bidder. 1-03 AWARD AND EXECUTION OF CONTRACT 1-03.1 Consideration of Bids (January 23, 2006 APWA GSP) Revise the first paragraph to read: After opening and reading proposals, the Contracting Agency will check them for correctness of extensions of the prices per unit and the total price. If a discrepancy exists between the price per unit and the extended amount of any bid item, the price per unit will control. If a minimum bid amount has been established for any item and the bidder's unit or lump sum price is less than the minimum specified amount, the Contracting Agency will unilaterally revise the unit or lump sum price, to the minimum specified amount and recalculate the extension. The total of extensions, corrected where necessary, including sales taxes where applicable and such additives and/or alternates as selected by the Contracting Agency, will be used by the Contracting Agency for award purposes and to fix the Awarded Contract Price amount and the amount of the contract bond. 1-03.3 Execution of Contract (***** 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 Seven (7) additional calendar days for return of the documents, provided the Contracting Agency deems the circumstances warrant it. 1-03.4 Contract Bond (***** APWA GSP) Revise the first paragraph to read: The successful bidder shall provide an executed contract bond for the full contract amount. This contract bond shall: 1. Be on a Contracting Agency -furnished form; 2. Be signed by an approved surety (or sureties) that: a. Is registered with the Washington State Insurance Commissioner, and b. Appears on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner, J. 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). lei ). I he Contrac;tor 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). 52 1-04 SCOPE OF THE WORK 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda (*****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 Supplement this section with the following: The Contractor shall do partial cleanup when he determines it is necessary or when, in the opinion of the Engineer, partial cleanup shall be done for public safety. The cleanup work shall be done immediately upon notification from the Engineer and other work shall not proceed until the partial cleanup is accomplished. 1-05 CONTROL OF WORK 1-05.4 Conformity With and Deviations from Plans and Stakes Add the following two new sub -sections: 1-05.4(1) Roadway and Utility Surveys (***** APWA GSP) The Engineer shall furnish to the Contractor one time only all principal lines, grades, and measurements the Engineer deems necessary for completion of the work. These shall generally consist of one initial set of: 1. Slope stakes for establishing grading; 2. Curb grade stakes; 3. Centerline finish grade stakes for pavement sections wider than 25 feet; and 4. Offset points to establish line and grade for underground utilities such as water, sewers, and storm drains. On alley construction projects with minor grade changes, the Engineer shall provide only offset hubs on one side of the alley to establish the alignment and grade. 1-05.7 Removal of Defective and Unauthorized Work i***** n nIAI, r'C'r) nr vvri vary 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 ollydlaUr 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 pubic.. 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 nerticular, but without limitation, compensation for additional professional services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized work. No adjustment in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the Contracting Agency's rights provided by this Section. The Vi _• _. J the of • 1 11 1• n 1� i Pic rights exercised under the provisions- of this section shall not diminish the' Contracting Agency 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 Tasting (October 1, 2005 APWA GSP) 1-05.11(1) Substantial Completion Date When the Contractor considers the work to be substantially complete, the Contractor shall so notify the Engineer and request the Engineer establish the Substantial Completion Date. The Contractor's request shall list the specific items of work that remain to be completed in order to reach physical completion. The Engineer will schedule an inspection of the work with the Contractor to determine the status of completion. The Engineer may also establish the Substantial Completion Date unilaterally. If, after this inspection, the Engineer concurs with the Contractor that the work is substantially complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the Substantial Completion Date. If, after this inspection the Engineer does not consider the work substantially complete and ready for its intended use, the Engineer will, by written notice, so notify the Contractor giving the reasons therefor. Upon receipt of written notice concurring in or denying substantial completion, whichever is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized interruption, the 54 work necessary to reach Substantial and Physical Completion. The Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work. The above process shall be repeated until the Engineer establishes the Substantial Completion Date and the Contractor considers the work physically complete and ready for final inspection. 1-05.11(2) Final Inspection and Physical Completion Date When the Contractor considers the work physically complete and ready for final inspection, the Contractor by written notice, shall request the Engineer to schedule a final inspection. The Engineer will set a date for final inspection. The Engineer and the Contractor will then make a final inspection and the Engineer will notify the Contractor in writing of all particulars in which the final inspection reveals the work incomplete or unacceptable. The Contractor shall immediately take such corrective measures as are necessary to remedy the listed deficiencies. Corrective work shall be pursued vigorously, diligently, and without interruption until physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied the listed deficiencies have been corrected. 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. 1-05.13 Superintendents, Labor and Equipment of Contractor (May 25, 2006 APWA GSP) Revise the seventh paragraph to read: Whenever the Contracting Agency evaluates the Contractor's qualifications pursuant to Section 1- 02.1, it will take these performance reports into account. 1-05.16 Water and Power (New Section) (***** APWA GSP) The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the contract includes power and water as a pay item. 1-06 CONTROL OF MATERIAL 1-06.2 Acceptance of Materials Foreign Made Materials Section 1-06 is supplemented with the following: (March 13, 1995) The major quantities of steel and iron construction material that is permanently incorporated into the project shall consist of American-made materials only. The Contractor may utilize minor amounts of foreign steel and iron in this project provided the cost of the foreign material used does not exceed one-tenth of one percent of the total contract cost or mn rnn nnI1:..,L........ :.. a... .DLAVV.VV . VVI MA ICV el IA y1Ccabi. American-made material is defined as material having all manufacturing processes occur in the United States. The action of applying a coating to steel nr irnn is deemed a manufacturing process. Coating includes epoxy coating, galvanizing, aluminizing, painting, and any other coating that ..a„„a.. ...h al... al ..f steel Ar. .111./11. +h.. r.l nri. ..+i.. fr LI I4L pl VLG4La UI CI II101 I4., 0 11 IG value of 0LGGI or iron. Ai prVL.400 the Ur lgll IC71 1 _IUI.LIVI 11 nn!1 +o the finished product n nstit l+r,n for The following are V1G to LI10 111110!1GU 1.lI IJLJULJL LSV!IOLILULC'0 G manufacturing prnLtii00 iVI iron. e11Lr following considered to be steel manufacturing processes: 44 r3......i. ...4...., ..f .++.....i i,....., ..f +i.... f..7i.....i.... .. I. r 1 VUUS,Liiii! VI .9 LGGI i y 04 ly Jl Ll IG iUIIiJYVII ILU. 1.J1LJ"v00000. a. Open hearth furnace. b. Basic oxygen. c. Electric furnace. d. Direct reduction. 2. Rolling, heat treating, and any other similar processing. 3. Faohricatinn of the nrndi Irt! a. Spinning wire into cable or strand. b. Corrugating and rolling into culverts. c. Shop fabrication. A certification of materials origin will be required for any items comprised of, or containing, steel or iron construction materials prior to such items being incorporated into the permanent work. The certification shall be on DOT Form 350-109 provided by the Engineer, or such other form the Contractor chooses, provided it contains the same information as DOT Form 350-109. ( I.iine R 1 QOM Steel Reinforcing Bar Steel reinforcing bar manufacturers have changed the size designation stamped on their bars. The actual size of the bar remains the same, only the size designation has changed. The table below shows the new size designation for reinforcing steel referenced in the Standard Specifications and the Standard Plans. Std New Specification Bar Size Designation Diameter Designation #3 (0,375 inches) #10 ##4 (0.500 inches) #13 #5 (0.625 inches) #16 #6 (0.750 inches) #19 #7 (0.875 inches) #22 #8 (1.000 inches) #25 #9 (1.128 inches) #29 #10 (1.270 inches) #32 #11 (1.410 inches) #36 #14 (1.690 inches) #43 #18 (2.260 inches) #57 Rebar stamped with either size designation may be used. 1-06.2(1) Samples and Tests for Acceptance Supplement this section with the following: The following testing frequencies shall apply to this project. The testing frequencies may be modified to assure compliance with the 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. 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 being constructed. At a minimum, compaction within the roadway area shall be to at least 95% of maximum density as determined by ASTM D 1557 (Modified Proctor). Embankment Construction Compaction tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for every 5000 square feet of surface area for each lift of roadway embankment. Roadway embankment compaction shall be as specified in Section 2-03.3(14).. Subgrade Preparation Compaction tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for every 5,000 square feet of surface area for each lift of roadway subgrade. Subgrade compaction shall be as specified in Section 2-06.3(2). Ballast and Crushed Surfacing Compaction tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for every 5,000 square feet of surface area for each lift of ballast or crushed surfacing. Compaction of ballast and crushed surfacing shall be as specified in Section 4-04.3(5). Asphalt Concrete Pavement Copies of the maximum Rice density test for each class of asphalt concrete pavement and copies of all test results shall be provided to the Engineer as construction progresses. Density tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for every 5000 square feet of surface area for each lift of asphalt concrete pavement. 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.1 Laws to be Observed (*****APWA GSP) Supplement this section with the following: In cases of conflict between different safety regulations, the more stringent regulation shall apply. The Washington State Department of Labor and Industries shall be the sole and paramount administrative agency responsible for the administration of the provisions of the Washington Industria! Safety and Health Act of 1973 (WISHA). The Contractor shall maintain at the project site office, or other well known place at the project site, all articles necessary for providing first aid to the injured. The Contractor shall establish, publish, and make known to all employees, procedures for ensuring immediate removal to a hospital, or doctor's care, persons, including employees, who may have been injured on the project site. Employees should not be permitted to work on the project site before the Contractor has established and made known procedures for removal of injured persons to a hospital or a doctor's care. ThP Contractor shall have snkP rPsnnnsihility for the safaty PffiriPn -v anri arihni lacy 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 r`nntrartnr'c cafaty mond frac in nn nr Haar tha nrniart site. 1-07.2 ritatA jaiPs Tax Delete this section, including its sub -sections, in its entirety and replace it with the following: 1-07.2 State Sales Tax (***** APWA GSP) 1-07.2(1) General ThP Washington State r)Pnartmant of RPVPni IP has ICci u rt cnPrial n IIPc nn the State calPc taw Sections 1-07.2(1) through 1-07.2(4) are meant to clarify those rules. The Contractor should contact the Washington State Department of Revenue for answers to questions in this area. The Contracting Agency will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability. The Contractor shall include all Contractor -paid taxes in the unit bid prices or other contract amounts. In some cases, however, state retail sales tax will not be included. Section 1-07.2(3) describes this exception. The Contracting Agency will pay the retained percentage only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all contract -related taxes have been paid (RCW 60.28.050). The Contracting Agency may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of Revenue, whether the amount owed relates to this contract or not. Any amount so deducted will be paid into the proper State fund. 1-07.2(2) State Sales Tax — Rule 171 WAC 458-20-171, and its related rules, apply to building, repairing, or improving streets, roads, etc., which are owned by a municipal corporation, or political subdivision of the state, or by the United States, and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included as a part of the street or road drainage system and power lines when such are part of the roadway lighting system. For work performed in such cases, the Contractor shall include Washington State Retail Sales Taxes in the various unit bid item prices, or other contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the work. 1-07.2(3) State Sales Tax — Rule 170 WAC 458-20-170, and its related rules, apply to the constructing and repairing of new or existing buildings, or other structures, upon real property. This includes, but is not limited to, the construction of streets, roads, highways, etc., owned by the state of Washington; water mains and their appurtenances; sanitary sewers and sewage disposal systems unless such sewers and disposal systems are within, and a part of, a street or road drainage system; telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of a street or road lighting system; and installing or attaching of any article of tangible personal property in or to real property, whether or not such personal property becomes a part of the realty by virtue of installation. For work performed in such cases, the Contractor shall collect from the Contracting Agency, retail sales tax on the full contract price. The Contracting Agency will automatically add this sales tax to each payment to the Contractor. For this reason, the Contractor shall not include the retail sales tax in the unit bid item prices, or in any other contract amount subject to Rule 170, with the following exception. Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit bid item prices or in any other contract amount. 1-07.2(4) Services The Contractor shall not collect retail sales tax from the Contracting Agency on any contract wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 244). Supplement Section 1-07.2 (APWA GSP) with the following: Rule 170 shall apply to this project. 1-07.5(4) Air Quality Supplement this section with the following: The local air pollution authority is the Yakima Regional Clean Air Authority, (509) 574-1410. 1-07.6 Permits and Licenses Supplement this section with the following: The Contractor shall have or obtain a valid City of Yakima Business license for the duration of this project. 1-07.11(10)B Required Records and Retention Revise the first sentence of the first paragraph as follows: Replace "State Department of Transportation" with "the Contracting Agency" The third paragraph is revised to read as follows: The Contractor and ail subcontractors on this project shall submit WSDOT Form 820-010 to the Engineer by the Fifth of the month during the term of the Contract. 1-07.17 Utilities And Similar Facilities (March 13, 1995) 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, wiii furnish all work necessary to adjust, relocate, replace, or construct their facilities unless otherwise provided for in the Plans or these Special Provisions. Such adjustment, relocation, replacement, or construction will be done during the prosecution of the work for this project. The Contractor shall call the Utility Location Ren' lost Center ((MP Call Center! for flab! !oration not less than two nor more than ten business days before the scheduled date for commencement of excavation which may affect underground utility facilities, unless otherwise agreed upon by the parties involved. A business day is defined as any day other than Saturday, Sunday, or a legal local, State, or Federal holiday. The telephone number for the One Call -Center for this project may be obtained from the Engineer. If no one -number locator service is available, notice shall be provided individuaiiy to those owners known to or suspected of having underground facilities within the area of proposed excavation. The Contractor is alerted to the existence of Chapter 1Q.179 RCW a law relating to underground utilities. Any cost to the Contractor incurred as a result of this law shall be at the Contractor's expense. No excavation shall begin until all known mantles, in the vicinity of the excavation area, have been located and marked. 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 Ind Ave Rnn__m and Charter Communications 1005 N. 16th Ave. Nob Hill Water Association City of Yakima Wastewater Division Cascade Natural Gas Corp. Pacific Power 6111 Tieton Dr.. 2220 E. Viola 401 N. lst St. P.O. Box 1729 Yakima WA QRQn7 Yakima, WA. 98902 Yakima, WA. 98908 Yakima, WA. 98901 Yakima, WA. 98901 Yakima, WA. 98907 no_F7F_71 ww 509-575-1697 1-866-731-5420 509-966-0272 509-575-6077 509-457-5905 509-575-3146 The Contractor shall notify the Upper Yakima Valley Utilities Coordinating Council Area 5, telephone number 1-800-553-4344, at least 48 hours prior to start of excavation so that underground utilities may be marked. It shall be the Contractor's responsibility to investigate the presence and location of all utilities prior to bid opening and to assess their impacts on his construction activities. Utilities, new or old, may be renewed, relocated, or adjusted for the proposed construction. The Contractor shall, prior to beginning any work, meet with all utility organizations (public and private) in the field to familiarize himself with existing utility locations, along with familiarizing himself with plans and schedules for the installation of new, relocated, or adjusted utilities. Both public and private utility organizations, along with private contractors working for these AO organizations, may be doing utility installations within the area. The proposed construction work must be coordinated with these utility installations. The Contractor shall arrange with the owners and operators of the respective utility systems to mark the locations and, if necessary or prudent, to expose the existing utilities prior to construction of the facilities contained in this Contract. The Contractor shall coordinate his work with other contractors who may be working in the project area and cooperate with them. 1-07.18 Public Liability and Property Damage Insurance Delete this section in its entirety, and replace it with the following: 1-07.18 Insurance (***** 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 polices shall contain a "cross liability" provision. E. The Contractor's and all subcontractors' insurance coverage shall be primary and non-contributory insurance as respects the Contracting Agency's insurance, self-insurance, or insurance pool coverage. F. All insurance policies and Certificates of Insurance shall include a requirement providing for a minimum of 30 days prior written notice to the Contracting Agency of any cancellation in any insurance policy. G. Upon request, the Contractor shall forward to the Contracting Agency a full and certified copy of the insurance policy(s). H. The Contractor shall not begin work under the contract until the required insurance has been obtained and approved by the Contracting Agency. 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, volunteers, ■ and appointed officials. The above -listed entities shall be additional insured(s) for the full available limits of liability maintained by the Contractor, whether primary, excess, contingent or otherwise, irrespective of whether such limits maintained by the Contractor are greater than those required by this Contract, and irrespective of whether the Certificate of Insurance provided by the Contractor pursuant to 1-07.18(3) describes limits lower than those maintained by the Contractor. 1-07.i 8(3) Subcontractors Contractor shall ensure that each subcontractor of every tier obtains and maintains at a minimum the inc:rnnro.., nac:asar9 1 -n�7 .1L0 5 \A -end 1-07.18(5)B. -n7.18(5)B. tvoon request of ti -re Contracting irncy. the Contractor shall provide evidence of such insurance. 1-07.18(4) Evidence of Insurance The Contractor shall deliver to the Contracting Agency a Certificate(s) of Insurance and endorsements for each policy of insurance meeting the requirements set forth herein when the Contractor delivers the signed Contract for the work. The certificate and endorsements must conform to the following requirements: 1. An ACORD certificate __i_ or r____ determined _�._ � Contracting Agency certificate a form determined by the Contrac.Sing Agency to be equivalent. 2. Copies of all endorsements naming Contracting Agency and all other entities listed in 1-07.18(2) as Additional lrisureu(s), showing the policy number. The Contractor may submit a copy of any bianket additional insured clause from its policies instead of a separate endorsement. A statement of additional insured status on an ACORD Certificate of Insurance shall not satisfy this requirement. 3. Any other amendatory endorsements to show the coverage required herein. Specifically the wording in the CANCELLATION section "endeavor to" and "but failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representatives" shall be crossed out and initialed by the agent/broker and shall provide for a cancellation notice of at least 30 days, to the City of Yakima. Add the following text in the section entitled DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ALLOWED BY ENDORSEMENT / SPECIAL PROVISIONS. The City of Yakima, its officers, elected or appointed officials, employees, agents, and volunteers are additional insured's for N. 85th Ave. & Kail Dr. Sanitary Sewer, City Project No. 2208. 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. R9 1-07.18(5)A Commercial General Liability A policy of Commercial General Liability Insurance, including: Per project aggregate Premises/Operations Liability Products/Completed Operations — for a period of one year following final acceptance of the work. Personal/Advertising Injury Contractual Liability Independent Contractors Liability Stop Gap / Employers' Liability Explosion, Collapse, or Underground Property Damage (XCU) Blasting (only required when the Contractor's work under this Contract includes exposures to which this specified coverage responds) Such policy must provide the following minimum limits: $1,000,000 Each Occurrence $2,000,000 General Aggregate $1,000,000 Products & Completed Operations Aggregate $1,000,000 Personal & Advertising Injury, each offence Stop Gap / Employers' Liability $1,000,000 Each Accident $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. 1-07.23 Public Convenience and Safety 1-07.23(1) Construction Under Traffic (***** APWA GSP) Revise the second paragraph to read: To disrupt public traffic as little as possible, the Contractor shall permit traffic to pass through the work with the least possible inconvenience or delay. The Contractor shall maintain existing roads, streets, sidewalks, and paths within the project limits, keeping them open, and in good, clean, safe condition at all times. Deficiencies caused by the Contractor's operations shall be repaired at the Contractor's expense. Deficiencies not caused by the Contractor's operations shall be repaired by the Contractor when directed by the Engineer, at the Contracting Agency's expense. The Contractor shall also maintain roads, streets, sidewalks, and paths adjacent to the project limits when affected by the Contractor's operations. Snow and ice control will be performed by the Contracting Agency on all projects. Cleanup of snow and ice control debris will be at the Contracting Agency's expense. The Contractor shall perform the following: 1. Remove or repair any condition resulting from the work that might impede traffic or create a hazard. 2. Keep existing traffic signal and highway lighting systems in operation as the work proceeds. (The Contracting Agency will continue the route maintenance on such system.) 3. Maintain the striping on the roadway at the Contracting Agency's expense. The Contractor shall be responsible for scheduling when to renew striping, subject to the approval of the Engineer. When the scope of the project does not require work on the roadway, the Contracting Agency will be responsible for maintaining the striping. 4. Maintain existing permanent signing. Repair of signs will be at the Contracting Agency's expense, except those damaged due to the Contractor's operations. 5. Keep drainage structures clean to allow for free flow of water. Cleaning of existing drainage structures will be at the Contracting Agency's expense when approved by the Engineer, except when flow is impaired due to the Contractor's operations. 1-07.23(2) Construction and Maintenance of Detours /***** A DIA/A /'C'PIF /1r VVIt VJr-/ Revise the first paragraph to read: Unless otherwise approved, the Contractor shalt maintain two-way traffic during const_.._ • - -----. _..-•• uuI111y construction. The Contractor shall build, maintain in a safe condition, keep open to traffic, and remove when no longer needed: 1. Detours and detour bridges that will accommodate traffic diverted from the roadway- hririge sidewalk, or path duriFng construction, iiJtru_iiJP, 2. Detour crossings of intersecting highway, and 3. Temporary approaches. 1-07.24 Rights of Way (""RRA 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, ail 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 the part of the Contracting Agency in obtaining easements, rights of entry or right of way, the Contractor will be entitled to an extension of time. The Contractor agrees that such delay shall not be a breach of contract. Each property owner shall be given 48 hours notice prior to entry by the Contractor. This includes entry onto easements and private property where private improvements must be adjusted. The Contractor shall be responsible for providing, without expense or liability to the Contracting 64 Agency, any additional land and access thereto that the Contractor may desire for temporary construction facilities, storage of materials, or other Contractor needs. 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: 1-08.0(1) Preconstruction Conference (May 25, 2006 APWA GSP) Prior to the Contractor beginning the work, a preconstruction conference will be held between the Contractor, the Engineer and such other interested parties as may be invited. The purpose of the preconstruction conference will be: 1. To review the initial progress schedule; 2. To establish a working understanding among the various parties associated or affected by the work; 3. To establish and review procedures for progress payment, notifications, approvals, submittals, etc., 4. To establish normal working hours for the work; 5. To review safety standards and traffic control; and 6. To discuss such other related items as may be pertinent to the work. The Contractor shall prepare and submit at the preconstruction meeting the following: 1. A breakdown of all lump sum items; 2. A preliminary schedule of working drawing submittals; and 3. A list of material sources for approval if applicable. Add the following new section: 1-08.0(2) Hours of Work (May 25, 2006 APWA GSP) Except in the case of emergency or unless otherwise approved by the Contracting Agency, the normal straight time working hours for the contract shall be any consecutive 8 -hour period between 7:00 a.m. and 6:00 p.m. of a working day with a maximum 1 -hour lunch break and a 5 -day work week. The normal straight time 8 -hour working period for the contract shall be established at the preconstruction conference or prior to the Contractor commencing the work. If a Contractor desires to perform work on holidays, Saturdays, Sundays, or before 7:00 a.m. or after 6:00 p.m. on any day, the Contractor shall apply in writing to the Engineer for permission to work such times. Permission to work longer than an 8 -hour period between 7:00 a.m. and 6:00 p.m. is not required. Such requests shall be submitted to the Engineer no later than noon on the working day prior to the day for which the Contractor is requesting permission to work. Permission to work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and between the hours of 10:00 p.m. and 9:00 a.m. on weekends or holidays may also be subject to noise control requirements. Approval to continue work during these hours may be revoked at any time the Contractor exceeds the Contracting Agency's noise control regulations or complaints are received from the public or adjoining property owners regarding the noise from the Contractor's operations. The Contractor shall have no claim for damages or delays should such permission be revoked for these reasons. Permission to work Saturdays, Sundays, holidays or other than the agreed upon normal straight time working hours Monday through Friday may be given subject to certain other conditions set forth by the Contracting Agency or Engineer These conditions may indurie but are not limited to: requiring iig the Engineer or such assistants as the Engineer may deem necessary to be present during the work; requiring the Contractor to reimburse the Contracting Agency for the costs in excess of straight -time costs for Contracting Agency employees who worked during such times, on non Federal aid projects; considering the work performed on Saturdays, Sundays, and holidays as working days with regards to the contract time; and considering multiple work shifts as multiple working days with respect to contract time even though the multiple shifts occur in a single 24-hour period. Assistants may include; but are not limited to, personnel from the Contracting Agency's material testing - - survey crews; ,-.,....,.. Contracting ^yam„may j :i:a�c:la: �esuiiy !ah' inspectors; and other Contracting Agenry employees when in the a of Engineer, such --- ----. ---_. �.._ —_..�. �....... ,.,..�,- .� -'a -"3 ,employees when .:. ... the .:Ni..ii::� ... the i_i i:.ii ,vGi. work necessitates their presence. 1-08.3 Progress Schedule The first and second paragraphs are replaced with the following paragraph: 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 he arranged order end s which they will be performed. The Schedule "'-”' -'-- arranged in the order ..%iia: c:�.c in they will vel ilii i i lcii. :�cied_iiic shall conform to the working time and time of completion established under the terms of the Contract and shall be subject to modification by the Engineer. The schedule shall be drawn to a time scale, shown along the base of the diagram, using an appropriate measurement per day with weekends and holidays indicated. The Construction Progress Schedule shah 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. The section is supplemented by the following: The Contractor shall submit a weekly activity schedule to the Construction Engineer before 9:00 a.m. on the Friday prior to the week indicated on the schedule, If the Contractor proceeds with work not indicated on his weekly activity schedule, or in a sequence differing from that which he has shown on his schedule, the Engineer may order the Contractor to delay unscheduled activities until they are included on a subsequent weekly activity schedule.. 1-08.5 Time For Completion (March 13, 1995) Section 1-08.5 is supplemented with the following: This project shall be physically completed within Forty (40) working days. nF 1-08.7 Maintenance During Suspension (*****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 (***** APWA GSP) Supplement this Section with the following: Owner 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, Owner 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 (***** APWA GSP) Delete the third paragraph and replace it with the following: Progress payments for completed work and material on hand will be based upon progress estimates prepared by the Engineer. A progress estimate cutoff date will be established at the preconstruction meeting. The initial progress estimate will be made not later than 30 days after the Contractor commences the work, and successive progress estimates will be made every month thereafter until the Completion Date. Progress estimates made during progress of the work are tentative, and made only for the purpose of determining progress payment. The progress estimates are subject to change at any time prior to the calculation of the Final Payment. The value of the progress estimate will be the sum of the following: 1. Unit Price Items in the Bid Form — the approximate quantity of acceptable units of work completed multiplied by the unit price. 2. Lump Sum Items in the Bid Form — the estimated percentage complete multiplied by the Bid Forms amount for each Lump Sum Item, or per the schedule of values for that item. 3. Materials on Hand — 100 percent of invoiced cost of material delivered to Job site or other storage area approved by the Engineer. 4. Change Orders — entitlement for approved extra cost or completed extra work as determined by the Engineer. Progress payments will be made in accordance with the progress estimate less: 1. Retainage per Section 1-09.9(1); 2. The amount of Progress Payments previously made; and 3. Funds withheld by the Contracting Agency for disbursement in accordance with the Contract Documents. Progress payments for work performed shall not be evidence of acceptable performance or an admission by the Contracting Agency that any work has been satisfactorily completed. Payments will be made by warrants, issued by the Contracting Agency's fiscal officer, against the appropriate fund source for project. Payments received _ the r Cceived on account of work performed by a subcontractor are subject to the provisions of RCW 39.04.250. 1-10 TFMPCRARy TRAFFIC CONTROL 1-10.1(2) Description (****" APWA GSP) Revise the third paragraph to read: The Contractor shall provide traffic _ _ _.._._... .,..,.,, �,,,,,.,�,�, signs and other control devices not otherwise specified as UC:_U Burnished by the Contracting Agency. The Contractor shall erect and maintain all construction signs, warning signs, detour signs, and other traffic control devices necessary to warn and protect the public at all times from injury or damage as a result of the Contractor's operations which may occur on highways, roads, streets, sidewalks, or paths. No work shall be done on or adjacent to any traveled .m.way until all I euessai y signs -and traffic control devices are in place. 1-10.2(1) Traffic Control Management General t*�a a�a ena (August 2, 2004) Section 1-10.2(1) is supplemented with the following: The Traffic Control Supervisor shall be certified by one of the following: The Northwest Laborers -Employers Training Trust 27055 Ohio Ave. Kingston, WA 98346 (360) 297-3035 Evergreen Safety Council 401 Pontius Ave. N. Seattle, WA 98109 1-800-521-0778 or (206) 382-4090 1-10.4 Measurement 1-10.4(1) Lump Sum Bid for Project (No Unit Items) (August 2, 2004) Section 1-10.4(1) is supplemented with the following: The proposal contains the item "Project Temporary Traffic Control," lump sum, The provisions of Section 1-10.4(1) shall apply. 68 DIVISION 2 - EARTHWORK 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP 2-01.2 Disposal of Usable Material and Debris Revise the third paragraph and single sentence as follows: Change the word "three" to "two". 2-01.2(1) Disposal Method No. 1 -Open Burning This section is deleted. 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 2-02.3 Construction Requirements Supplement this section with the following: 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. Concrete curb and gutter and sidewalks 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 in a neat vertical and straight transverse horizontal line to provide a matching joint for the new construction. The materials to be removed under this section shall become the property of the Contractor. The Contractor shall haul the removed materials from the project. Damage caused to that portion of the pavement, curb and gutter or sidewalk that is to remain, due to the Contractor's operation, shall be repaired by the Contractor at the Contractor's expense and to the satisfaction of the Engineer. 2-02.3(3) Removal of Pavement, Sidewalks, and Curbs Supplement this section with the following: There will be approximately 50 linear feet of curb and gutter, 325 square feet of cement concrete sidewalk and 40 square feet of asphalt to be removed under this section.. Item 1 is revised to read: Haul all broken pieces to an off -project site to be obtained by the Contractor. Item 3 is revised by adding the following to the end of the sentence: "or remove to the nearest joint as directed." 2-07 WATERING 2-07.3 Construction Requirements Supplement this section with the following: The Contractor shall secure permission from and comply with all requirements of the Nob Hill Water Association before obtaining water from fire hydrants. The Contractor shall notify the Engineer as soon as such permission is granted. The Contractor shall use hydrant wrenches only to open hydrants. While using hydrants, the contractor shall make certain that the hydrant valve is fully open in order to prevent damage to the hydrant valve. A metered hydrant connection furnished by the water utility shall be used as an auxiliary valve on the outlet line for control purposes. Fire hydrant valves shall be closed slowly to avoid a surge in the system causing undue pressure on the water lines. The Contractor shall carefully note the importance of following these directions. If a hydrant is damaged due to the Contractor or an employee of the Contractor, the Contractor shall immediately notify the water utility so that the damage can be repaired as quickly as possible. Upon completing the use of the hydrants, the Contractor shall notify the water utility so that the hydrants may be inspected for possible damage. Any damage resulting from the use of the hydrants by the Contractor will be repaired by the water utility, and the cost thereof shall be withheld, if necessary, from the final payment to the Contractor. The Contractor shall furnish all equipment and tools, except the metered hydrant connection, that may na naraccary to moat tna rani uramantc -. tna water nictnni Minn ananry nartaininn to nynrant use. Violation of these requirements will result. in fines and will lay the Contractor liable for damage suits because of malfunctioning of damaged fire hydrants, in the event of fire. 2-07.4 ivleesuremern This section is revised to read: Water shall be measured with the metered hydrant connection provided by Nob H1H Water Association. All costs for the use of the water shall be incidental to other related work, including but not limited to compaction, dust control etc. 2-07.5 Payment This section is revised to read: Water will be furnished by Nob Hill Water Association in accordance with their requirements and charges. The Contractor shall convey the water from the nearest convenient hydrant or other source at his expense. 2-09 STRUCTURE EXCAVATION 2-09.4 Measurement The second paragraph, Horizontal Limits, is revised to read: The Horizontal Limits shall be as shown on the City of Yakima Standard Detail. The second sentence of the paragraph, shoring or Extra Excavation, is revised to read: Shoring or Extra Excavation Class B will be measured by the linear foot. 2-09.5 Payment Revise the Item: "Shoring or Extra Excavation Class B", per square foot. To read: "Shoring or Extra Excavation Class B", per linear foot. Revise the two paragraphs immediately following the above item as follows. Replace "per square foot", wherever it appears, with "per linear foot". DIVISION 5 - SURFACE TREATMENTS AND PAVEMENTS 5-02 BITUMINOUS SURFACE TREATMENT 5-02.2 Materials Supplement this section with the following: For this project CRS -2P, Polymerized Cationic Emulsified Asphalt, as specified in Section 9- 02.1(6)A shall be used. 5-02.3 Construction Requirements 5-02.3(2) Preparation of Roadway Surface 5-02.3(2)A New Construction Supplement this section with the following: At locations where the new B.S.T. pavement abuts existing pavement, the existing pavement shall be trimmed and the trimmed edges shall have a tack coat applied and, following the construction of the new pavement, be sanded to provide a seal between the new pavement and the existing. The roadway edges of the new pavement shall be tapered at a rate of 10:1 to match the existing roadway edges, where necessary. Where the new B.S.T. paving will cover existing water valve boxes the location of the water valve shall be referenced and the procedures in Section 5-04.3(13) of these Special Provisions shall be followed. The location of each water valve shall be marked on the surface of the new pavement within 24 hours of the completion of the pavement construction for each street in the project. The new valve box castings shall be installed and adjusted to the new pavement surface within 10 days of pavement construction. Measurement and Payment for this work shall be made under Section 7-05.4 and 7-05.5 of these Special Provisions. 5-04 HOT MIX ASPHALT 5-04 HOT MIX ASPHALT (APWA Only) 5-04.3(5)E Pavement Repair Supplement this section with the following: The term Pavement Repair is interchangeable with Surface Repair for this project. The work included in this section shall be repair of roadway surfaces and replacement, as necessary, of any Curb and Gutter and Sidewalk disturbed by construction of the utilities installed under the contract. The pavement repair shall be made in accordance with the City of Yakima Standard Detail R7. The paving material shall be HMA Cl. 1/2" PG 64-28 for this work. Replacement Curb and Gutter and Sidewalk where required shall be constructed in accordance with City of Yakima Standard Detail R5 and WSDOT Standard Plan F-10.12-00. 5-04.3(13) Surface Smoothness The last paragraph is revised with the following: When utility appurtenances such as manhole rings and covers are encountered or are to be located within the asphalt pavement area, these items are either to be removed or not put in place until after the paving operation has been completed. The location of each utility appurtenance and all Monuments shall be referenced prior to the start of paving operations and a temporary covering shall be placed over the appurtenances to facilitate the continuous paving operation. After paving has been completed, the Contractor shall furnish, install and adjust new castings on all new and existing public utility structures, and new Monument Cases for all monuments as shown on the plans. Utility Castings shall not be adjusted until the pavement is completed, at which time the center of each structure and each monument shall be relocated from the references previously established by the Contractor. The asphalt concrete pavement shall be cut and removed to a neat circle, the diameter of which shall be equal to the outside diameter of the rim plus 2 feet. The new rim shall be placed on cement concrete blocks or adjustment rings and wedged up to the desired grade. The base materials shall be removed and Class 3000 cement concrete shall be placed within the entire volume of the excavation up to, but not to exceed, 1-1/2 " below the finished pavement surface. On the following day, the concrete, the edges of the asphalt concrete pavement and the outer edge of the casting shall be painted with hot asphalt cement. Class G asphalt concrete shall then be placers and compacted with hand tampers and a patching -- r••-•--- r•• •�• ��• • •ruvay... hand i� laI 11F.1G1 J fO11Pr 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 soliriifies 5-04.3(15) HMA Road Approaches Supplement this section with the following: The work of this section shall include driveway paving for this project. One driveway, located at 8705 Summitview Ave., shall be paved in accordance with Section 5-04 and the Project Detail for Driveway Paving P1. 5-04.4 Measurement Delete the following Sections of 5-04 Hot Mix Asphalt (APWA) 5-04.5(1) Quality Assurance Price Adjustments THROUGH 5-04.5(1)B Price Adjustment for Quality HMA Compaction Supplement this section with the following: "Driveway Paving" shall be measured by the square yard, measured to the neat lines, complete, in place at the location shown on the plans, and in accordance with the City of Yakima Project Detail for Driveway Paving P1. "Surface Repair" shall be measured by the square yard, measured to the neat lines, complete, in place. 5-04.5 Payment Add the following pay items: "Driveway Paving", per sq. yd. The unit contract price for "Driveway Paving" shall be full compensation for the complete installation of the driveway in accordance with the Project Detail P1, and within the limits shown on the plans, including furnishing all materials required, and all labor and equipment needed, to place and compact the Crushed Surfacing Base Course and the H.M.A. Class 1/2" PG 64-28. "Surface Repair", per sq. yd. The unit contract price for "Surface Repair" shall be full compensation for the complete repair of the roadway paved surface and any cement concrete curb and gutter and sidewalk removed due to trenching, including: furnishing all materials required, and all labor and equipment needed, to place and compact the Crushed Surfacing Base Course and the H.M.A. Class 1/2" PG 64-28, and to install the replacement cement curb and gutter and sidewalk. DIVISION 7 DRAINAGE STRUCTLIRES STORM SEWERc SANITARY SEWERS, WATER MAINS, AND CONDUITS 7-05 MANHOLES, INLETS, AND CATCH BASINS 7-05.3 Construction Requirements Supplement this section by adding the following: Sanitary Sewer Cleanouts shall be constructed in accordance with the City of Yakima Standard Detail S5. The lid and ring castings shall be adjusted in accordance with these special provisions in the same manner as for manhole rings and covers. All other construction requirements for pipe installation shall apply to the installation of the Sanitary Sewer Cleanouts 7-05.3(1) Adjusting Manholes and Catch Basins to Grade Revise this section to read: Manholes and Sewer Cleanout castings shall be adjusted in accordance with Section 5-04.3(13) Surface Smoothness. 7-05.4 Measurement Add the following: Sanitary Sewer Cleanouts will be measured per each. 7-05.5 Payment Add the following pay item: "Sanitary Sewer Cleanout", per each. Add "Sanitary Sewer Cleanouts" to the list in the first paragraph. 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS 7-08.2 Materials Add the following: Crushed Surfacing Top Course (for Trench Backfill) 7-08.3(1)A Trenches Delete paragraph 8. 7-08.3(1)C Bedding the Pipe Supplement paragraph 2 with the following: 9-03.9(3) All pipe shall be bedded as shown on the Typical Sewer Trench Detail S4 of the City of Yakima Standard Details except for pipe installed by Directional Drilling. 7-08.3(2)B Pipe Laying -- General Supplement this section with the following: The following Special Provisions shall apply to the pipelines installed by Directional Drilling as designated on the plans: 1. Installation of the Laterals 3 and 4 and the two 4" side sewers from Lateral 5 shall be done by Directional Drilling and shall follow the approximate line and grade as shown on the plans. Within the limitations of the equipment, deviation from the horizontal and vertical alignment shall be kept to a minimum. At no time shah the depth of the 4" side sewer 74 pipelines be less than 3 feet and the grade of the pipe shall not be less than 2.0% in the direction of flow. 2. Pipe installed by Directional Drilling shall be HDPE pipe and shall be the size indicated on the plans. Pipe sections shall be joined by Thermal Butt Fusion process and the fusion points on the interior of the pipe shall be "de -beaded" to provide a smooth interior wail surface. The upper ends of the two side sewer pipelines shall be capped and the location and depth marked in accordance with the Standard Specifications. 3. Appropriate couplings (per manufacturer's specifications) shall be provided at the points where P.V.C. Side Sewer Stubs are to be joined to HDPE pipe. 4. The Contractor shall use Industry Standard methods in the drilling process, and shall use care in placing and using the equipment on private landowner property to keep direct and incidental damage to a minimum. Following completion of the drilling process and installation of the pipe, the Contractor shall remove the equipment and restore the drilling site to the satisfaction of the Landowner and the Engineer. 5. The Contractor shall give the Engineer at least 48 hours notices before placing equipment and starting this work. This time is required in order to notify the landowners that are affected by the work on their property. The Engineer will make every effort to coordinate landowner notification with the Contractor's start times. 7-08.3(3) Backfilling Add the following paragraph: Where directed by the Engineer, specifically all street -crossing trenches shall be backfilled for the full depth of the trenches with Crushed Surfacing Top Course (for Trench Backfill). 7-08.4 Measurement Add the following: Crushed Surfacing Top Course (for Trench Backfill) shall be measured by the Ton. 7-08.5 Payment Add the following pay item: "Crushed Surfacing Top Course (for Trench Backfill)", per ton. 7-17 SANITARY SEWERS 7-17.1 Description Supplement this section with the following: In addition to the work specified, the work to install the four (4) pipelines, two (2) 8" and two (2) 4", as shown on the plans to be installed by directional drilling shall be included in this section. These pipelines shall be installed by Directional Drilling due to limited space for construction equipment and activities and to protect existing structures and well established landscaping features. Any incidental damages done to private property due to the placement and use of the directional drilling equipment shall be repaired to the satisfaction of the Engineer and the property owner. 7-17.2 Materials Supplement this section with the following: Pipe used on this project, except as noted below, shall only be Solid Wall PVC Sanitary Sewer pipe conforming to 9-05.12(1). Pipe to be installed by Horizontal Drilling shall be High Density Polyethylene (HDPE) pipe meeting the requirements of ASTM -1248, SDR -11. 75 7-17.3 Construction Requirements 7-17.3(2)H Television Inspection Replace the word "may" in the first sentence of the first paragraph with the word "Shall". Supplement the section with the following: Television inspection shall be done by City of Yakima Wastewater forces after the trench has been backfilled and compacted to the required density and before any repaving work. Television inspection shall be done following all repairs found to be needed by the air and mandrel tests. The Contractor shall make arrangements with City of Yakima Wastewater Collection at (509)575- 6118 or (509)952-6077 at least 24 hours in advance of the test. tJ y \ 7-17.4 Measurement l Add the following: Directional Drilling shall be paid by the number of linear feet actually drilled to complete the pipelines installed by this method. Replace the second paragraph with the following: � o separate measurement will be sewer .._ m_�.......... ....,,,,,,_....�,,,:.,�.a .�aaa �,.,., made fortesting ;plpC. 7-17.5 Payment Add the following bid item: "Directional Drilling", per linear foot. The unit contract price per linear foot for Directional Drilling shall be full compensation for all work required for completing the installation of the 8 -inch H.D.P.E. Sewer pipe for Laterals 3 and 4 and the two 4 -inch H.D.P.E. Side SewerStubs from Lateral including LalCl dl 5, i!!GlAA S�!(!g pr©ylding the H.D.P.E. Sewer pipe, providing all labor and equipment needed to place, relocate and remove the drilling machine as necessary, drilling, pulling the pipe, excavating and backfilling the nerecca, y pits for the drilling operation and for inserting and receiving the pipe. Revise the second paragraph by adding the following: "All costs for testing the sewer pipe as required in Section 7-17.3(2) shall be included in the unit contract price for "PVC Sanitary Sewer Pipe _In. Diam.", per linear foot." or "Directional Drilling", per linear foot. Delete the bid Rem: "Testing Sewer Pipe", per linear foot and the paragraph immediately following. 7-18 SIDE SEWERS 7-18.1 Description Supplement this section with the following: The work of this section shall also include the installation of two 4 inch side sewers by Directional Drilling as specified in Section 7-17 of these Special Provisions. 7-18.2 Materials Supplement this section with the following: Pipe used for the short Side Sewer Stubs shall be Solid Wall PVC Sanitary Sewer pipe conforming Section 9-05.12(1). 76 Pipe to be installed by Horizontal Drilling shall be High Density Polyethylene (HDPE) pipe meeting the requirements of ASTM -1248, SDR -11. DIVISION 8 MISCELLANEOUS CONSTRUCTION 8-06 CEMENT CONCRETE DRIVEWAY ENTRANCES 8-06.1 Description Supplement this section with the following: The work of this section shall include the installation of Commercial Driveway Approaches. 8-06.3 Construction Requirements Supplement this section with the following: Commercial Driveway Approaches shall be constructed in accordance with this section and as shown on the City of Yakima Standard Detail for Commercial Approach. The sidewalk beyond the ramps, if it is necessary to remove any as part of this construction, shall be included in this work. Any sidewalk removal necessary shall be removed to the nearest convenient joint. For this project there is only one Commercial Driveway Approach to be installed to replace the existing driveway approach located at the private driveway at approximately N. 86th Avenue. 8-06.4 Measurement Add the following: Commercial Driveway Approaches shall be measured per Lump Sum installed at the locations shown on the plans and in accordance with the standard details and including the ramps and miscellaneous sidewalk replacement. 8-06.5 Payment Add the following pay items: "Commercial Driveway Approach", per Lump Sum. The payment for "Commercial Driveway Approach", per Lump Sum, shall be full compensation for all work, equipment and materials and all other items necessary for the complete installation of the approaches, including the ramps and miscellaneous sidewalk, at the locations shown on the plans and in accordance with the standard details. 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 or other miscellaneous items within or adjacent to the project area. This includes complete replacement of items that are beyond repair as determined by the Engineer. 8-30.5 Payment Payment will be made for the following bid items: "Repair or Replacement", by force account. For the purpose of providing a common proposal for all bidders, and for that purpose only, the City has estimated the force account for "Repair or Replacement", and has arbitrarily entered the amount for the pay item in the proposal to become a part of the total bid by the Contractor. DIVISION 9 MATERIALS 9-03 AGGREGATES 9-03.8 Aggregates for Hot Mix Asphalt 9-03.8(3)C Gradation -- Recycled Asphalt Pavement and Mineral Aggregate Revise the second paragraph as follows: Delete the reference to Section 9-03.8(6)A 9-03.8(6)A Basis of Acceptance Delete this section. 9-05 DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS 9-05.15 Metal Castings 9-05.15(1) Manhole Ring and Cover Revise this section to read: All new manhole rings and covers shall be purchased by the Contractor from Olympic Foundry, Casting No. MH33Y, Yakima Standard Ring and Blank Cover. The Contractor shall also provide all labor and equipment for handling the manhole rings and covers. All used castings shall - become the property of the City of Yakima and shall be delivered to the Wastewater Collection - Maintenance Facility at 204 W. Pine by the Contractor. Prior arrangements must be made to assure the facility will be open for delivery. CONTRACT THIS AGREEMENT, made and entered into in triplicate, this day of December, 2008, by and between the City of Yakima, hereinafter called the Owner, and Premier Excavation, Inc., a Washington Corporation, hereinafter called the Contractor. WITNESSETH: That in consideration of the terms and conditions contained herein and attached and made a part of this agreement, the parties hereto covenant and agree as follows: I. The Contractor shall do all work and furnish all tools, materials, labor and equipment for THE BID AMOUNT OF: $269,743.68, for N. 85th Ave. & Kail Dr. Sanitary Sewer, City Project No. 2208, L.I.D. 1060, all in accordance with, and as described in the attached plans and specifications and the 2008 Standard Specifications for Road, Bridge, and Municipal Construction which are by this reference incorporated herein and made a part hereof, and shall perform any alterations in or additions to the work provided under this contract and every part thereof. Work shall start within ten (10) days after the Notice to Proceed and shall be completed in Forty (40) working days. The first chargeable working day shall be the 11th working day after the date on which the City issues the Notice to Proceed. If said work is not completed within the time specified, the Contractor agrees to pay to the Owner the sum specified in the Standard Specifications for each and every day said work remains uncompleted after expiration of the specified time, as liquidated damages. The Contractors shall provide and bear the expense of all equipment, work and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in this contract and every part thereof, except such as are mentioned in the specifications to be furnished by the City of Yakima. II. The City of Yakima hereby promises and agrees with the Contractor to employ, and does employ the Contractor to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the attached plans and specifications and the terms and conditions herein contained and hereby contracts to pay for the same according to the attached specifications and the schedule of unit or itemized prices hereto attached, at the time and in the manner and upon the conditions provided for in this contract. III. The Contractor for himself, and for his heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all the covenants herein contained upon the part of the Contractor. IV. It is further provided that no liability shall attach to the City of Yakima by reason of entering into this contract, except as expressly provided herein. IN WITNESS WHEREOF the parties hereto have caused this agreement to be executed the day and year first herein above written. Countersigned: CITY OF YAKIMA this 31ST day of Ie.ce.wt r" N City Mager 2008. CONTRACTOR —CA_ pc\ \ (Xch..0 -v1-Na Corporation By. J CSC OV eC1 (Print Name) Its \ C (President, Owner, etc.) Address: cr' \cam 6_ Dec 17 08 01'51p Premier Excavation PERFORMANCE BOND BOND TO CITY OF YAKIMA KNOW ALL MEN BY THESE PRESENTS - Premier Excavation, Inc. 5093751895 p 3 Bond No. SSB398307 That we, the undersigned, a WACorporation as Principal and RLI Insurance Company a corporation organized and existing under the laws of the State of Illinois _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 $ 269, 743 68*** 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. Richland 18th December 08 DATED at Washington, this,day of 2Q� Never -the -less, the conditions of the above obligations are such that: WHEREAS, pursuant to action taken by the Yakima City Council on 20 08 , the City Manager and City Clerk of the CITY OF YAKIMA has let or is about to let to the said Premier Excavation, Inc , the above bounded Principal, a certain contract, 2208 and rovidin for N astn Ave. & Kail Dr Sewer LID (which the said contract being numbered p 9 contract is referred to herein and is made a part hereof as though attached hereto). and, WHEREAS, the said Principal has accepted, or is about to accept, the said contract, and undertake to perform the work therein provided for in the manner and within the time set forth; NOW THEREFORE, if the said Premier Excavation, 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 lime 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, its 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 appearing or developing in the material or workmanship provided or performed under said contract within a period of one year after its acceptance thereof by the CITY OF YAKIMA. then and in that event this obligation shall be void, but otherwise it shall be and remain in full force and effect Premier Excavation, Inc Approved as to form: ewael,__ i-; (City Attorney) By: (Contractor) Its: (Print Name) (President, Owner, etc . ) RLI Insurance Company (Surely) By c-:=-;7'-�- ~ — Roxann Shuck (Print Name) Attorney In Fact Its: 81 RLI Surety P 0 Box 3967 1 Peoria, IL 61612-3967 Phone: (800)645-2402 1 Fax: (309)689-2036 www.rlicorp.com Know All Men by These Presents: POWER OF ATTORNEY RLI Insurance Company That this Power of Attorney is not valid or in effect unless attached to the bond which it authorizes executed, but may be detached by the approving officer if desired. That RLI Insurance Company, an Illinois corporation, does hereby make, constitute and appoint: John Mostoller, Mike Button, Pam Urlacher, Sue Bynum, Roxi Eslinger, Roxann Shuck jointly or severally in the City of Richland , State of Washington its true and lawful Agent and Attorney in Fact, with full power and authority hereby conferred, to sign, execute, acknowledge and deliver for and on its behalf as Surety, the following described bond. Any and all bonds, undertakings, and recognizances in an amount not to exceed Ten Million Dollars ($10,000,000) for any single obligation. The acknowledgment and execution of such bond by the said Attorney in Fact shall be as binding upon this Company as if such bond had been executed and acknowledged by the regularly elected officers of this Company. The RLI Insurance Company further certifies that the following is a true and exact copy of the Resolution adopted by the Board of Directors of RLI Insurance Company, and now in force to -wit: "All bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or Agents who shall have authority to issue bonds, policies or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile." IN WITNESS WHEREOF, the RLI Insurance Company has caused these presents to be executed by its Vice President with its corporate seal affixed this 18th day of September , 2008 . State of Illinois } SS County of Peoria On this 18th day of September , 2008 , before me, a Notary Public, personally appeared Roy C. Die , who being by me duly sworn, acknowledged that he signed the above Power of Attorney as the aforesaid Dfficer of the RLI Insurance Company and acknowledged said instrument to be he voluntary act and deed of said corporation. By: Jac. eline M. Bock r Notary Public is....Li.f.-1: "OFFICIAL SEAL" PU ARY : JACQUELINE M. BOCKLER STATE OF LONOB COMMISSION EXPIRES 03/01/10 RLI Insurance Company By: Roy C. Di- Vice President CERTIFICATE I, the undersigned officer of RLI Insurance Company, a stock corporation of the State of Illinois, do hereby certify that the attached Power of Attorney is in full force and effect and is irrevocable; and furthermore, that the Resolution of the Company as set forth in the Power of Attorney, is now in force. In testimony whereof, I have hlerseunto8s�et�„myo fha> l�andettl�eDs6 J, of the Id dIurance Company RLI Insurance Company By: Roy C. D. Vice President 4665412030110 1 A0059207 AC&'D. CERTIFICATE OF LIABILITY INSURANCE THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Western States Ins of Richland ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE O Box 70 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. OP ID R3 PREMI03 DATE (MMIDDIYYYY) 12/18/08 PRODUCER W P 1100 Jadwin, Suite 500 Richland WA 99352 Phone:509-946-6161 Fax:509-946-0715 INSURERS AFFORDING COVERAGE NAIC # INSURED Premier Excavation Inc 2222 Robertson Dr Richland WA 99354 INSURER A. Western National Assurance Co. INSURER B: INSURER C: INSURER D: INSURER E. COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. 7N R ADD'L TYPE OF INSURANCE POLICY NUMBER DATE (MCY MIDD/YY)E PDATEY(MM/DD/YY) LIMITS LTR)NSRD A I7 GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY CP300009842 04/28/08 EACH OCCURRENCE $1,000,000 04/28/09 UAMACiE 1 U RtN 1 tU PREMISES (Eaoccurence) $ 250,000 X MED EXP (Any one person) $5,000 CLAIMS MADE X OCCUR PERSONAL &ADV INJURY $ 1,000,0 0 0 X WA STOP GAP GENERAL AGGREGATE $2,000,000 X BLNKT.ADD.INS. PRODUCTS - COMP/OP AGG $ 2 , 000 , 000 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY X ECT LOC A I I AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS CA300010427 04/28/08 04/28/09 COMBINED SINGLE LIMIT (Ea accident) $1,000,000 X BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ X X PROPERTY DAMAGE (Per accident) $ I GARAGE LIABILITY ANY AUTO AUTO ONLY - EA ACCIDENT $ THAN EA ACC $ OTHER AUTO ONLY AGG $ I EXCESS/UMBRELLA LIABILITY EACH OCCURRENCE $ AGGREGATE $ OCCUR CLAIMS MADE $ DEDUCTIBLE RETENTION $ $ I WORKERS EMPLOYERS' ANY OFFICER/MEMBER If yes, SPECIAL PROPRIETOR/PARTNER/EXECUTIVE describe COMPENSATION AND LIABILITY EXCLUDED? under PROVISIONS below S O1H- WCSIAITORY LIMITS ER E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ E.L. DISEASE - POLICY LIMIT $ I A OTHER RENTED/LEASED EQUIPMENT IM300009075 04/28/08 04/28/09 POLICY $100,000 LIMIT IDESCRIPTION CITY ADDED IREF: OF OPERATIONS / LOCATIONS 1 VEHICLES OF YAKIMA, THEIR AGENTS, PER ADDITIONAL INSURED, PROJECT NO. 2208. / 1 EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS EMPLOYEES & ELECTED OR APPOINTED OFFICIALS ARE FORM CG2033. N. 85TH AVE. & KAIL DR. SEWER L.I.D. CERTIFICATE HOLDER CANCELLATION CITY OF YAKIMA 129 N. SECOND ST. YAKIMA WA 98901 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 3 0 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE oX D. 5,4 e -Q`. 1CORD 25 (2001/08) © ACORD CORPORATION 1988 IMPORTANT if the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on sidethis form does ---------- the reverse of w[��� nU[ constitute a contract between the issuing ins' irer(s), authorized representative . .�--„ �,p,:.,ov,::auvc yr producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25 (2001/08) COMMERCIAL GENERAL LIABILITY CG 20 33 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - AUTOMATIC STATUS WHEN REQUIRED IN CONSTRUCTION AGREEMENT WITH YOU This endorsement modifies insurance provided under the following. COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Section II — Who Is An Insured is amended to include as an additional insured any person or or- ganization for whom you are performing operations when you and such person or organization have agreed in writing in a contract or agreement that such person or organization be added as an addi- tional insured on your policy. Such person or or- ganization is an additional insured only with re- spect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured. A person's or organization's status as an additional insured under this endorsement ends when your operations for that additional insured are com- pleted. CG 20 33 07 04 B. With respect to the insurance afforded to these additional insureds, the following additional exclu- sions apply: This insurance does not apply to: 1. "Bodily injury", "property damage" or "personal and advertising injury" arising out of the render- ing of, or the failure to render, any professional architectural, engineering or surveying ser- vices, including: a. The preparing, approving, or failing to pre- pare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifica- tions; or b. Supervisory, inspection, architectural or engineering activities. 2. "Bodily injury" or "property damage" occurring after: a. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than ser- vice, maintenance or repairs) to be per- formed by or on behalf of the additional in- sured(s) at the location of the covered operations has been completed; or b. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontrac- tor engaged in performing operations for a principal as a part of the same project. O ISO Properties, Inc., 2004 Page 1 of 1 0 MINIMUM WAGE AFFIDAVIT STATE OF WASHINGTON) ss COUNTY OF YAKIMA ) I, the undersigned, having been duly sworn, depose, say and certify that in connection with the performance of the work, payment for which this voucher is submitted, I have paid the following rate per hour to each classification of laborers, workmen, or mechanics, as indicated upon the attached list, now referred to and by such reference incorporated in and made an integral part hereof, for all such employed in the performance of such work; and no laborer, workman or mechanic so employed upon such work has been paid less than the prevailing rate of wage or less than the minimum rate of wages as specified in the principal contract; that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. Subscribed and sworn to before me on this Contractor day of , 200 Notary Public in and for the State of Washington residing at 87 PREVAILING WAGE RATES State Wage Rates PREVAILING WAGE RATES The prevailing rate of wages to be paid to all workmen, laborers, or mechanics employed in the performance of any part of this contract shall be in accordance with the provisions of Chapter 39.12 RCW, as amended. The rules and regulations of the Department of Labor and Industries are by reference made a part of this contract as though fully set forth herein. The current schedule of prevailing wage rates for the locality or localities where this contract will be performed, as determined by the Industrial Statistician of the Department of Labor and Industries, are included in these contract documents. Inasmuch as the contractor will be held responsible for paying the prevailing wages, it is imperative that all contractors familiarize themselves with the current wage rates, as determined by the Industrial Statistician of the Department of Labor and Industries, before submitting bids based on these specifications. In case any dispute arises as to what are the prevailing rates of wages for work of a similar nature and such dispute cannot be adjusted by the parties in interest, including labor and management representatives, the matter shall be referred for arbitration to the Director of the Department of Labor and Industries of the State and his decision therein shall be final and conclusive and biding on all parties involved in the dispute as provided for by RCW 39.12.060 as amended. Current prevailing wage rules and data can be furnished by the Industrial Statistician upon request. You may submit your request to: Department of Labor and Industries ESAC Division PO Box 44540 Olympia, Washington 98504-4540 Telephone: 360-902-5335 89 STATE WAGE RATES ARE INSERTED FOLLOWING THIS PAGE 91 State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section - Telephone (360) 902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage Rates For Public Works Contracts The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, workers' wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements is provided on the Benefit Code Key. YAKIMA COUNTY EFFECTIVE 08-31-2008 ********************************************************************************************************** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $30.25 1H 5D BOILERMAKERS JOURNEY LEVEL $50.33 1C 5N BRICK AND MARBLE MASONS JOURNEY LEVEL $37.52 2M 5A CABINET MAKERS (IN SHOP) JOURNEY LEVEL $19.24 1 CARPENTERS ACOUSTICAL WORKER $36.22 1M 5D BRIDGE, DOCK AND WARF CARPENTERS $45.46 1M 5D CARPENTER $36.22 1M 5D CREOSOTED MATERIAL $36.22 1M 5D DRYWALL APPLICATOR $36.22 1M 5D FLOOR FINISHER $36.22 1M 5D FLOOR LAYER $36.22 1M 5D FLOOR SANDER $36.22 1M 5D MILLWRIGHT $46 46 1M 5D PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING $45.66 1M 5D SAWFILER $36.22 1M 5D SHINGLER $36.22 1M 5D STATIONARY POWER SAW OPERATOR $36.22 1M 5D STATIONARY WOODWORKING TOOLS $36.22 1M 5D CEMENT MASONS JOURNEY LEVEL $33.81 1N 5D DIVERS & TENDERS DIVER $92.31 1M 5D 8A DIVER TENDER $49.84 1M 5D DREDGE WORKERS ASSISTANT ENGINEER $47.09 1T 5D 8L ASSISTANT MATE (DECKHAND) $46.58 1T 5D 8L BOATMEN $47.09 1T 5D 8L ENGINEER WELDER $47.14 1T 50 8L LEVERMAN, HYDRAULIC $48.71 1T 5D 8L MAINTENANCE $46.58 1T 5D 8L MATES $47.09 1T 5D 8L OILER $46.71 1T 5D 8L DRYWALL TAPERS JOURNEY LEVEL $31.66 1P 5A ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL $20.99 1 Page 1 YAKIMA COUNTY EFFECTIVE 08-31-`008 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ELECTRICIANS - INSIDE JOURNEY LEVEL $47.21 1E 5A ELECTRICIANS - MOTOR SHOP CRAFTSMAN $15.37 2A 6C JOURNEY LEVEL $14.69 2A 6C ELECTRICIANS - POWERUNE CONSTRUCTION CABLE SPLICER $56 53 4A 5A CERTIFIED LINE WELDER $51 64 4A 5A GROUNDPERSON $37.15 4A 5A HEAD GROUNDPERSON $39.10 4A 5A HEAVY LINE EQUIPMENT OPERATOR $51.64 4A 5A JACKHAMMER OPERATOR $3919 4A 5A JOURNEY LEVEL LINEPERSON $51.64 4A 5A LINE EQUIPMENT OPERATOR TOR $43.83 4A 5A POLE SPRAYER $51.64 4A 5A POWDERPERSON $39.19 4A 5A ELECTRONIC TECHNICIANS ELEa, i RuiviC TECHNMCIANS JOURNEY LEVEL $23 40 1 ELEVATOR CONSTRUCTORS MECHANIC $62.85 4A 6Q MECHANIC IN CHARGE $68.67 4A 6Q FABRICATED PRECAST CONCRETE PRODUCTS CRAFTSMAN LABORER $8.72 1 $8.07 1 FENCE ERECTORS FENCE ERECTOR $21.64 FLAGGERS JOURNEY LEVEL $28.37 1H 5D GLAZIERS JOURNEY LEVEL $22.43 1B 6i HEAT & FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $23 18 1 HEATING EQUIPMENT MECHANICS MECHANIC $13.91 1 HOD CARRIERS & MASON TENDERS JOURNEY LEVEL $31.16 1H 5D INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC $15.65 1 INDUSTRIAL POWER VACUUM CLEANER JOURNEY LEVEL $9.24 1 INSPECTION/CLEANING/SEALING OF SEWER & WATER SYSTEMS BY REMOTE CONTROL CLEANER OPERATOR; FOAMER OPERATOR $9.73 1 GROUT TRUCK OPERATOR $11.48 1 HEAD OPERATOR $12.78 1 TECHNICIAN $8.07 1 TV TRUCK OPERATOR $10.53 1 INSULATION APPLICATORS JOURNEY LEVEL $32.91 1 IRONWORKERS JOURNEY LEVEL Page 2 $46.37 10 5A YAKIMA COUNTY EFFECTIVE 08-31-2008 ********************************************************************************************************** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code LABORERS ALL CLASSIFICATIONS $18.12 1 LABORERS - UNDERGROUND SEWER & WATER GENERAL LABORER $30.25 1H 5D PIPE LAYER $30.77 1H 5D LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS $9.00 1 LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $15.45 1 LANDSCAPING OR PLANTING LABORERS $9.00 1 LATHERS JOURNEY LEVEL $36.22 1M 5D METAL FABRICATION (IN SHOP) FITTER $12.00 1 LABORER $10.31 1 MACHINE OPERATOR $11.32 1 PAINTER $12.00 1 WELDER $11.32 1 MODULAR BUILDINGS JOURNEY LEVEL $14.11 1 PAINTERS JOURNEY LEVEL $20.05 1 PLASTERERS JOURNEY LEVEL $44.83 1R 5B PLAYGROUND & PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $8.07 1 PLUMBERS & PIPEFITTERS JOURNEY LEVEL $57 74 1Q 5A POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $44.64 1T 5D 8L BACKHOE, EXCAVATOR, SHOVEL (3 YD & UNDER) $47.42 1T 5D 8L BACKHOE, EXCAVATOR, SHOVEL (OVER 3 YD & UNDER 6 YD) $47.91 1T 5D 8L BACKHOE, EXCAVATOR, SHOVEL (6 YD AND OVER WITH ATTACHMENTS) $48.46 1T 5D 8L BACKHOES, (75 HP & UNDER) $47.00 1T 5D 8L BACKHOES, (OVER 75 HP) $47.42 1T 5D 8L BARRIER MACHINE (ZIPPER) $47.42 1T 5D 8L BATCH PLANT OPERATOR, CONCRETE $47.42 1T 5D 8L BELT LOADERS (ELEVATING TYPE) $47.00 1T 5D 8L BOBCAT (SKID STEER) $44.64 1T 5D 8L BROOMS $44.64 1T 5D 8L BUMP CUTTER $47.42 1T 5D 8L CABLEWAYS $47.91 1T 5D 8L CHIPPER $47.42 1T 5D 8L COMPRESSORS $44.64 1T 5D 8L CONCRETE FINISH MACHINE - LASER SCREED $44.64 1T 5D 8L CONCRETE PUMPS $47.00 1T 5D 8L CONCRETE PUMP -TRUCK MOUNT WITH BOOM ATTACHMENT $47.42 1T 5D 8L CONVEYORS $47.00 1T 5D 8L CRANES, THRU 19 TONS, WITH ATTACHMENTS $47.00 1T 5D 8L CRANES, 20 -44 TONS, WITH ATTACHMENTS $47.42 1T 5D 8L CRANES, 45 TONS - 99 TONS, UNDER 150 FT OF BOOM (INCLUDING JIB $47.91 1T 5D 8L WITH ATACHMENTS) Page 3 YAKIMA COUNTY EFFECTIVE 08-31-2008 ********************************************************************************************************** (SPP Renpflt C.n/ih Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code CRANES, 100 TONS -199 TONS, OR 150 FT OF BOOM (INCLUDING JIB $48.46 1T 5D 8L WITH ATTACHMENTS) CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM (INCLUDING JIB $49.03 1T 5D 8L WITH ATTACHMENTS) CRANES, A -FRAME, 10 TON AND UNDER $44.64 1T 50 8L CRANES, A -FRAME, OVER 10 TON $47.00 1T 5D 8L CRANES, OVER 300 TONS, OR 300' OF BOOM INCLUDING JIB WITH $48.29 1T 5D 8L ATTACHMENTS CRANES, OVERHEAD, RR!DGE TYPE (2n - 44 TONS) $47 42 1T 50 8L CRANES, OVERHEAD, BRIDGE TYPE (45 - 99 TONS) $47.91 1T 50 8L CRANES, OVERHEAD, BRIDGE TYPE (100 TONS & OVER) $48.46 1T 50 8L CRANES, TOWER CRANE UP TO 175' IN HEIGHT, BASE TO BOOM $48.46 1T 5D 8L CRANES, TOWER CRANE OVER 175 IN HEIGHT, BASE TO BOOM $49,03 1T 50 8L CRI ISHERS $47 42 1T 5D 8L .y-, r .-rte DECK ENGINEER/DFCK 47.-rs WINCHES (POWER) $ 42 17 5.0 8L Wim, DERRICK, BUILDING $47.91 1T 5D 8L DOZERS, 0-9 & UNDER $47.00 1T 5D 8L DRILLUR1LL O ERS - Ai BIER I YEE IRI 1C:K UR CRANE MOUNT Gif 7 r00 1T 50 8i DRILLING MACHINE $47.42 1T 5D 8L ELEVATOR AND MANLIFT, PERMANENT AND SHAFT -TYPE $44.64 1T 5D 8L EQUIPMENT SERVICE ENGINEER (OILER) $47.00 1T 5D 8L FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $47.42 1T 5D 8L FORK LIFTS, (3000 LBS AND OVER) $47 00 1T 50 8L FORK LIFTS, (UNDER 3000 LBS) $44.64 1T 50 8L GRADE ENGINEER $47.00 1T 5D 8L GRADECHECKER AND STAKEMAN $44.64 IT 5D 8L GUARDRAIL PUNCH $47.42 1T 5D 8L HOISTS, OUTSIDE (ELEVATORS AND MANLIFTS), AIR TUGGERS $47.00 1T 5D 8L HORIZONTAL/DIRECTIONAL DRILL LOCATOR $47.00 1T 5D 8L HORIZONTAL/DIRECTIONAL DRILL OPERATOR $47,42 1T 5D 8L HYDRALIFTS/BOOM TRUCKS (10 TON & UNDER) $44.64 1T 5D 8L HYDRALIFTS/BOOM TRUCKS (OVER 10 TON) $47.00 1T 5D 8L LOADERS, OVERHEAD (6 YD UP TO 8 YD) $47.91 1T 5D 8L LOADERS, OVERHEAD (8 YD & OVER) $48.46 1T 5D 8L LOADERS, OVERHEAD (UNDER 6 YD), PLANT FEED $47 42 1T 5D 8L LOCOMOTIVES, ALL $47.42 1T 5D 8L MECHANICS, ALL $47.91 1T 5D 8L MIXERS, ASPHALT PLANT $47.42 1T 5D 8L MOTOR PATROL GRADER (FINISHING) $47.42 1T 5D 8L MOTOR PATROL GRADER (NON -FINISHING) $47.00 1T 5D 8L MUCKING MACHINE, MOLE, TUNNEL DRILL AND/OR SHIELD $47.91 1T 5D 8L OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING $44.64 1T 5D 8L OPERATOR PAVEMENT BREAKER $44.64 1T 5D 8L PILEDRIVER (OTHER THAN CRANE MOUNT) $47 42 1T 5D 8L PLANT OILER (ASPHALT, CRUSHER) $47.00 1T 5D 8L POSTHOLE DIGGER, MECHANICAL $44.64 1T 5D 8L POWER PLANT $44.64 1T 5D 8L PUMPS, WATER $44.64 1T 5D 8L QUAD 9, D-10, AND HD -41 $47.91 1T 5D 8L REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $47.91 1T 5D 8L EQUIP RIGGER AND BELLMAN $44 64 1T 5D 8L Pale 4 YAKIMA COUNTY EFFECTIVE 08-31-2008 ********************************************************************************************************** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ROLLAGON $47.91 1T 5D 8L ROLLER, OTHER THAN PLANT ROAD MIX $44 64 1T 5D 8L ROLLERS, PLANTMIX OR MULTILIFT MATERIALS $47.00 1T 5D 8L ROTO -MILL, ROTO -GRINDER $47.42 1T 5D 8L SAWS, CONCRETE $47.00 1T 5D 8L SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING $47.42 1T 5D 8L OFF-ROAD EQUIPMENT ( UNDER 45 YD) SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING $47.91 1T 5D 8L OFF-ROAD EQUIPMENT (45 YD AND OVER) SCRAPERS, CONCRETE AND CARRY ALL $47.00 1T 5D 8L SCREED MAN $47.42 1T 5D 8L SHOTCRETE GUNITE $44.64 1T 5D 8L SLIPFORM PAVERS $47.91 1T 5D 8L SPREADER, TOPSIDE OPERATOR - BLAW KNOX $47.42 1T 5D 8L SUBGRADE TRIMMER $47.42 1T 5D 8L TOWER BUCKET ELEVATORS $47.00 1T 5D 8L TRACTORS, (75 HP & UNDER) $47.00 1T 5D 8L TRACTORS, (OVER 75 HP) $47.42 1T 5D 8L TRANSFER MATERIAL SERVICE MACHINE $47.42 1T 5D 8L TRANSPORTERS, ALL TRACK OR TRUCK TYPE $47.91 1T 5D 8L TRENCHING MACHINES $47.00 1T 5D 8L TRUCK CRANE OILER/DRIVER ( UNDER 100 TON) $47.00 1T 5D 8L TRUCK CRANE OILER/DRIVER (100 TON & OVER) $47 42 1T 5D 8L TRUCK MOUNT PORTABLE CONVEYER $47.42 1T 5D 8L WHEEL TRACTORS, FARMALL TYPE $44.64 1T 5D 8L YO YO PAY DOZER $47.42 1T 5D 8L POWER EQUIPMENT OPERATORS- UNDERGROUND SEWER & WATER (SEE POWER EQUIPMENT OPERATORS) POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $37.61 4A 5A SPRAY PERSON $35 73 4A 5A TREE EQUIPMENT OPERATOR $36 19 4A 5A TREE TRIMMER $33.69 4A 5A TREE TRIMMER GROUNDPERSON $25.43 4A 5A REFRIGERATION & AIR CONDITIONING MECHANICS MECHANIC $57.74 1Q 5A RESIDENTIAL BRICK & MARBLE MASONS JOURNEY LEVEL $29.00 1 RESIDENTIAL CARPENTERS JOURNEY LEVEL $14.58 1 RESIDENTIAL CEMENT MASONS JOURNEY LEVEL $11.86 1 RESIDENTIAL DRYWALL TAPERS JOURNEY LEVEL $19.08 1 RESIDENTIAL ELECTRICIANS JOURNEY LEVEL $21.98 1 RESIDENTIAL GLAZIERS JOURNEY LEVEL $22.43 1B 61 RESIDENTIAL INSULATION APPLICATORS JOURNEY LEVEL $10.00 1 RESIDENTIAL LABORERS JOURNEY LEVEL $8.07 1 Page 5 YAKIMA COUNTY FFFFCTIVF 0R-31-2008 ********************************************************************************************************** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code RESIDENTIAL PAINTERS JOURNEY LEVEL $13.89 .1 RESIDENTIAL PLUMBERS & PIPEFITTERS JOURNEY LEVEL $15.56 1 RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) $32.26 1B 5A RESIDENTIAL SOFT FLOOR LAYERS JOURNEY LEVEL $17.55 1 RESI^EMTIALTERRAti77e TILE FINISHERS JOURNEY LEVEL $17.00 1 ROOFERS JOURNEY LEVEL $31.31 2P 51 USING IRRITABLE BITUMINOUS MATERIALS $34.31 2P 51 SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) $44.78 1B 5A SIGN MAKERS & INSTALLERS (NON -ELECTRICAL) JOURNEY LEVEL $14.65 1 SOFT FLOOR LAYERS JOURNEY LEVEL $23.11 1N 5A SOLAR CONTROLS FOR WINDOWS JOURNEY- LEVEL $8 07 1 SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL $44.35 1R 5Q STAGE RIGGING MECHANICS (NON STRUCTURAL) JOURNEY LEVEL $13.23 1 SURVEYORS CHAIN PERSON $9.25 1 INSTRUMENT PERSON $12.05 1 PARTY CHIEF $I5.V5 1 TELECOMMUNICATION TECHNICIANS TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $20.00 1 TELEPHONE LINE CONSTRUCTION - OUTSIDE CABLE SPLICER $31.46 2B 5A HOLE DIGGER/GROUND PERSON $17.58 2B 5A INSTALLER (REPAIRER) $30 17 2B 5A JOURNEY LEVEL TELEPHONE LINEPERSQN Qnn �c 26 5n t)C SPECIAL APPARATUS INSTALLER I $31.46 2B 5A SPECIAL APPARATUS INSTALLER II $30.82 2B 5A TELEPHONE EQUIPMENT OPERATOR (HEAVY) $31 46 2B 5A TELEPHONE EQUIPMENT OPERATOR (LIGHT) $29.26 2B 5A TELEVISION GROUND PERSON $16.67 2B 5A TELEVISION LINEPERSON/INSTALLER $22.19 2B 5A TELEVISION SYSTEM TECHNICIAN $26.42 2B 5A TELEVISION TECHNICIAN $23.76 2B 5A TREE TRIMMER $29.26 2B 5A TERRAZZO WORKERS & TILE SETTERS JOURNEY LEVEL $29.88 2M 5A TILE, MARBLE & TERRAZZO FINISHERS FINISHER $25.80 2M 5A TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $37 90 1K 5A Page 6 YAKIMA COUNTY EFFECTIVE 08-31-2008 ********************************************************************************************************** (See Benefit Code Key) Over PREVAILING Time Holiday Note WAGE Code Code Code Classification TRUCK DRIVERS ASPHALT MIX $14.19 DUMP TRUCK $32.97 2G 61 DUMP TRUCK & TRAILER $32.97 2G 61 2G 61 OTHER TRUCKS $32.972G 61 TRANSIT MIXER $32.97 WELL DRILLERS & IRRIGATION PUMP INSTALLERS 1 IRRIGATION PUMP INSTALLER $25.44 OILER $9.20 1 WELL DRILLER $18.00 1 Page 7 Washington State Department of Labor and Industries Policy Statement (Regarding the Production of "Standard" or "Non-standard" Items) Below is the department's (State L&1's) list of criteria to be used in determining whether a prefabricated item is "standard" or "non-standard". For items not appearing on WSDOT's predetermined list, these criteria shall be used by the Contractor (and the Contractor's subcontractors, agents to subcontractors, suppliers, manufacturers, and fabricators) to determine coverage under RCW 39.12. The production, in the State of Washington, of non-standard items is covered by RCW 39.12, and the production of standard items is not. The production of any item outside the State of Washington is not covered by RCW 39.12. 1. Is the item fabricated for a public works project? If not, it is not subject to RCW 39.12. If it is, go to question 2. 2. Is the item fabricated on the public works jobsite? If it is, the work is covered under RCW 39.12. If not, go to question 3. 3. Is the item fabricated in an assembly/fabrication plant set up for, and dedicated primarily to, the public works project? If it is, the work is covered by RCW 39.12. If not, go to question 4. 4. Does the item require any assembly, cutting, modification or other fabrication by the supplier? If not, the work is not covered by RCW 39.12. If yes, go to question 5. 5. Is the prefabricated item intended for the public works project typically an inventory item which could reasonably be sold on the general market? If not, the work is covered by RCW 39.12. If yes, go to question 6. 6. Does the specific prefabricated item, generally defined as standard, have any unusual characteristics such as shape, type of material, strength requirements, finish, etc? If yes, the work is covered under RCW 39.12. Any firm with questions regarding the policy, WSDOT's Predetermined List, or for determinations of covered and non -covered workers shall be directed to State L&I at (360) 902-5330. Supplemental to Wage Rates 1 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator Below is a list of potentially prefabricated items, originally furnished by WSDOT to Washington State Department of Labor and Industries, that may be considered non- standard and therefore covered by the prevailing wage law, RCW 39.12. Items marked with an X in the "YES" column should be considered to be non-standard and therefore covered by RCW 39.12. Items marked with an X in the "NO" column should be considered to be standard and therefore not covered. Of course, exceptions to this general list may occur, and in that case shall be evaluated according to the criteria described in State and L&I's policy statement. ITEM DESCRIPTION 4 CO NO Metal rectang liar frames, solid metal covers, herringbone grates, e.a vv ::u ::ess Uf f:i�f ex fi�. 1J V:IL �1 Gi�iJ, and bi-directional vaned grates for Catch Basin Types 1, IL, 1 P, and 2 and Concrete Inlets. See Std. Plans 2. Metal circular frames (rings) and covers, circular grates, and prefabricated ladders for Manhole Types 1, 2, and 3, Drywell Types 1, 2, and 3 and Catch Basin Type 2. See Std. Plans 3. Prefabricated steel grate supports and welded grates, metal frames and dual vaned grates, and Type 1, 2, and 3 structural tubing grates for Drop Inlets. See Std. Plans. Concrete Pine - Plain Cnneerete nine and roinfrrcrld concrete pipe Class 2 to 5 sizes smaller than 60 inch diameter. 5. Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes larger than 60 inch diameter. 6. Corrugated Steel Pipe - Steel lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in diameter. May also be treated, 1 thru 5. 7. Corrugated Aluminum Pipe - Aluminum lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in diameter. May also be treated, #5. X Supplemental to Wage Rates 2 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION YES NO 8. Anchor Bolts & Nuts - Anchor Bolts and Nuts, for mounting sign structures, luminaries and other items, shall be made from commercial bolt stock. Supplemental to Wage Rates 3 See Contract Plans and Std. Plans for size and material type. 9. Aluminum Pedestrian Handrail - Pedestrian handrail conforming to the type and material specifications set forth in the contract plans. Welding of aluminum shall be in accordance with Section 9-28.14(3). X 10. 11. Major Structural Steel Fabrication - Fabrication of major steel items such as trusses, beams, girders, etc., for bridges. X Minor Structural Steel Fabrication - Fabrication of minor steel Items such as special hangers, brackets, access doors for structures, access ladders for irrigation boxes, bridge expansion joint systems, etc., involving welding, cutting, punching and/or boring of holes. See Contact Plans for item description and shop drawings. I- X 12. Aluminum Bridge Railing Type BP - Metal bridge railing conforming to the type and material specifications set forth in the Contract Plans. Welding of aluminum shall be in accordance with Section 9-28.14(3). X 13. 14. Concrete Piling--Precast-Prestressed concrete piling for use as 55 and 70 ton concrete piling. Concrete to conform to Section 9-19.1 of Std. Spec.. X Precast Manhole Types 1, 2, and 3 with cones, adjustment sections and flat top slabs. See Std. Plans. ' 15. Precast Drywell Types 1, 2, and with cones and adjustment Sections. See Std. Plans. X 16. Precast Catch Basin - Catch Basin type 1, IL, 1P, and 2 With adjustment sections. See Std. Plans. X Supplemental to Wage Rates 3 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION YES NO 17. Precast Concrete Inlet - with adjustment sections, See Std. Plans 18. Precast Drop Inlet Type 1 and 2 with metal grate supports. JUG Std. Plalls. Y n 19. Precast Grate Inlet Type 2 with extension and top units. See Std. Plans X 20. Metal frames, vaned grates, and hoods for Combination Inlets. See Std. Plans 91 Precast Concrete I Itility Vaults _ Precast Concrete utility vaults _f - _. .---- >� .+n...a' Vaults - Precast Concrete UUIIiY Vc UIi, Ui various sizes. Used for in ground storage of utility facilities and controls. See Contract Plans for size and construction requirements. Shop drawings are to be provided for approval prior to casting 22. Vault Risers - For use with Valve Vaults and Utilities Val iilts. 23. Valve Vault - For use with underground utilities. See Contract Plans for details. 24. Precast Concrete Barrier - Precast Concrete Barrier for use as new barrier or may also be used as Temporary Concrete Barrier. Only new state approved barrier may be used as permanent barrier. 25. Reinforced Earth Wall Panels Reinforced Earth Wall Panels in size and shape as shown in the Plans. Fabrication plant has annual approval for methods and materials to be i icarl See Shop Drawing. ..._._..._ __ Fabrication at other locations may be approved, after facilities inspection, contact HQ. Lab. Y 26. Precast Concrete Walls - Precast Concrete Walls - tilt -up wall panel in size and shape as shown in Plans. Fabrication plant has annual approval for methods and materials to be used Supplemental to Wage Rates 4 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION 27. Precast Railroad Crossings - Concrete Crossing Structure Slabs. 28. 12, 18 and 26 inch Standard Precast Prestressed Girder — Standard Precast Prestressed Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A YES NO X X 29. Prestressed Concrete Girder Series 4-14 - Prestressed Concrete Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A 30. Prestressed Tri -Beam Girder - Prestressed Tri -Beam Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A 31. Prestressed Precast Hollow -Core Slab — Precast Prestressed Hollow -core slab for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A. 32. Prestressed -Bulb Tee Girder - Bulb Tee Prestressed Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A 33. Monument Case and Cover See Std. Plan. X Supplemental to Wage Rates 5 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION YES NO 34. Cantilever Sign Structure - Cantilever Sign Structure fabricated from steel tubing meeting AASHTO-M-183. See Std. Plans, and Contract Plans for details. The steel structure shall be galvanized after fabrication in accordance with .A HTCI-M-111 35. Mono -tube Sign Structures - Mono -tube Sign Bridge fabricated to details shown in the Plans. Shop drawings for approval are required prior to fabrication. X 36 Steel Sign Bridges - Steel Sign Bridges fabricated from steel tubing meeting AASHTO-M-138 for Aluminum Alloys. See Std. Plans, and Contract Plans for details, The steel it u Cult shall be galvanized after fabrication in accordance with AASHTO-M-111. v 1 1 37. Steel Sign Post - Fabricated Steel Sign Posts as detailed in Std Pians. Shop drawings for approval are to be provided prior to fabrication 38. Light Standard -Prestressed - Spun, prestressed, hollow concrete nnleg, 39. Light Standards - Lighting Standards for use on highway illumination systems, poles to be fabricated to conform with methods and materials as specified on Std. Plans. See Specia Provisions for pre -approved drawings. 40. Traffic Signal Standards - Traffic Signal Standards for use on highway and/or street signal systems. Standards to be fabricated to conform with methods and material as specified on Std. Plans. See Speciai Provisions for pre -approved drawings 41. Precast Concrete Sloped Mountable Curb (Single and DualFaced) See Std. Plans. Supplemental to Wage Rates v Art 6 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION YES NO 42. Traffic Signs - Prior to approval of a Fabricator of Traffic Signs, the sources of the following materials must be submitted and approved for reflective sheeting, legend material, and aluminum sheeting. NOTE: *** Fabrication inspection required. Only signs tagged "Fabrication Approved" by WSDOT Sign Fabrication Inspector to be installed 43. Cutting & bending reinforcing steel 44. Guardrail components Custom Message X Std Signing Message X X Custom Standard End Sec Sec 45. Aggregates/Concrete mixes Covered by WAC 296-127-018 46. Asphalt Covered by WAC 296-127-018 47. Fiber fabrics 48. Electrical wiring/components 49. treated or untreated timber pile 50. Girder pads (elastomeric bearing) 51. Standard Dimension lumber X X X 52. Irrigation components Supplemental to Wage Rates 7 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION YES 53. Fencing materials NO X 54. Guide Posts 55. Traffic Buttons 56. Epoxy 57. Cribbing X X X v 1 58. Water distribution materials X 9. StPPI "H" pi!PQ A 60. Steel pipe for concrete pile casings X 61. Steel pile tips, standard X 62. Steel pile tips, custom F X Supplemental to Wage Rates 8 State of Washington Department of Labor and Industries Prevailing Wage Section - Telephone (360) 902 - PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, workers' wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements is provided on the Benefit Code Key. METAL FABRICATION (IN SHOP) EFFECTIVE 08-31-2008 Classification Code (See Benefit Code Key) Prevailing Overtime Holiday Wage Code Code Counties Covered: ADAMS, ASOTIN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, KITTITAS LINCOLN, OKANOGAN, PEND ORIELLE, STEVENS, WALLA WALLA AND WHITMAN FITTERNVELDER $12.76 LABORER $8.13 MACHINE OPERATOR $12.66 PAINTER $10.20 Counties Covered: BENTON 1 1 1 1 MACHINE OPERATOR $10 53 1 PAINTER $9.76 1 WELDER $16.70 1 1 Counties Covered: CHELAN FITTER $15.04 1 LABORER $9.54 1 MACHINE OPERATOR $9.71 1 PAINTER $9.93 1 WELDER $12.24 1 Counties Covered: CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, LEWIS, MASON, PACIFIC SAN JUAN AND SKAGIT FITTER/WELDER $15.16 1 LABORER $11.13 1 MACHINE OPERATOR $10.66 1 PAINTER $11.41 1 Supplemental to Wage Rates 9 METAL FABRICATION (IN SHOP) EFFECTIVE 08-31-2008 (See Benefit Code Key) Classification Code Prevailing Overtime Holiday Wage Code Code Counties Covered: CLARK FITTER $28.63 1E 6H LABORER yGU$2n .J:I 3r IE 6H MACHINE OPERATOR $29.91 1E 6H PAINTER $26.45 1E 6H WELDER $28 03 1E 6H LAYEROUT $29 91 1E 6H Counties Covered: COWLITZ MACHINE OPERATOR $24.46 1B 6V PAIN T F_R $2n.`fiU •c pG'i16 6V WELDER $24.46 1B 6V FITTERIWELDER PAINTER Counties Covered: GRANT $10.79 1 $8.07 1 Counties Covered: KING FITTER $15.86 1 LABORER $9 78 1 MACHINE OPERATOR $13,04 1 PAINTER $11 10 1 WELDER 15.48 Counties Covered: KITSAP FITTER $26.96 1 LABORER $8.07 1 MACHINE OPERATOR $13.83 1 WELDER $13.83 1 Supplemental to Wage Rates 10 METAL FABRICATION (IN SHOP) EFFECTIVE 08-31-2008 **************************************************************************************************** Classification Code (See Benefit Code Key) Prevailing Overtime Holiday Wage Code Code Counties Covered: KLICKITAT, SKAMANIA, WAHKIAKUM FITTER/WELDER $16.99 1 LABORER $10.44 1 MACHINE OPERATOR $17.21 1 PAINTER $17.03 1 Counties Covered: PIERCE FITTER $15.25 1 LABORER $10.32 1 MACHINE OPERATOR $13.98 1 WELDER $13.98 1 Counties Covered: SNOHOMISH FITTER/WELDER $15 38 1 LABORER $9 79 1 MACHINE OPERATOR $8.84 1 PAINTER $9.98 1 Counties Covered: SPOKANE FITTER $12.59 1 LABORER $8.07 1 MACHINE OPERATOR $13.26 1 PAINTER $10.27 1 WELDER $10 80 1 Supplemental to Wage Rates 11 METAL FABRICATION (IN SHOP) EFFECTIVE 08-31-2008 (See Benefit Code Key) Classification Code Prevailing Overtime Holiday Wage Code Code Counties Covered: THURSTON FITTER $24.88 iA 6T LABORER $16 61 1A 6T MACHINE OPERATOR $26.95 1A 6T LAYEROUT $26.95 1A 6T WELDER $22.81 1A 6T Counties Covered: WHATCOM FITTERNVELDER $13.81 1 LABORER MACHINE OPERATOR $13.81 1 Counties Covered: YAKIMA FITTER $12.00 1 LABORER $10.31 1 MACHINE OPERATOR $11.32 1 PAINTER $12.00 1 WELDER $11,32 Supplemental to Wage Rates 12 FABRICATED PRECAST CONCRETE PRODUCTS EFFECTIVE 08-31-2008 **************************************************************************************************** Classification Code (See Benefit Code Key) Prevailing Overtime Holiday Wage Code Code Counties Covered: ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND OREILLE, STEVENS, WALLA WALLA AND WHITMAN ALL CLASSIFICATIONS ALL CLASSIFICATIONS $9.96 1 Counties Covered: CHELAN, KITTITAS, KLICKITAT AND SKAMANIA 8.61 1 Counties Covered: CLALLAM, CLARK, COWLITZ, GRAYS HARBOR, ISLAND, JEFFERSON, KITSAP,LEWIS, MASON, PACIFIC, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WAHKIAKUM ALL CLASSIFICATIONS $13.50 1 Counties Covered: FRANKLIN ALL CLASSIFICATIONS $11.50 1 Counties Covered: KING ALL CLASSIFICATIONS $13.15 2K 5B Counties Covered: PIERCE ALL CLASSIFICATIONS $9.28 1 Counties Covered: SPOKANE ALL CLASSIFICATIONS $20.23 1 Counties Covered: WHATCOM ALL CLASSIFICATIONS $13.67 1 Counties Covered: YAKIMA CRAFTSMAN $8.72 1 LABORER $8.07 1 Supplemental to Wage Rates 13 WSDOT's List of State Occupations not applicable to Heavy and Highway Construction Projects This project is subject to the state hourly minimum rates for wages and fringe benefits in the contract provisions, as provided by the state Department of Labor and Industries. The following list of occupations, is comprised of those occupations that are not normally used in the construction of heavy and highway projects. When considering job classifications for use and / or payment when bidding on, or building heavy and highway construction projects for, or administered by WSDOT, these Occupations will be excepted from the included "Washington State Prevailing Wage Rates For Public Work Contracts" documents_ • Electrical Fixture Maintenance Workers Electricians - Motor Shop • Heating Equipment Mechanics • Industrial Engine and Machine Mechanics • Industrial Power Vacuum Cleaners • inspection, Cleaning, Sealing of Water Systems by Remote Control • I aborers - Underground Sewer Water �....w v�v.v Underground �w��ti bVYY Vt & Water • Machinists (Hydroelectric Site Work) • Modular Buildings • Playground & Park Equipment Installers • Power Equipment Operators - Underground Sewer & Water • Residential *** ALL ASSOCIATED RATES *** • Sign Makers and Installers (Non -Electrical) • Sign Makers and Installers (Electrical) ▪ Stage Rigging Mechanics (Non Structural) The following occupations may be used only as outlined in the preceding text concerning "WSDOT's list for Suppliers - Manufacturers - Fabricators" • Fabricated Precast Concrete Products • Metal Fabrication (In Shop) Definitions for the Scope of Work for prevailing wages may be found at the Washington State Department of Labor and Industries web site and in WAC Chapter 296-127. Supplemental to Wage Rates 14 Washington State Department of Labor and Industries Policy Statements (Regarding Production and Delivery of Gravel, Concrete, Asphalt, etc.) The following two letters from the State Department of Labor and Industries (State L&I) dated August 18, 1992 and June 18, 1999, clarify the intent and establish policy for administrating the provisions of WAC 296-127-018 COVERAGE AND EXEMPTIONS OF WORKERS INVOLVED IN THE PRODUCTION AND DELIVERY OF GRAVEL, CONCRETE, ASPHALT, OR SIMILAR MATERIALS. Any firm with questions regarding the policy, these letters, or for determinations of covered and non -covered workers shall be directed to State L&I at (360) 902-5330. Effective September 1, 1993, minimum prevailing wages for all work covered by WAC 296-127-018 for the production and/or delivery of materials to a public works contract will be found under the regular classification of work for Teamsters, Power Equipment Operators, etc. Supplemental to Wage Rates 15 ESAC DIVISION - TELEPHONE (206) 586-6887 PO BOX 44540, OLYMPIA, WASHINGTON 98504-4540 August 18, 1992 TO: All Interested Parties FROM: Jim P. Christensen Acting Industrial Statistician SUBJECT: Materials Suppliers - WAC 296-127-018 This memo is intended to provide greater clarity regarding the application of WAC 296- 127-018 to awarding agencies, contractors, subcontractors, material suppliers and other interested parties. The information contained herein should not be construed to cover all possible scenarios which might require the payment of prevailing wage. The absence of a particular activity under the heading "PREVAILING WAGES ARE REQUIRED FOR" does not mean that the activity is not covered, Separate Material Supplier Equipment Operator rates have been eliminated. For those cases where a production facility is set up for the specific purpose of supplying materials a public works construction site, prevailing wage rates for operators of to a public works construction u�.tivi i prevailing li�. WdIJ. C equipment such as crushers and batch plants can be found under Power Equipment Operators. PREVAILING WAGES ARE REQUIRED FOR: 1. Hauling materials away from a public works project site, including excavated materials, demolished materials, etc. 2. Delivery of materials to a public works project site using a method that involves incorporation of the delivered materials into the project site, such as spreading, leveling, rolling, etc. 3. The production of materials at a facility that is established for the specific, but not necessarily exclusive, purpose of supplying materials for a public works project. 4. Delivery of the materials mentioned in #3 above, regardless of the method of delivery. PREVAILING WAGES ARE NOT REQUIRED FOR: 1. The production of materials by employees of an established materials supplier, in a permanent facility, as well as the delivery of these materials, as long as delivery does not include incorporation of the materials into the job site. 2. Delivery of materials by a common or contract carrier, as long as delivery does not include incorporation of the materials into the job site. 3. Production of materials for unspecified future use. Supplemental to Wage Rates 16 STATE OF WASHINGTON DEPARTMENT OF LABOR AND INDUSTRIES June 18, 1999 TO: Kerry S. Radcliff, Editor Washington State Register FROM: Gary Moore, Director Department of Labor and Industries SUBJECT: Notice re WAC 296-127-018, Coverage and exemptions of workers involved in the production and delivery of gravel, concrete, asphalt, or similar materials The department wishes to publish the following Notice in the next edition of the Washington State Register: NOTICE Under the current material supplier regulations, WAC 296-127-018, the department takes the position that prevailing wages do not apply to the delivery of wet concrete to public works sites, unless the drivers do something more than just deliver the concrete. Drivers delivering concrete into a crane and bucket, hopper of a pump truck, or forms or footings, are not entitled to prevailing wages unless they operate machinery or use tools that screed, float, or put a finish on the concrete. This position applies only to the delivery of wet concrete. It does not extend to the delivery of asphalt, sand, gravel, crushed rock, or other similar materials covered under WAC 296-127-018. The department's position applies only to this regulation. If you need additional information regarding this matter, please contact Greg Mowat, Program Manager, Employment Standards, at P.O. Box 44510, Olympia, WA 98504-4510, or call (360) 902-5310. Please publish the above Notice in WSR 99-13. If you have questions or need additional information, please call Selwyn Walters at 902-4206. Thank you. Cc: Selwyn Walters, Rules Coordinator Patrick Woods, Assistant Director Greg Mowat, Program Manager Supplemental to Wage Rates 17 BENEFIT CODE KEY - EFFECTIVE 08-31-08 ************************************************************************************************************************ OVERTIME CODES OVERTIME CALCULATIONS ARE BASED ON THE HOURLY RATE ACTUALLY PAID TO THE WORKER. ON PUBLIC WORKS PROJECTS, THE HOURLY RATE MUST BE NOT LESS THAN THE PREVAILING RATE OF WAGE MINUS THE HOURLY RATE OF THE COST OF FRINGE BENEFITS ACTUALLY PROVIDED FOR THE WORKER. 1. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. C. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS WORKED SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. D. THE FIRST TWO (2) HOURS BEFORE OR AFTER A FIVE - EIGHT (8) HOUR WORKWEEK DAY OR A FOUR - TEN (10) HOUR WORKWEEK DAY AND THE FIRST EIGHT (8) HOURS WORKED THE NEXT DAY AFTER EITHER WORKWEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL ADDITIONAL HOURS WORKED AND ALL WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. E. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER HOURS WORKED MONDAY THROUGH SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. F THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. G. THE FIRST TEN (10) HOURS WORKED ON SATURDAYS AND THE FIRST TEN (10) HOURS WORKED ON A FIFTH CALENDAR WEEKDAY IN A FOUR - TEN HOUR SCHEDULE, SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. H. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS OR EQUIPMENT BREAKDOWN) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. J THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED OVER TEN (10) HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. K. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. L. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. M. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. N. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. O. THE FIRST TEN (10) HOURS WORKED ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS, HOLIDAYS AND AFTER TWELVE (12) HOURS, MONDAY THROUGH FRIDAY, AND AFTER TEN (10) HOURS ON SATURDAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. P ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF CIRCUMSTANCES WARRANT) AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. BENEFIT CODE KEY - EFFECTIVE 08-31-08 I. 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. Ali. HOURS WORKED TN 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 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 THF APPI.IC ABT F OVERTIME RATE I NTIT 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 R ATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLYRATE OF WAGE. V. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS (EXCEPT THANKSGIVING DAY AND CHRISTMAS DAY) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON THANKSGIVING DAY AND CHRISTMAS DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS (EXCEPT MAKE-UP DAYS DUE TO CONDITIONS BEYOND THE CONTROL OF THE EMPLOYER)) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL RF PAID AT DOUBLE THF HOURLY R ATE OF WAGS X. THE FIRST FOUR (4) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TWELVE (12) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED OVER TWELVE (12) HOURS MONDAY THROUGH SATURDAY. SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. WHEN HOLIDAY FALLS ON SATURDAY OR SUNDAY, THE DAY BEFORE SATURDAY, FRIDAY, AND THE DAY AFTER SUNDAY, MONDAY, SHALL BE CONSIDERED THE HOLIDAY AND ALL WORK PERFORMED SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. Y ALL HOURS WORKED OUTSIDE THE HOURS OF 5:00 AM AND 5:00 PM (OR SUCH OTHER HOURS AS MAY BE AGREED UPON BY ANY EMPLOYER AND THE EMPLOYEE) AND ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY (10 HOURS PER DAY FOR A 4 X 10 WORKWEEK) AND ON SATURDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. (EXCEPT FOR EMPLOYEES WHO ARE ABSENT FROM WORK WITHOUT PRIOR APROVAL ON A SCHEDULED WORKDAY DURING THE WORKWEEK SHALL BE PAID AT THE STRAIGHT -TIME RATE UNTIL THEY HAVE WORKED 8 HOURS IN A DAY (10 IN A 4 X 10 WORKWEEK) OR 40 HOURS DURING THAT WORKWEEK.) ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS AND LABOR DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. THE FIRST SIX (6) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF SIX (6) HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. D ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT STRAIGHT TIME IN BENEFIT CODE KEY - EFFECTIVE 08-31-08 -3- ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. E. ALL HOURS WORKED ON SATURDAYS OR HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE- HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS OR ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. F. THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT THE STRAIGHT HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. G. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE INCLUDING HOLIDAY PAY. H. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. 2. I. ALL HOURS WORKED ON SATURDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE- HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. J. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE, INCLUDING THE HOLIDAY PAY. ALL HOURS WORKED ON UNPAID HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. K. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY M. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. 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. Q. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. 4A. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. HOLIDAY CODES 5. A. HOLIDAYS. NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). B. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (8). C. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). D HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). E. HOLIDAYS. NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, PRESIDENTIAL ELECTION DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). F. HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (11). G. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7). BENEFIT CODE KEY - EFFECTIVE 08-31-08 H. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, AND CHRISTMAS (6). I. HOLIDAYS• NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6). J HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, AND CHRISTMAS DAY (7). K. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (9). L. HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). M. HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS AND CHRISTMAS DAY (9). N. HOLIDAYS: NEW YEAR'S _DAV PRESIDENTS' DAY, MEMORIAL DAv INDEPENDENCE �-+��i, ii�LL[�r,1VLr,1Vl,t', DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, ANT) CHR!STMAc nAY ______.____.� (9). P. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS. AND CHRISTMAS DAY (9) Q PAID HOLIDAYS. NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6). R. P -AID -HOLIDAYS, NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, ONE-HALF DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY. (7 1/2). 5 S. PAID HOLIDAYS. NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (7). T PAID HOLIDAYS. NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY_ MEMORIAL DAy INDEPENDENCE DAY,LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND THE DAY BEFORE OR AFTER CHRISTMAS (10). U PAID HOLIDAYS. NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (8). V PAID HOLIDAYS: SIX (6) PAID HOLIDAYS. W PAID HOLIDAYS. NINE (9) PAID HOLIDAYS. X. HOLIDAYS. AFTER 520 HOURS - NEW YEAR'S DAY, THANKSGIVING DAY AND CHRISTMAS DAY AFTER 2080 HOURS - N_F.W YEAR'S _DAY WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, CHRISTMAS DAY AND A FLOATING HOLIDAY (8). Y HOLIDAYS. NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, PRESIDENTIAL ELECTION DAY, THANKSGIVING DAY, THE FRIDAY FOLLOWING THANKSGIVING DAY, AND CHRISTMAS DAY (8). Z. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). 6. A. PAID HOLIDAYS. NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). B. PAID HOLIDAYS. NEW YEAR'S EVE DAY, NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS EVE'S DAY, AND CHRISTMAS DAY (9). C. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (9). D PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY BEFORE OR THE DAY AFTER CHRISTMAS DAY (9). BENEFIT CODE KEY - EFFECTIVE 08-31-08 -5- E. PAID HOLIDAYS. NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND A HALF-DAY ON CHRISTMAS EVE DAY. (9 1/2). F. PAID HOLIDAYS. NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (11). G. PAID HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND CHRISTMAS EVE DAY (11). H. PAID HOLIDAYS: NEW YEAR'S DAY, NEW YEAR'S EVE DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY AFTER CHRISTMAS, AND A FLOATING HOLIDAY (10). I. PAID HOLIDAYS. NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). J. PAID HOLIDAYS. NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY AFTER CHRISTMAS, AND A FLOATING HOLIDAY (9). L. HOLIDAYS. NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY. (8) Q PAID HOLIDAYS. NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY (8). UNPAID HOLIDAY: PRESIDENTS' DAY. T. PAID HOLIDAYS. NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (9). U HOLIDAYS NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS DAY, CHRISTMAS DAY (9). V PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, CHRISTMAS DAY, AND ONE DAY OF THE EMPLOYEE'S CHOICE (9). W PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, DAY BEFORE OR AFTER CHRISTMAS DAY (10). X. PAID HOLIDAYS. NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, DAY BEFORE OR AFTER CHRISTMAS DAY, EMPLOYEE'S BIRTHDAY (11). NOTE CODES 8. A. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE: OVER 50' TO 100' - $1.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100' TO 175' - $2.25 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 175' TO 250' - $5.50 PER FOOT FOR EACH FOOT OVER 175 FEET OVER 250' - DIVERS MAY NAME THEIR OWN PRICE, PROVIDED IT IS NO LESS THAN THE SCALE LISTED FOR 250 FEET C. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE. OVER 50' TO 100' - $1.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100' TO 150' - $1.50 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 150' TO 200' - $2.00 PER FOOT FOR EACH FOOT OVER 150 FEET BENEFIT CODE KEY - EFFECTIVE 08-31-08 -6- OVER 200' - DIVERS MAY NAME THEIR OWN PRICE D WORKERS WORKING W'TT-T 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: 50.50. N WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A. $1.00, T.FVF,L B• SO 75, LEVEL C• $0.50, AND LEVEL D: $0.25 PROPOSAL Proposal Form Item Proposal Bid Sheet Bid Bond Form Non -Collusion Declaration Non -Discrimination Provision Subcontractor List Women and Minority Business Enterprise Policy Council Resolution Affirmative Action Plan Bidders Certification Subcontractors Certification Proposal Signature Sheet Bidders Check List PROPOSAL To the City Clerk Yakima, Washington This certifies that the undersigned has examined the location of: City of Yakima N. 85th Ave. & Kail Dr. Sanitary Sewer City Project No. 2208 L.I.D. 1060 and that the plans, specifications and contract governing the work embraced in this improvement, and the method by which payment will be made for said work, is understood. The undersigned hereby proposes to undertake and complete the work embraced in this improvement, or as much thereof as can be completed with the money available in accordance with the said plans, specifications and contract, and the following schedule of rates and prices. NOTE: Unit prices for all items, all extensions, and total amount of bid, shall be shown, and be written in ink or typed. Show unit prices in figures only. Figures written to the right of the dot (decimal) in the dollars column shall be considered as cents. 93 ITEM PROPOSAL BID SHEET (REVISED by Addendum 2) City of Yakima N. 85th Ave. & Kail Dr. Sanitary Sewer City Project No. 2208 (L.I.D. 1060 ITEM PROPOSAL ITEM NO. PAYMENT SECTION QTY UNIT UNIT PRICE DOLLARS AMOUNT DOLLARS 1 SPCC PLAN 1 LS ? e 1-07.15(1) 2 M MOBILIZATION S® �X'cG" F-.CC.0 1-09 7 3 PROJECT TEMPORARY TRAFFIC CONTROL 1 LS ii___ -_n__ 1-105 4 REMOVAL OF STRUCTURE AND OBSTRUCTION S� tom,® ^ 2-02 5 5 SHORING OR EXTRA EXCAVATION CLASS B, Incl. Haul 2900 LF Z �• 2-09 5 6 CRUSHED SURFACING BASE COURSE ®1 if -i- %01(3 -I 4-04.5 7 ASPHALT EMULSION CRS -2P 6.2 TON \ - i_Dn 3 5-02.5 8 ASPHALT FOR FOG SEAL 0 33 TON Dom- ()C.- 5-02.5 9 FURNISHING AND PLACING CRUSHED SCREENING 1/2 to U.S #4 35 TON j'D`3 - '--k rY 5-02.5 10 FURNISHING AND PLACING CRUSHED SCREENING 3/8 to #4 25 TON 1 aO ® Cc:> .- 5-02.5 11 ADDITIONAL BROOMING 8 HR 1 LoC, _ \ - 5-02.5 12 SURFACE REPAIR 810 SY (Qt- - ICILHO - 5-04.5 13 DRIVEWAY PAVING 200 SY (oc - 5-04.5 14 MANHOLE 48 IN DIAM. TYPE 1 18 EA ( &cJ 7-05.5 15 SANITARY SEWER CLEANOUT 1 EA 7-05 5 16 ADJUST VALVE BOX 6 EA '1%0 m j0W) 17 CRUSHED SURFACING TOP COURSE (for Trench Backfill) 366 TON ) ,� - 4-\a " 7-08.5 18 STRUCTURE EXCAVATION CLASS B, INCL. HAUL 2610 CY 5 ® 1 "3O 7-08.5 19 DIRECTIONAL DRILLING 622 LF ny. aL1 K 7-17 5 ADDENDUM NO. 2 2 of 3 12/4/08 ITEM NO. PROPOSAL ITEM PAYMENT SECTION QTY UNIT UNIT PRICE DOLLARS AMOUNT DOLLARS 20 PVC SANITARY SEWER PIPE 8 IN. DIAM. 2183 LF ;,, \ , ' 7-17 5 21 PVC SANITARY SEWER PIPE 4 IN DIAM. 710 k ILke‘\ C 7-17 5 22 COMMERCIAL DRIVEWAY APPROACH 1 LS coo 3r 8-06 5 23 REPAIR OR REPLACEMENT 1 FA $12,000.00 $12,000.00 8-30 5 SUB -TOTAL: gG STATE SALES TAX YAKIMA COUNTY (8.2%): TOTAL BID, Project _2208: END OF ADDENDUM NO. 2 ADDENDUM NO 2 3 of 3 12/4/08 BID BOND FORM Herewith find deposit In the form of a certified check, cashiers check, cash, or bid'6ond in the amount of $ tD i _ which amount Is not less than five percent of total bid. 6 Sign Here BID BOND KNOW ALL MEN BY THESE PRESENTS: Premier Excavation, Inc. That we, , 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 5% of attached bid E. 00/100** Dollars, for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. The condition of thls obligation is such that if•ihe Obligee shall make any award to the Principal For project # 2208 LID 1060 , according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure so to do. pay and forfeit to the Obligee the penal amount of the deposit spedfied in the call for bids, then this obligation shall be nuli and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay end forfeit to the Obligee, as penalty andliquidated damages, the amount of this bond. SIGNED, SEALED AND DATED THIS 10th DAY OF December , 2Q0$ Principal Premier Excavation, Inc. 47.4j/e..---- 5 Roxann Shuck, Attorney in racy December 10, Received return of deposit in the sum of $ 99 E'd 968I9L£609 2008 uolleAe0XJ Jelwead d1.9:90 90 90 0e0 RLI Surety P O Box 3967 1 Peoria, IL 61612-3967 Phone: (800)645-2402 1 Fax: (309)689-2036 www.rlicorp.com POWER OF ATTORNEY RLI Insurance Company Know All Men by These Presents: - That this Power of Attorney is not valid or in effect unless attached to the bond which it authorizes executed, but may be detached by the approving officer if desired. That RLI Insurance Company, an Illinois corporation, does hereby make, constitute and appoint: John Mostoller, Mike Button, Pam Urlacher, Sue Bynum, Roxi Eslinger, Roxann Shuck jointly or severally in the City of Richland , State of Washington its true and lawful Agent and Attorney in Fact, with full power and authority hereby conferred, to sign, execute, acknowledge and deliver for and on its behalf as Surety, the following described bond. Any and all bonds, undertakings, and recognizances in an amount not to exceed Ten Million Dollars ($10,000,000) for any single obligation. The acknowledgment and execution of such bond by the said Attorney in Fact shall be as binding upon this Company as if such bond had been executed and acknowledged by the regularly elected officers of this Company. The RLI Insurance Company further certifies that the following is a true and exact copy of the Resolution adopted by the Board of Directors of RLI Insurance Company, and now in force to -wit: "All bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or Agents who shall have authority to issue bonds, policies or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile." [N WITNESS WHEREOF, the RLI Insurance Company has caused these presents to be executed by its Vice President with its corporate seal affixed this 18th day of September , 2008 . State of Illinois } SS County of Peoria On this 18th day of September , 2008 , before me, a Notary Public, personally appeared Roy C. Die , who being by me duly sworn, acknowledged that he signed the above Power of Attorney as the aforesaid )fficer of the RLI Insurance Company and acknowledged said instrument to be the voluntary act and deed of said corporation. By: Jac �.Lii "OFFICIAL SEAL" NOTARY C S ATT OF JACQUELINE M. BOCKLER ILLINOIS COMMISSION EXPIRES 03/01/10 Notary Public RLI Insurance Company By: Roy C. Di- Vice President CERTIFICATE I, the undersigned officer of RLI Insurance Company, a stock corporation of the State of Illinois, do hereby certify that the attached Power of Attorney is in full force and effect and is irrevocable; and furthermore, that the Resolution of the Company as set forth in the Power of Attorney, is now in force. In testimony whereof, I have hereunto set my hand and tile seal of the RLlIusurance Company this 10thy of Decetneer RLI Insurance Company By: 4665412030110 Roy C Di Vice President A0059207 NON -COLLUSION DECLARATION I, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: 1. That the undersigned person(s), firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. 2. That by signing the signature page of this proposal, 1 am deemed to have signed and have agreed to the provisions of this declaration. NOTICE TO ALL BIDDERS To report bid rigging activities call: I -800-424-9071 The U.S. Department of Transportation (USOOT) operates the above toll-free "hotline" Monday through Friday, 8:00 a.m. to 5:00 p.m., eastern time. Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the "hotline" to report such activities. The "hotline" is part of USDOT's continuing effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the USDOT Inspector General. All information will be treated confidentially and caller anonymity will be respected. 101 NON-DISCRIMINATION PROVISION During the performance of this contract, the contractor agrees as follows: (1) The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex or national origin. Such action shall include, but not be limited to the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. *(2) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex or national origin. *(3) The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the agency contracting officer, advising the labor union or workers' representative of the contractor's commitments under Section 202 of Executive Order No. 11246 of September 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. "(4) The contractor will comply with all provisions of Executive Order No. 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. *(5) The contractor will furnish all information and reports required by Executive Order No. 11246 of September 24, 1965, and by the rules regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. "(6) In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any such rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order No. 11246 of September 24, 1965, and such other sanctions may be imposed and remedies involved as provided in Executive Order No. 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. "(7) The contractor will include the provisions of Paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders 01 the Secretary of Labor issued pursuant to Section 204 of Executive Order No. 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as the contracting agency may direct as a means of enforcing such provisions including sanctions for noncompliance: Provided however, that in the event the contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the contracting agency, the contractor may request the United States to enter into such litigation to protect the interests of the United States." 103 SUBCONTRACTOR LIST Prepared in compliance with RCW 39.30.060 as amended (To be submitted with the Bid Proposal) Failure to list subcontractors who are proposed to perform the work of heating, ventilation and air conditioning, plumbing, as described in Chapter 18.106 RCW, and electrical as described in Chapter 19.28 RCW will result in your bid being non-responsive and therefore void. Subcontractor(s) that are proposed to perform the work of heating, ventilation and air conditioning, plumbing, as described in Chapter18.106 RCW, and electrical as described in Chapter 19.28 RCW must be listed below The work to be performed is to be listed below the subcontractor(s) name. If no subcontractor is listed below, the bidder acknowledges that it does not intend to use any subcontractor to perform those items of work. Subcontractor Name Item Numbers II rQ s\Or\\E vrN lt`L,5 Subcontractor Name c1,rc 1 , (-(;r1‹\-\ Item Numbers 'i , FS G , 1Q 111.1 , ,?-) Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Bid Items to be performed by the Prime Contractor: Prime Contractor Name r(INTN)Qr Item Numbers k: Q is 1, �-,� �'t.�t i 1"1 1�. \U!1g,DG \ 105 WOMEN AND MINORITY BUSINESS ENTERPRISE POLICY It is the policy of the City of Yakima that women and minority business enterprises shall have the maximum opportunity to participate in the performance of work relating to the City's activities. To this end, the City is committed to take all necessary and reasonable steps in accordance with state and federal rules and regulations to ensure women and minority business enterprises the maximum opportunity to compete for and to perform contracts. In order to enhance opportunities for women and minority businesses to participate in certain contractor opportunities with the City of Yakima, and as a recipient of federal and state financial assistance, the City is committed to a women and minority business enterprise utilization program. The City is determined to maximize women and minority business opportunities through participation in the competitive bidding process through women and minority business enterprise affirmative action programs administratively established by the City Manager and monitored and implemented in accordance with state and federal rules and regulations. All women and minority business enterprise programs shall include specific goals for participation of women and minority businesses in City projects of at least ten percent (10%) of the total dollar value of City contract over $10,000. Goals shall be reviewed and updated annually by the City Manager for applicability and to ensure that the intent of this policy is accomplished. This statement of policy will be widely disseminated to all managers, supervisors, minorities and women employed by the City of Yakima as well as to contractors, vendors, suppliers, minorities and women who may seek the City's procurement and construction contracts related to the women and minority business enterprise programs. Contractors associations will be made aware of construction projects affected by this policy through all available avenues to assure that plans/specifications, bid forms, and invitations to bid are as widely distributed as possible. 107 RESOLUTION NO. D 4 8 1 6 A RESOLUTION adopting a "Women And Minority Business Enterprise Policy" for the City of Yakima. WHEREAS, the City of Yakima is the recipient of federal and state assistance which assistance carries with it the obli- gation of contracting with Women And Minority Business Enter- prises for the performance of public works, and WHEREAS, it is the intention of the City of Yakima that Women And Minority Business Enterprises shall have the maximum practicable opportunity to participate in the performance of such public works, and WHEREAS, the City of Yakima is determined to maximize Women And Minority Business Enterprise opportunities for parti- cipation in its competitive bidding process through the adoption of the "Women And Minority Business Enterprise Policy" statement attached hereto, now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Council hereby adopts the "Women And Minority Business Enterprise Policy", a copy of which is attached hereto and by reference made a part hereof. ADOPTED BY THE CITY COUNCIL this. 5 Gk day of 1983. L�1ar 1'1 00ANtA„Lt iL Mayor ATTEST: City Clerk 109 AFFIRMATIVE ACTION PLAN The bidders, contractors and subcontractors will not be eligible for award of a contract under this Advertisement for Bids unless it certifies as prescribed, that it adopts the minimum goals and timetable of minority and women workforce utilization and specific affirmative action steps as set forth by the City of Yakima, This is directed at increasing minority and women workforce utilization by means of applying good faith efforts to carrying out such steps. However, no contractor or subcontractor shall be found to be in noncompliance solely on account of its failure to meet its goals within its timetables, but such contractor shall be given the opportunity to demonstrate that it has instituted all of the specific affirmative action steps specified by the City of Yakima, and has made every good faith effort to make these steps work toward the attainment of its goals, all to the purpose of expanding minority and women workforce utilization on all of its projects in the City of Yakima, Washington. In all cases, the compliance of a bidder, contractor or subcontractor will be determined in accordance with its respective obligations under the terms of these Bid Conditions. All bidders and all contractors and subcontractors performing or to perform work on projects subject to these Bid Conditions hereby agree to inform their subcontractors of their respective obligations under the terms and requirements of these Bid Conditions, including the provisions relating to goals of minority and women employment and training. Specific Affirmative Action Steps Bidders, contractors and subcontractors subject to this contract must engage in affirmative action directed at increasing minority and women workforce utilization, which is at least as extensive and as specific as the following steps: a. The contractor shall notify community organizations that the contractor has employment opportunities available and shall maintain records of the organizations' response. b. The contractor shall maintain a file of the names and addresses of each minority and women worker referred to him and what action was taken with respect to each such referred worker, and if the worker was not employed, the reasons therefore. If suchworker was not sent to the union hiring hall for referral or if such worker was not employed by the contractor, the contractor's file shall document this and the reasons therefore. c. The contractor shall promptly notify the City of Yakima Engineering Division an Contract Compliance Officer when the union or unions with whom the contractor has collective bargaining agreement has not referred to the contractor a minority or woman worker sent by the contractor or the contractor has other information that the union referral process has impeded him in his efforts to meet his goal. d. The contractor shall participate in training programs in the area, especially those funded by the Department of Labor. e. The contractor shall disseminate his EEO policy within his own organization by including it in any policy manual; by publicizing it in company newspapers, annual reports, etc., by conducting staff, employee and union representatives' meetings to explain and discuss the policy; by posting of the policy; and by specific review of the policy with minority employees. f. The contractor shall disseminate his EEO policy externally by informing and discussing it with all recruitment sources; by advertising in news media, specifically 111 g• including minority news media; and by notifying and discussing it with all subcontractors and suppliers. 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. 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 acen-iatinn nr employer group training programs relevant to the contractor's employee needs consistent with its obligations under this bid. I. The contractor shall continually inventory and evaluate all minority and women personnel for promotion opportunities and encourage minority and women employees to seek such opportunities. m. The contractor shall make sure that seniority practices, job classifications, etc., do not have a discriminatory effect. n. The contractor shall make certain that all facilities and company activities are non- segregated. o. The contractor shall continually monitor all personnel activities to ensure that his EEO policy is being carried out. p• q. The contractor shall solicit bids for subcontracts from available minority and women subcontractors, engaged in the trades covered by these Bid Conditions, including circulation of minority and women contractor associations. 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, reiigion, sex or national origin, making full efforts to obtain qualified and%or qualifiable minorities and women. (The U.S. Department of Labor has held that it shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority or women employees.) In the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246 and 23 CFR Part 230 as amended, and the Standard Specifications, such contractor shall immediately notify the City of Yakima Engineering Department or the City of Yakima Compliance Officer. 112 BIDDERS CERTIFICATION A bidder will not be eligible for award of a contract under this invitation for bids unless such bidder has submitted as a part of its bid the following certification, which will be deemed a part of the resulting contract: T ('Carl 1q=( \ \ (BIDDER) certifies that: 1. It intends to use the following listed construction trades in the work under the contract ''VY‘ •- 1 and; as to those trades for which it is required by these Bid Conditions to comply with these Bid Conditions, it adopts the minimum minority and women workforce utilization goals and the specific affirmative action steps for all construction work (both federal and non-federal) in the Yakima, Washington arearesubject to these Bid Conditions, those trades being: \�{�y ��"yutl��i���� t\ \C1 and; 2. It will obtain from each of its subcontractors and submit to the contracting or administering agency prior to the award of any sub -contract under this contract the Subcontractor Certification required by these Bid Conditions. j(ThAr‘ . ' (\ (Signature of Authorized Representative of Bidder) 113 SUBCONTRACTORS 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 and; As to those trades for which it is required by these Bid Conditions to comply with these Bid Conditions, it adopts the minimum minority and women workforce utilization goals and the specific affirmative action steps for all construction work (both federal and non-federal) in Yakima, Washington, subject to these Bid Condition, those trades being: and; 2. It will obtain from each of its subcontractors prior to the award of any subcontract under this subcontract the Subcontractor Certification required by these Bid conditions. (Signature of Authorized Representative of Subcontractor) 115 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 wilt render the bid non responsive. Compliance and Enforcement Contractors are responsible for informing their subcontractor (regardless of tier) as to their respective obligations under the conditions of the contract here (as applicable). Bidders, contractors and subcontractors hereby agree to refrain from entering into any contract or contract modification subject to Executive Order 11246, as amended on September 24, 1965, with a contractor debarred from, or who is determined not to be a responsible' bidder for, government contracts and federally assisted construction contracts pursuant to Executive Order. The bidder, contractor or subcontractor shall carry out such sanctions and penalties for violation of the equal opportunity clause including suspension, termination and cancellation of existing subcontracts as may be imposed or ordered by the administering agency, the contracting agency or the Office of Federal Contract Compliance pursuant to the Executive Order. Any bidder, or contractor or subcontractor who shall fail to carry out such sanctions and penalties shall be deemed to be in non-compliance with these Bid Conditions and Executive Order 11246, as amended. Nothing herein is intended to relieve any contractor or subcontractor during the term of its contract on this project from compliance with Executive Order 11246, as amended, and the Equal Opportunity Clause of its contract. Violation of any substantial requirement in the affirmative action plan by a contractor or subcontractor covered by these Bid Conditions including the failure of such contractor or subcontractor to make a good faith effort to meet it fair share of the trade's goals of minority and women workforce utilization, and shall be grounds for imposition of the sanctions and penalties provided at Section 209 (a) of Executive Order 11246, as amended. Each agency shall review its contractors' and subcontractors' employment practices during the performance of the contract. If the agency determines that the affirmative action plan no longer represents effective affirmative action, it shall so notify the Office of Federal Contract Compliance which shall be solely responsible for any final determination of that question and the Consequences thereof. In regard to these conditions, if the contractor or subcontractor meets its goals or if the contractor or subcontractor can demonstrate that it has made every good faith effort to meet those goals, the contractor of the subcontractor shall be presumed to be in compliance with Executive Order 11246, as amended, the implementing regulations and its obligations under these Bid Conditions and no formal sanctions or proceedings leading toward sanctions shall be instituted unless the agency otherwise determines that the contractor or subcontractor is not providing equal employment opportunities. In judging whether a contractor or subcontractor has met its goals, the agency will consider each contractors or subcontractor's minority and women workforce utilization and will not take into consideration the minority and women workforce utilization of its subcontractors. Where the agency finds that the contractor or subcontractor has failed to comply with the requirement of Executive Order 11246, as amended, the implementing regulations and its obligations under these Bid Conditions, the agency shall take such action and impose such sanctions as may be appropriate under Executive Order and the regulations. When the agency proceeds with such formal action, it has the burden of proving that the contractor has not met the requirements of these Bid Conditions, but the contractor's failure to meet his goals shall shift to him the requirement to come forward with evidence to show that he has met the "good faith" requirements of these Bid Conditions by instituting at least the Specific Affirmative Action steps listed above and by making every good faith effort to make those steps work toward the 117 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, aJ amended, cld is therefore a "responsible prospective contractor" within the meaning of the Federal Procurement Regulations. It shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority and women employees. The procedures set forth in these conditions shall not apply to any contract when the head of the contracting or administering agency determines that such contract is essential to the national security and that its award without following such procedures is necessary to the national security. Upon making such a determination, the agency head will notify, in writing, the Director of the Office of Federal Contractor Compliance within thirty days. Requests for exemptions from these Bid Conditions must he madein writing, with justiiication, to the: ... ..... Director Office of Federal Contractor Compliance U.S. Department of Labor Washington D.C.202110 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. 118 PROPOSAL CITY OF YAKIMA N. 85th Ave. & Kail Dr. Sanitary Sewer City Project No. 2208 L.I.D. 1060 The bidder is hereby advised that by signature of this proposal he/she is deemed to have acknowledged all requirements and signed all certificates contained herein. A proposal guaranty in an amount of five percent (5%) of the total bid, based upon the approximate estimate of quantities at the above prices and in the form as indicated below, is attached hereto: CASH CASHIER'S CHECK CERTIFIED CHECK PROPOSAL BOND O IN THE AMOUNT OF 41U ❑ -5`'s)‘\4\- ._ — \v< CSS ��LD €" , ❑ ($ � � �� )PAYABLE TO THE CITY OF YAKIMA DOLLARS IN THE AMOUNT OF 5% OF THE BID ** Receipt is hereby acknowledged of addendum(s) No.(s) y PHONE NUMBER SIGNATURE OF AUTHORIZED FICIAL(s) FIRM NAME��CC`c\iCc (ADRESS) C\v" STATE OF WASHINGTON CONTRACTORS LICENSE NUMBER )VN- ,,:. \ \ \e)\0 -63 Note: FEDERAL ID No. laio i3ni tmvla,\ (1) This proposal form is not transferable and any alteration of the firm's name entered hereon without prior permission from the Secretary of Transportation will be cause for considering the proposal irregular and subsequent rejection of the bid. (2) Please refer to section 1-02.6 of the standard specifications, re: "Preparation of Proposal," or "Article 4" of the Instructions to Bidders for building construction jobs. (3) Should it be necessary to modify this proposal either in writing or by electronic means, please make reference to the following proposal number in your communication. 119 BIDDER'S CHECK LIST The bidder's attention is especially called to the following forms, which must be executed, as required, and submitted on the form purchased from the City and bound in the Contract Documents: A. PROPOSAL The unit prices, extensions and total amounts bid must be shown in the spaces provided. B. PROPOSAL SIGNATURE SHEET To be filled in and MUST be signed by the bidder and acknowledge all Addenda. C. BOND ACCOMPANYING BID This bid form is to be executed by the bidder and the surety company unless bid is accompanied by a certified check. The amount of this bond shall be not less than 5% of the total amount bid and may be shown in dollars or on a percentage basis. D. SUBCONTRACTOR LIST The form must be filled in. Failure to provide this information WILL NOT render the bid non-responsive. The following forms are to be executed after the contract is awarded: A. CONTRACT This agreement is to be executed by the successful bidder. B. PERFORMANCE BOND To be executed by the successful bidder and his/her surety company. C. CERTIFICATE OF INSURANCE Refer to attached Informational Certificate of Insurance and Additional Insured Endorsement. Also refer to Section 1-07.18 (APWA) of the Standard Specifications and Special Provisions. 121 PLANS & DETAILS Project Details City Standard Details Traffic Control Plan (Informational Copy) THE DIMENSIONS SHOWN ARE APPROXIMATE TO SHOW THE GENERAL CONFIGURATION OF AND AREA OF THE PAVING FOR THE DRIVEWAY. THE CONTRACTOR SHALL BE PAID FOR THE FINAL AREA PAVED MEASURED IN PLACE. PLANTER & SIDEWALK EXIST. SIDEWALK ALONG SUMMITVIEW AVE. NEW DRIVEWAY WIDTH & SHAPE VARIES 2X e 1 2X COMPACTED SUB GRADE 112. HMA CL 1/2' PG 64-28 (COMPACTED DEPTH) C.S.T.C. (COMPACTED DEPTH) DRIVEWAY PAVEMENT SECTION City of Yakima — Engineering Division ROCK EMBANKMENT APPROVED: CITY OF YAKIMA -PROJECT DETAIL I ENGBRECHT DRIVEWAY I P1 0 R/W VARIES PHYSICAL q. VARIES R/W EXISTING SURFACE 12.5' TYPICAL* 12.5' TYPICAL* c FINISHED SURFACE GRADE 0 rn 1) 7z) rn -D 0 Sn 8 Slope to drain (2% max.) Slope to drain (2% max.) •• • NT. •••••••••••• •••e••••••/••••••.,.•••••••••••••••••, ;••••••,..,••36,••••1011•••••••••••••••••••••••••••••M 36,0•••••X•1••••••••..,..•••.••••••••••••••••••.[•••••••.• • • • • • •<:,/ "4,./ 1' Typ. EXIST. ROAD SURFACE TO BE GRADED, SHAPED AND COMPACTED PRIOR TO CONSTRUCTING THE BITUMINOUS SURFACE TREATMENT \.% V V 4(..\ * WIDTH MAY VARY. THE ENGINEER SHALL DETERMINE. EXISTING SURFACE V V V SEAL COAT 3/8 — #4 Full Width 0 0.35 gal/sy PRIME COAT 1/2 — #4 Full Width 0 0.40 gal/sy 6" Crushed Surfacing Base Course (Compacted Depth) TRENCH MAY NOT BE CENTERED WITHIN THE ROADWAY. THIS DETAIL INDICATES, GENERALLY, HOW TO RECONSTRUCT THE ROADWAYS AFTER SEWER CONSTRUCTION. REFER TO SECTION 5-02 OF THE STANDARD SPECIFICATIONS & THE SPECIAL PROVISIONS SAND COLLAR IN CAST IN PLACE BASE CAST IN PLACE BASE - CL 4000 CONCRETE PLACE MANHOLE OPENING OVER OUTLET PIPE FLOSe% _ B PLAN VIEW 24" OPENING 4 a ii P 00 /MO 0 LIIIMICIIIIIR 1')" TYP SECTION A -A 0 48" STMIA ANDARD $11111110:11111,4 SLOPE SLOPE S I MMO WrererewrizareeA SECTION B -B SANITARY SEWER MANHOLE DETAIL City of Yakima - Engineering Division CAST-IRON FRAME & COVER PER SPECIFICATIONS ADJUSTMENT SECTION GROUTED OR DRY PACKED SMOOTH INSIDE BARREL PRECAST ECCENTRIC CONE SECTION STEPS PRECAST SECTION PRECAST SECTION BASE 0.10' DROP IN CHANNELS ACROSS MANHOLE APPROVED' 2.10 99 CITY OF YAKIMA - STANDARD DETAIL SEWER MANHOLE S1 CLASS 3000 CEMENT CONCRETE FULL DEPTH OF SECTION LESS 1 1/2" 1 1/2" CLASS "G" ASPHALT 12" ASPHALT PAVEMENT -+ SUBGRADE =111; SUBGRADE BASE DRY PACK ALL JOINTS AND VOIDS SMOOTH INSIDE BARREL MANHOLE ADJUSTMENT DETAIL City of Yakima — Engineering Division APPROVED: 2.10.99 CITY OF YAKIMA - STANDARD DETAIL MANHOLE ADJUSTMENT S3 • C SEE DETAIL R24 FOR TRENCH PATCHING EXCAVATION >% \ PAYMENT LINE FOR PIPES 15 INCHES AND UNDER r I.D. + 30 INCHES • e. ?>. 4©O 1. oo • VA 0,r, % >> � SUITABLE EARTH FOUNDATION (SEE NOTE) NATIVE MATERIAL SHALL BE USED FOR BACKFILL UNLESS OTHERWISE DIRECTED BY THE ENGINEER CRUSHED SURFACING TOP COURSE SHALL BE USED FOR BEDDING MATERIAL UNLESS OTHERWISE DIRECTED BY THE ENGINEER. NSUITABLE FOUNDATION MATERIAL SHALL BE REPLACED WITH GRAVEL BACKFILL FOR FOUNDATIONS CLASS B. TYPICAL TRENCH SECTION City of Yakima — Engineering Division APPROVED: 2.10 99 CITY OF YAKIMA - STANDARD DETAIL TYPICAL TRENCH DETAIL S4 SEWER MAIN GRADE 1 1/2" CLASS "G" ASPHALT CLASS 3000 CEMENT CONCRETE 2'-0" 12" 0 FIBER JOINT PACKING CAST IRON FRAME & COVER SEE FRAME & COVER SPECIFICATION 45' 1/8 BEND f 8" SEWER CLEAN OUT City of Yakima — Engineering Division SUBGRADE BEDDING MATERIAL APPROVED: 2.10.99 CITY OF YAKIMA - STANDARD DETAIL 8" SEWER CLEAN OUT S5 SIDE SEWER SANITARY SEWER MAIN PLAN 18" #4 REBAR BURIED 6"-12" BELOW FINISH GRADE TIED IN MARKER TAPE in SIDE SEWER WYE (AS REQUIRED) MIN SLOPE - SEE NOTE NOTES 1. TEES OR WYES SHALL BE INSTALLED iN NEW SANITARY SEWER MAINS. WHEN INSTALLING SIDE SEWERS IN EXISTING MAINS, CONNECTION SHALL BE MADE BY MACHINE MADE TAP AND APPROVED SADDLE. 2. WHERE DEPTH IS INSUFFICIENT TO ALLOW CONNECTION AS SHOWN, CONNECT SERVICE AS DIRECTED BY ENGINEER. 3. ALL SIDE SEWER MATERIALS SHALL BE PVC SEWER PIPE CONFORMING TO THE REQUIREMENTS OF SECTION 7-18.2 OF THE STD. SPECS. 4 TERMINATE SIDE SEWER AT R/W LINE UNLESS OTHERWISE DIRECTED BY THE ENGINEER OR OTHERWISE ON PLANS. 5. MINIMUM SLOPES ARE AS FOLLOWS: 4" DIA. PIPE = 0.02 ft/ft 6" DIA. PIPE = 0.01 ft/ft 6. BACKFILL WITHIN THE RIGHT OF WAY SHALL BE CRUSHED SURFACING TOP COURSE FULL DEPTH AS DIRECTED BY THE ENGINEER. 22 1/2' OR 45' — DETECTABLE MARKER TAPE BENDS AS REQUIRED PER STD. SPECS PLACE 12" ABOVE ENTIRE LENGTH OF SIDE SEWER MIN SLOPE — SEE NOTE,. PLUG OR CAP AS REQUIRED SECTION A -A TEE—WYE / , '\ IN THIS AREA / ..0- / MIN SLOPE — SEE NOTE,._, CONNECTION AT OBSTRUCTION SIDE SEWER CONNECTION DETAIL City of Yakima — Engineering Division TEE—WYE APPROVED: 2.10.99 CITY OF YAKIMA - STANDARD DETAIL SIDE SEWER DETAIL S9 THROUGH JOINTS ON EACH SIDE OF AND AROUND EACH UTILITY APPURTENANCE. FOR HANDICAP RAMP SIZE AND POSITION, SEE APPLICABLE STANDARD DETAILS. SIDEWALK JOINTING SEE PLANS 0.33' CEMENT CONCRETE 0.67' S = 0.02 ft/ft -S COMPACTED SUBGRADE /_COLD JOINT — 0.5' CEMENT CONCRETE 0 17' MIN. CSTC (COMPACTED DEPTH) 6" SIDEWALK SECTION SEE PLANS 0.33' CEMENT CONCRETE— S =0.02ftft y COLD JOINT COMPACTED — SUBGRADE 0.17' MIN. CSTC (COMPACTED DEPTH) 4" STANDARD SECTION NOTES 1. THROUGH JOINTS WITH 3/8" JOINT MATERIAL SHALL BE PLACED AT 20' INTERVALS OR MATCH EXISTING CURB JOINTS. 2. 1 1/2" DEEP DUMMY JOINTS SHALL BE SCORED INTO THE CONCRETE AT ALTERNATING 10' INTERVALS. 3. "V" GROOVES SHALL BE PLACED AT 5' INTERVALS. 4. ALL JOINTS, "V" GROOVES, AND EDGES SHALL BE FINISHED WITH AN EDGER HAVING A 1/4" RADIUS. 5. SEE PLANS FOR WIDTH AND POSITION OF SIDEWALK. 6. WSDOT CLASS 3000 CONCRETE WITH COARSE AGGREGATE GRADING NO. 5. City Of Yakima City of Yakima - Standard Detail Engineering Division CEMENT CONCRETE SIDEWALK R5 129 North Second Street Yakima, Washington NOT TO SCALE 1 1 1 1 I 1 w EXISTING PAVEMENT - DEPTH VARIES ASPHALT CONCRETE PATCH LIMITS 10' EXCAVATION 1.0' LINE 1.0' (MIN) owner a APPLY CSS -1 & SAND TO SEAL THE SURFACE JOINTS. APPLY CSS -1 TO EDGES OF REPAIR SECTION AND TO SURFACE OF CONCRETE, IF OVERLAYED. ALTERNATE BACK SLOPE AT CONTRACTORS OPTION AND AT NO ADDITIONAL COST TO THE CITY OF YAKIMA HMA CL. 1/2" PG 64-28 @ 1.5 TIMES DEPTH OF EXISTING ASPHALT. 0.25' MIN. (COMPACTED DEPTH in 2 EQUAL LIFTS) 0.5' CSBC (COMPACTED DEPTH) ASPHALT CONCRETE SURFACING EXISTING SURFACE - DEPTH VARIES GRAVEL SURFACE 1 0' PATCH LIMITS EXCAVATION LINE 1.0' 1.0' (MIN) 2112tttlttMMIN%ettlMlg2s2r 21113211111121 w ALTERNATE BACK SLOPE AT CONTRACTORS OPTION AND AT NO ADDITIONAL COST TO THE CITY OF YAKIMA 0.17' CSTC (COMPACTED DEPTH) GRAVEL SURFACING UNSURFACED AREAS 1.0' PATCH LIMITS EXCAVATION LINE Q EXISTING GROUND NOTES 1. CONTRACTOR SHALL BE RESPONSIBLE FOR ALL SURFACE RESTORATION INCLUDING WIDER REPAIR SECTIONS RESULTING FROM ALTERNATE BACK SLOPE AT TRENCH SIDES. 2. CONTRACTOR SHALL BE AWARE THAT GEO-TEXTILE-FABRIC MAYBE REQUIRED BY THE ENGINEER IN CERTAIN APPLICATIONS. ALTERNATE BACK SLOPE AT CONTRACTORS OPTION AND AT NO ADDITIONAL COST TO THE CITY OF YAKIMA 1.0' MIN. (COMPACTED DEPTH) NATIVE MATERIAL FREE FROM ROCKS OVER 2 INCH. STORE IN STOCKPILE WHEN REMOVED DURING TRENCHING. UNSURFACED AREAS 1.6 City Of Yakima Engineering Division 129 North Second Street Yakima, Washington City of Yakima - Standard Detail TYPICAL SURFACING R7 NOT TO SCALE Revision 11-2008 1 9-1/2" MONUMENT CASE TO BE SATHER MFG. CO. #2022 OR APPROVED EQUIVALENT 3/16" WIDE BEAD, 1/8" HIGH MONUMENT CASE MONUMENT CASE 1 1/2" CLASS "G" ASPHALT (COMPACTED DEPTH) IVIAX 1 6" CLASS 3000 CONCRETE CRUSHED SURFACING TO BE PLACED AFTER PLACEMENT OF MONUMENT CASE SUFFICIENT TO SECURE MONUMENT SECTION 2" ALUMINUM, BRONZE OR BRASS SURVEY CAP 5/8" REBAR - 24" LENGTH MIN. NOTES 1. MONUMENT TO BE PLACED AFTER FIRST LIFT. 2. TOP OF MONUMENT CASE SHALL BE 1" BELOW TOP OF FIRST LIFT. 3. MONUMENT CASE TO BE PLACED AFTER FINAL LIFT OF ASPHALT. 4. IN UNIMPROVED ROADS, THE MONUMENT CASE SHALL BE SET WITH THE TOP OF THE CASE 6" BELOW EXISTING GRADE. 5. WSDOT CLASS 3000 CONCRETE WITH AGGREGATE GRADING NO. 5. City Of Yakima Engineering Division 129 North Second Street Yakima, Washington City of Yakima - Standard Detail SURVEY MONUMENT R8 NOT TO SCALE Revision 11-2008 1 STANDARD PLANS 2 August 6, 2007 3 The State of Washington Standard Plans for Road, Bridge and Municipal Construction M21- 4 01 transmitted under Publications Transmittal No. PT 07-008, effective April 2, 2007 is made 5 a part of this contract. 6 7 The Standard Plans are revised as follows: 8 9 All Standard Plans 10 All references in the Standard Plans to "Asphalt Concrete Pavement" shall be revised to 11 read "Hot Mix Asphalt". 12 13 All references in the Standard Plans to the abbreviation "ACP" shall be revised to read 14 "HMA". 15 16 C-1 Sheet 1 17 In the TYPE 1 ALTERNATIVE, the title of the first section view is revised to INITIAL 18 INSTALLATION 19 20 C -la 21 In the TYPE 11, WOOD POST ASSEMBLY, the 18" long Button Head Bolts are revised 22 to 25" long. 23 24 C-1 b 25 In the ANCHOR POST ASSEMBLY, the above ground 7 1/2" long bolt connecting the Z6 Wood Breakaway Post to the Foundation Tube is revised to 10" long. 27 28 C-11 b Sheets 1 and 2 20 In the FOOTING,CAST ELEVATION FOOTING, v ew,(Sh (SheN view (Sheet 1) et COMMERCIAL aCAST-IN-PLACE is revised to 30 31 CONCRETE CLASS 4000. 32 33 In the BREAKAWAY ANCHOR ANGLE, ELEVATION view (Sheet 2), the welding 34 symbols are revised to indicate that the 1/4" Inside Gussets have 1/4" fillet weld joints, 35 and the 112" End Gussets have 1/2" fillet weld joints. 36 37 D -la Sheet 2& D-1 b Sheet 2 38 Reinforcing Steel Bar marked "R1" (see lower left corner): the dimension 1' - 2 1/2" is 39 revised to 1' - 0 1/2". 40 41 F-10.62-00 Sheet 1 42 The length of the Tangent Block is revised to: 30" MIN. to 60" MAX. 43 44 F-10.64-00 45 Revised to add Note: "The dual faced curb may be constructed by using two precast 46 concrete sloped mountable curbs (longitudinal halves) so long as the installation is 47 consistent with the dimensions shown in the Plan." 48 49 G-3 Sheet 1 50 In the END VIEW of the truss: the 2' - 6" width of the truss is revised to 2' — 9". 51 1 0-1 2/06/07 C -3b 10/04/05 0-13 4/16/99 2 C -la 7/31/98 C -3c 6/21/06 C -13a 4/16/99 3 C -lb 10/31/03 C -3d 3/03/05 C -13b 4/16/99 4 C -lc 5/30/97 C-4 2/21/07 C -14a 7/26/02 5 C-1 d ................. 10/31/03 C -4a 2/21/07 C -14b 7/26/02 6 C-2 1/06/00 C -4b 6/08/06 C -14c 7126/02 7 C -2a 6/21/06 C -4e 2/20/03 C -14d 7/26/02 8 C -2b 6/21/06 C -4f 6/30/04 C -14e 7/26/02 9 C -2c 6/21/06 C-5 10/31/03 C -14f 9/02/05 10 C -2d 6/21/06 C-6 5/30/97 C -14g 11/21/06 11 C -2e 6/21/06 C -6a 3/14/97 C -14h 1/11/06 12 C -2f 3/14/97 C -6c 1/06/00 0-141 12/02/03 13 C -2g 7/27/01 C -6d 5/30/97 C -14j 12/02/03 14 C -2h 3/28/97 C -6f 7/25/97 C -14k 1/11/06 15 0-21 3/28/97 0-7 10/31/03 C -16a 11/08/05 16 C -2j 6/12/98 C -7a 10/31/03 C -16b 11/08/05 17 C -2k 7/27/01 0-8 4/27/04 C-20.14-00 2/06/07 18 C -2n 7/27/01 C -8a 7/25/97 0-20.40-00 2/06/07 19 C -2o 7/13/01 C -8b 1/11/06 0-22.40-00 2/06/07 20 C -2p 10/31/03 C -8e 2/21/07 0-23.60-00 2/06/07 21 C -2q 3/03/05 C -8f 6/30/04 0-25.18-00 2/06/07 22 C -2r 3/03/05 0-10 7/31/98 0-25.20-00 2/06/07 23 C -2s 3/03/05 0-11 5/20/04 0-25.22-00 2/21/07 24 C -2t 3/03/05 C-11 a 5/20/04 C-28.40-00 2/06/07 25 C-3 10/04/05 C-11 b 5/20/04 26 C -3a 10/04/05 C-12 7/27/01 27 28 D -la 1/23/02 D-2.30-00 11/10/05 D-2.80-00 11/10/05 29 0-1b 10/06/99 D-2.32-00 11/10/05 D-2.82-00 11/10/05 30 D -lc 10/06/99 D-2.34-00 11/10/05 D-2.84-00 11/10/05 31 D-ld 10/06/99 D-2.36-00 11/10/05 D-2.86-00 11/10/05 32 D -le 1/23/02 0-2.38-00 11/10/05 D-2.88-00 11/10/05 33 D-lf 10/06/99 D-2.40-00........11/10/05 0-2.92-00 11/10/05 34 D-2.02-00 11/10/05 D-2.42-00 11/10/05 D-3 7/13/05 35 0-2.04-00 11/10/05 D-2.44-00 11/10/05 D -3a 6/30/04 36 D-2.06-00 11/10/05 D-2.46-00 11/10/05 D -3b 6/30/04 37 D-2.08-00 11/10/05 D-2.48-00 11/10/05 D -3c 6/30/04 38 D-2.10-00 11/10/05 D-2.60-00 11/10/05 D-4 12/11/98 39 D-2.12-00 11/10/05 D-2.62-00 11/10/05 D-6 6/19/98 40 0-2.14-00 11/10/05 D-2.64-00 11/10/05 0-7 10/06/99 41 D-2.16-00 11/10/05 D-2.66-00 11/10/05 D -7a 10/06/99 42 D-2.18-00 11/10/05 D-2.68-00 11/10/05 D-9 12/11/98 43 0-2.20-00 11/10/05 0-2.78-00 11/10/05 44 45 E-1 2/21/07 E-4 8/27/03 46 E-2 5/29/98 E -4a 8/27/03 47 48 F-10.12-00 12/20/06 F-10.64-00 1/23/07 F-40.15-00 2/07/07 49 F-10.16-00 12/20/06 F-30.10-00 1/23/07 F-40.16-00 2/07/07 50 F-10.40-00 1/23/07 F-40.10-00 2/07/07 F-40.18-00 2/07/07 51 F-10.42-00 1/23/07 F-40.12-00 2/07/07 F-80.10-00 1/23/07 52 F-10.62-00 1/23/07 F-40.14-00 2/07/07 1 2 M-1.20-01 1/30/07 M-3.30-01 1/30/07 M-20.10-01 ....1/30/07 3 M -t40-01 1/30/07 M-3.40-01 1/30/07 M-20.20-01 1/30/07 4 M-1.60-01 1/30/07 M-3.50-01 1/30/07 M-20.30-01 1/30/07 5 M-1.80-01 1/30/07 M-5.10-01 1/30/07 M-20.40-01 1/30/07 6 M-2.20-01 1/30/07 M-7.50-01 1/30/07 M-20.50-01 1/30/07 7 M-2.40-01 1/30/07 M-9.50-01 1/30/07 M-24.20-01 5/31/06 8 M-2.60-01 1/30/07 M-11.10-01 1/30/07 M-24.40-01 5/31/06 9 M-3.10-01 1/30/07 M-15.10-01 2/06/07 M-24.60-02 2/06/07 10 M-3.20-01 1/30/07 M-17.10-01 1/30/07 CENTRAL 7 1/2" TRUCK 512" 2" APRON /.1'R 0 9 1/2" FACE OF CURB TOP OF APRON ROUNDABOUT CENTRAL ISLAND CEMENT CONCRETE CURB FACE OF CURB MATCH1"R. ROADWAY TOP OF SLOPE ROADWAY 712" R. 1" VARIES 12" TO 24" VARIES 10" TO 22" (SEE CONTRACT) LEVEL 1" . e n • D TRUCK 10" ROUNDABOUT LANE APRON 12"R. TOP OF APRON r FACE OF CURB 12"R. / TOP OF 0 O / ROADWAY TRUCK APRON 1/2" R. TOP OF APRON 61-\_ ROUNDABOUT LANE CROSS SLOPE ROUNDABOUT TRUCK APRON CEMENT CONCRETE CURB FACE OF CURB 1" R. MATCH ROADWAY SLOPE TOP OF ROADWAY 7— 12" R. 11 12" DUAL -FACED CEMENT CONCRETE TRAFFIC CURB AND GUTTER FACE OF CURB 1" R. TOP OF ROADWAY VARIES 12" TO 24" 1/2" R. FACE OF CURB 1" R. TOP OF ROADWAY DUAL -FACED CEMENT CONCRETE TRAFFIC CURB N r 612" 512" 10" 12" ROUNDABOUT LANE FACE OF CURB 1/2" R. TOP OF /— ROADWAY FACE OF CURB p• .o 1'-6n 1'-10" ROUNDABOUT TRUCK APRON CEMENT CONCRETE CURB AND GUTTER MATCH ROADWAY SLOPE TOP OF - 1/2" R. r ROADWAY to CEMENT CONCRETE TRAFFIC CURB AND GUTTER 1/2" R. 8 1/4" CEMENT CONCRETE TRAFFIC CURB TOP OF ROADWAY LEVEL -\ 12"R. 6 1/2" GENERAL NOTE See Standard Plan F-3 for Curb Expansion and Contraction Joint spacing. 1 ROUNDABOUT LANE 1 CROSS SLOPE FACE OF CURB 1" R. VARIES FROM 6" TO 0, MAINTAIN 1H:6V SLOPE ON SIDE OF CURB MATCH ROADWAY SLOPE TOP OF 1/2" R. / ROADWAY FLUSH WITH GUTTER PAN AT SIDEWALK RAMP ENTRANCE DEPRESSED CURB SECTION AT SIDEWALK RAMPS AND DRIVEWAY ENTRANCES 12"R. 7 1/4" FACE OF CURB 1 1/2" R. 1/2" R. 6" CEMENT CONCRETE SIDEWALK OR ASPHALT CONCRETE PASSAGEWAY 1/2" R. VARIES FROM 6"TO0 TOP OF ROADWAY MOUNTABLE CEMENT CONCRETE TRAFFIC CURB 1/4" PREMOLDED JOINT FILLER (WHEN ADJACENT TO CEMENT CONCRETE SIDEWALK) CEMENT CONCRETE PEDESTRIAN CURB 1" R. CEMENT CONCRETE SIDEWALK RAMP, LANDING, OR DRIVE- WAY ENTRANCE 1/4" PREMOLDED JOINT FILLER CEMENT CONCRETE PEDESTRIAN CURB AT SIDEWALK RAMPS & LANDINGS, AND DRIVEWAY ENTRANCES EXPIRES JULY 27. 2007 Rinj gill E;� 1 CEMENT CONCRETE CURBS STANDARD PLAN F-10.12-00 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Kevin J. Dayton 12-20-06 STATE DESIGN ENGINEER DATE Washington State Dopartmont of Transportation co 2 m 2 CEMENT CONCRETE SIDEWALK RAMP TYPE 4A 3/8" EXPANSION JOINT (SEE STD. PLAN F-30.10) SIDEWALK RADIUS POINT OF CURB RETURN CEMENT CONCRETE PEDESTRIAN CURB 7'-0"RAMP 4 MINOR STREET b CURB, OR CURB AND GUTTER 0 Ca MAJOR STREET (=J r 6'-0" 2% MAX DETECTABLE WARNING PATTERN (SEE DETAIL) PLAN VIEW SIDEWALK RAMP TYPE 4A LAYOUT CEMENT CONCRETE SIDEWALK SECTION CEMENT CONC. SIDEWALK / LANDING 7'-0" RAMP TOP OF ROADWAY CEMENT CONCRETE CURB & GUTTER (SEE NOTE 4) CEMENT CONCRETE PEDESTRIAN CURB (SEE STD. PLAN F-10.12) 2' - 0" - DETECTABLE WARNING PATTERN (SEE DETAIL) FLUSH 3/8" EXPANSION JOINT (SEE STD. PLAN F-30.10) LANDING SECTION 0 RADIUS AT FACE OF CURB X LANDING Y DISTANCE FROM P.C. 20 FEET 6'-21/2" 1'-7" 30 FEET 8'-01/4" 3'-8" 40 FEET 9'-6 1/4" 5'-43/4" 50 FEET 10'-93/4" 6'-11" 60 FEET 11'-11 1/2" 8'-31/2" 70 FEET 13' - 0" 9' - 6 1/2" 80 FEET 13'-11 1/2" 10'-81/2" 90 FEET 14' -10 1/2" 11' - 93/4" 100 FEET 15'-83/4" 12'-101/4" INTERMEDIATE RADII CAN BE INTERPOLATED CEMENT CONC. RAMP TOP OF ROADWAY DEPRESSED CURB & GUTTER (SEE NOTE 4) SECTION TOP OF ROADWAY DEPRESSED CURB & GUTTER (SEE NOTE 4) NOTES 1. This layout is used to provide access to a single crosswalk parallel to the major street. The bid item "Cement Conc. Sidewalk Ramp Type 4A" does not include the adjacent Curb (or Curb & Gutter), the Sidewalk, or the Cement Conc. Ped- estrian Curb. 2. Ramp slopes shall not be steeper than 12H:1V. 3. Avoid placing drainage structures, junction boxes or other obstructions in front of ramp access areas. 4. Curb & Gutter is shown, see the Contract Plans for the curb design specified. See Standard Plan F-10.12 for curb details. 5. See Std. Plan F-30.10 for sidewalk joint placement and details. 6. The bottom of the ramp shall have a level area (not in excess of 2% in any direction), 4' x 4'. D THIS PATTERN AREA SHALL ELEVATION BE YELLOW IN COLOR DETECTABLE WARNING PATTERN DETAIL ISOMETRIC VIEW EXPIRES AUGUST 26.2007 SIDEWALK RAMP TYPE 4A WITH LAYOUT STANDARD PLAN F-40.16-00 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Ken L. Smith 02-07-07 STATE DESIGN ENGINEER DATE Washington Stats D.partment of Transportation MIN. MAX. A 1 5/8" 2 3/8" B 5/8" 1 1/2" C 7/16" 3/4" D 7/8" 1 7/16" THIS PATTERN AREA SHALL ELEVATION BE YELLOW IN COLOR DETECTABLE WARNING PATTERN DETAIL ISOMETRIC VIEW EXPIRES AUGUST 26.2007 SIDEWALK RAMP TYPE 4A WITH LAYOUT STANDARD PLAN F-40.16-00 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Ken L. Smith 02-07-07 STATE DESIGN ENGINEER DATE Washington Stats D.partment of Transportation 1 1 1 1 1 1 CENTRAL 7 1/2" TRUCK ISLAND 1/2" R. 51/2" 2" APRON 1" R. FACE OF CURB TOP OF APRON ROUNDABOUT CENTRAL ISLAND 1 CEMENT CONCRETE CURB 1 1 1 1 1 TOP OF ROADWAY 3 2 0 1 1 1 1 1 1 FACE OF CURB MATCH 1" R. ROADWAY 1" R. SLOPE 1/2" R. LVARIES 12" TO 24" VARIES 10" TO 22" (SEE CONTRACT) LEVEL /( , D . TRUCK APRON 12" R. TOP OF APRON 10" 7" 3" ROUNDABOUT LANE " FACE OF CURB 1/2" R. TOP OF ® f ROADWAY TRUCK 10" APRON 1/2" R. TOP OF APRON 1 ROUNDABOUT LANE 1 CROSS SLOPE ROUNDABOUT TRUCK APRON CEMENT CONCRETE CURB FACE OF CURB 1" R 7 MATCH / ROADWAY SLOPE TOP OF 1/2" R.\ ROADWAY 1/2" R. 11 12" 11 12" DUAL -FACED CEMENT CONCRETE TRAFFIC CURB AND GUTTER FACE OF CURB 1" R. TOP OF ROADWAY VARIES 12" TO 24" m FACE OF CURB 1" R. TOP OF ROADWAY DUAL -FACED CEMENT CONCRETE TRAFFIC CURB fV FACE OF CURB 6 1/2" 5 1/2" 1" R. 1'-6" 7" 3" 12" I ROUNDABOUT LANE FACE OF CURB 1/2" R. 1'-10" ROUNDABOUT TRUCK APRON CEMENT CONCRETE CURB AND GUTTER MATCH ROADWAY SLOPE TOP OF 12" R. ROADWAY to CEMENT CONCRETE TRAFFIC CURB AND GUTTER 1/2" R. a 6 12" FACE OF CURB 1" R. TOP OF ROADWAY CEMENT CONCRETE TRAFFIC CURB LEVEL -\ 12" R. FLUSH WITH GUTTER PAN AT SIDEWALK RAMP ENTRANCE DEPRESSED CURB SECTION AT SIDEWALK RAMPS AND DRIVEWAY ENTRANCES 6 1/2" 1/2" R. TOP OF ROADWAY GENERAL NOTE See Standard Plan F-3 for Curb Expansion and Contraction Joint spacing. o- ROUNDABOUT LANE CROSS SLOPE FACE OF CURB 1" R. VARIES FROM 6" TO 0, MAINTAIN 1H:6V SLOPE ON SIDE OF CURB MATCH ROADWAY SLOPE TOP OF 1/2" R. ROADWAY 1'-6" t0 1/2" R. 7 1/4" FACE OF CURB 1 1/2" R. 12" R. fV 1/2" R. VARIES FROM 6" TO 0 TOP OF ROADWAY MOUNTABLE CEMENT CONCRETE TRAFFIC CURB 6" 1" R. CEMENT CONCRETE SIDEWALK OR ASPHALT CONCRETE tO PASSAGEWAY 1/4" PREMOLDED JOINT FILLER (WHEN ADJACENT TO CEMENT CONCRETE SIDEWALK) CEMENT CONCRETE PEDESTRIAN CURB 6" 1" R. CEMENT CONCRETE SIDEWALK RAMP, LANDING, OR DRIVE- WAY ENTRANCE 1/4" PREMOLDED JOINTFILLER CEMENT CONCRETE PEDESTRIAN CURB AT SIDEWALK RAMPS & LANDINGS, AND DRIVEWAY ENTRANCES EXPIRES JULY 27, 2007 CEMENT CONCRETE CURBS STANDARD PLAN F-10.12-00 SHEET 1 OF 1 SHEET ANIk T Washington State Department of Transportation APPROVED FOR PUBLICATION Kevin J. Dayton 12-20-06 STATE DESIGN ENGINEER DATE DRAWN BY: ELENA BRUNSTEIN z LONGITUDINAL BUFFER SPACE = B POSTED SPEED (MPH) 25 30 35 40 45 50 55 80 LENGTH B (FEET) 155 200 250 305 360 425 495 570 BUFFER DATA TYPICAL PROTECTIVE VEHICLE WITH TMA (SEE NOTE 1) VEHICLE TYPE LOADED WEIGHT 4 YARD DUMP TRUCK, SERVICE TRUCK, FLAT BED, ETC. MINIMUM WEIGHT 15,000 LBS. (MAXIMUM WEIGHT SHALL BE IN ACCORDANCE WITH MANU- FACTURER RECOMMENDATION) OROLL AHEAD STOPPING DISTANCE = 30 FEET MIN. (DRY PAVEMENTASSUMED) END ROAD WORK MINIMUM TAPER LENGTH = L (FEET) LANE WIDTH (FEET) 25 30 POSTED 35 SPEED 40 45 (MPH) 50 55 60 10 105 150 205 270 450 500 550 - 11 115 165 225 294 495 550 605 660 12 125 180 245 320 540 600 660 720 CHANNELIZING DEVICE SPACING POSTED SPEED (MPH) IN TAPER (FEET) IN TANGENT (FEET) 50/70 40 80 35 / 45 30 60 25 / 30 20 40 G20 -2A OR DOWNSTREAM TAPER TO SHOW END OF WORK AREA — SEE NOTE 7 100' B SIGN SPACING = X (1) 1 RURAL HIGHWAYS 60 / 65 MPH 800' t RURAL ROADS 45 / 55 MPH 500' t RURAL ROADS & URBAN ARTERIALS 35 / 40 MPH 350' t RURAL ROADS, URBAN ARTERIALS, 25 / 30 MPH RESIDENTIAL & BUSINESS DISTRICTS 200' t (2) URBAN STREETS 25 MPH OR LESS 100' ± (2) ALL SIGNS ARE BLACK ON ORANGE UNLESS DESIGNATED OTHERWISE (1) ALL SIGN SPACING MAY BE ADJUSTED TO ACCOMMODATE INTERCHANGE RAMPS, AT -GRADE INTERSECTIONS, AND DRIVEWAYS. (2) THIS SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROADWAY CONDITIONS. W4 -2L — COMPLIANCE DATE 12/23/13 L X sa r z 2 12 0 0 0) 2 v Ect SEE STANDARD PLAN K-24.20 FOR ALTERNATE ENCROACHMENT LEGEND CI El gil MICN PCMS SIGN LOCATION CHANNELIZING DEVICES PROTECTIVE VEHICLE — RECOMMENDED PORTABLE CHANGEABLE MESSAGE SIGN ARROW PANEL PCMS SAMPLE MESSAGE 1 2 LANE CLOSED ONE MILE AHEAD 1.5 SEC 1.5 SEC F ELD LOCATE 1 MILE ±, N ADVANCE OF LANE CLOSURE N a N NOTES 1. A Protective Vehicle is recommended regardless if a Truck Mounted Attenuator (TMA) is available; a work vehicle may be used. When no TMA is used, the Protective Vehicle shall be strategically located to shield workers, with no specific Roll -Ahead distance. 2. Devices shall not encroach into adjacent lanes. 3. Extend device taper (L/3) across shoulder — recommended. 4. Portable Changeable Message Sign (PCMS) recommended. 5. Use Transverse Devices in dosed lane every 1000' ± recommended. 6. Traffic Safety Drums for all tapers on high speed roadway recommended. 7. Channelizing Device spacing for the downstream taper option shall be 20' O.C. 8. For signs size refer to Manual on Uniform Traffic Control Devices (MUTCD) and WSDOT Sign Fabrication Manual M55-05. FOR LOCAL AGENCY USE ONLY NOT FOR USE ON STATE ROUTES EXPIRES AUGUST 9, 2007 SINGLE LANE CLOSURE ON MULTILANE ROADWAY STANDARD PLAN K-24.60-00 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Ken L. Smith 02-15-07 STATE DESIGN ENGINEER DATE 1071 Washington Stat. Doparlmont of Troanporlation 4* PROJECT AREA NOTE: REFER TO RECORD OF SURVEY RECORDED UNDER AFN 7564561 RECORDS OF YAKIMA COUNTY, WASHINGTON, A COPY OF WHICH IS INCLUDED WITH THESE PLANS, FOR HORIZONTAL CONTROL ON THIS PROJECT. BENCH MARK USED FOR THIS PROJECT IS 2-1/2" AC IN CASE LOCATED AT THE INTERSECTION OF SUMMITVIEW AVE. AND N. 88th AVE. ELEVATION: 1312.84 (City Ref. "SUM88A") VICINITY MAP DISCLAIMER UNDERGROUND FEATURES SHOWN ON THE PLANS REPRESENT BEST AVAILABLE INFORMATION AS OBTAINED FROM LOCAL RECORDS AND VISIBLE SURFACE EVIDENCE. THE CONTRACTOR IS CAUTIONED TO VERIFY THE LOCATION AND DEPTH OF ALL UNDER- GROUND FACILITIES. STATE LAW REQUIRES THAT ALL EXCAVATION WORK MUST BE PRECEEDED BY NOTIFICATION TO ALL OWNERS OF UNDERGROUND FACILITIES THROUGH A ONE NUMBER LOCATOR SERVICE: 1-800-553-4344 CONSTRUCTION NOTES New 8" PVC Sanitary Sewer Pipe. Roadway shall be Repaired under Surface Repair for N. 85th Ave. City Std. Detail R7. All other roadways shall be reconstructed with B.S.T. surfacing Sec. 5-02 and Project Detail P2. For replacement of Curb and Gutter and Sidewalk done under Surface Repair refer to WSDOT Std. Plan F-10.12-00 and City Std. Detail R5. 0. New 8" HPDE Sanitary Sewer Pipe. Refer to Sht's. 5 & 6. To be installed by Directional Drilling. ONew 48" Diam. Type 1 Sanitary Sewer Manhole As modified by City of Yakima Standard Plan S1. O3 New 4" PVC Sanitary Sewer Pipe Side Sewer Stub, except for Lateral 1, Refer to Sht's 10-13 for Station Loc. and Length. LEGEND .g New Sanitary Sewer Pipeline g Exist. Sanitary Sewer Pipeline W Exist. Nob Hill Water Pipeline/Service Line (Call Before Dig) IRR Exist. Irrigation Pipelines (Call Before Dig) GAS Exist. Cascade Gas Pipeline/Service Line (Call Before Dig) p Exist. Overhead/Buried PP&L Power Line (Call Before Dig) T Exist. Overhead/Buried Qwest Line (Call Before Dig) SD Exist. Storm Drain X Exist. Fence 0 Exist. Manhole SSMH • CO MI FH,C)\ WV M WMEB MBo New Sewer Manhole New Sewer Cleanout Exist. Fire Hydrant Water Valve/Irrigation Valve Water Meter Exist. Mail Box New 4" HPDE Sanitary Sewer Pipe -Side Sewer. This pipe to be installed by Directional Drilling and parallel with the property line. Refer to Sht 12 for Station Loc. and Length. Refer to Sht 7 for Profile Information. Remove Exist. Driveway Approach and Sidewalk to nearest Joints. Replace with New Commercial Driveway Approach and Sidewalk following installation of the Sanitary Sewer pipeline. Refer to Sht 7 for Location Information. (Radius = 13.75' to Face of Curb), (Width 22' Face to Face of tangent part of driveway curb.) Dimention X=6'-8" and Dimention Y=0 on WSDOT Standard Plan F-40.16-00 for this project. Excavate and regrade gravel driveway, and in accordance with the Project Driveway Cross-section, install new HMA pavement surfacing to the approximate limits shown and/or as staked and directed by the Engineer. Refer to Sht 6. Exist. Asphalt Pavement 1 EXPIRES 10/13/2009 c w 5 0 a Legend & Notes J 1 7/ erSt LATERAL 1 dTh ipTh TT - cot 00 z JL L w 1- 13. J 4. Jr Summitview Avenue LL 1"=100' NOTE: REFER TO RECORD OF SURVEY RECORDED UNDER AFN 7564561 RECORDS OF YAKIMA COUNTY, WASHINGTON, A COPY OF WHICH IS INCLUDED WITH THESE PLANS, FOR HORIZONTAL CONTROL ON THIS PROJECT. BENCH MARK USED FOR THIS PROJECT IS 2-1/2" AC IN CASE LOCATED AT THE INTERSECTION OF SUMMITVIEW AVE. AND N. 88th AVE. ELEVATION: 1312.84 (City Ref. "SUM88A") DRAWING INDEX DESCRIPTION SHEET NO. Cover Sheets w/Construction Notes, Legend & Vicinity Map & Index. C-1 & C-2 Plan & Profile Lateral 1 1 - 3 Plan & Profile Lateral 2 4 Plan & Profile Lateral 3 (Directional Drill -HDPE Pipe) 5 Plan & Profile Lateral 4 ( PVC & Directional Drill -HDPE Pipe) 6 Plan & Profile Lateral 5 w/ 2-4" HDPE Side Sewers 7 Plan & Profile Lateral 6 8 - 9 Side Sewer Stub Locations & Lengths for both PVC & HDPE Pipes 10 - 13 Recorded Survey for Basis of Project Layout Survey 1 - 2Shts. EXPIRES 10/13/2009 N 85TH AVE & KAIL SEWER L.I.D. w "(:) a) .2 0 w 2 REFER TO THE COVER SHEET (Sht. C) FOR CONSTRUCTION NOTES & LEGEND Sta. 13+05.25 T EX. 8" 00 LJ N. 0' 18' 10" WEST PLAT BOUNDARY WEST PLAT BOUNDARY N. 0' 18' 10" E. 13+0 WEST PLAT BOUNDARY 1 81 31 9-1 3422 8711 Juanita WILCOX 2.5 c O as j co co "L >- 0 a) c ow to .0 0 0 c 2 U L m � r3 Z E co LATERAL 1: SSMH #2 (48") • STA 10+80 • RIM 1322.30 INV •IN 1314.00 :(N INV OUT 1313.90 (S) SSMH #3 (48") STA 11+72.26 RIM 1329.60 INV IN 1321.50 (N) INV' OUT '1321.40 '(S)' SSMH #4:48') STA 13+05.25 . RIM 1343.:50 INV •IN '1336.00.:(E) INV: OUT 1335.90 �S-) NOTE:* REFER TO SHEET NO. 2 FOR CONTINUATION OF. LATERAL 1. City of Yakima Project No. 2208 • r � IF SSMH #1. (48") STA 10+00 RIM 1313.90: • INV IN •1305:1.2 (N) . suriOC e EXAStin9. i99 1320 92.26 . 201°- . • g.in• 1310 F• 1 EXPIRES 10/13/2009 Plan & Profile to Sta. 13+05.25 1305 10+00 11+50 13+00 13 NOTE: REFER TO SHEET NO. 3 FOR CONTINUATION OF LATERAL 1. Sta. tI64129.12 48" SMH #5 SSMH #4 (48") STA 13+05.2:5 . RIM 1343.50 INV IN:1336.00 (E) INV OUT 1335.90 (S) • REFER TO THE COVER SHEET (Sht. C) FOR CONSTRUCTION NOTES & LEGEND . • . . . . . SSMH #5 (48'')•• STA 16+29.12 RIM 1348.20 INV IN 1340.10 (N) •. INV OUT 154000 (W) City of Yakima Project No. 2208 Existing Surface r --J • 323.87. L.F. =0:0124 Ft/F-t. 8—in. PVC LATERAL 1 Plan & Profile Sta. 13+05.25 to Sta. 16+29.12 13+00 14+50 .1• 16+00 13 Sta. 17+67.12 Lat 1= Sta. 10+00 Lat 2 48" SSMH 181319-13424 8612 Kail Dr. LOCKWOOD 1370 1360 1350 1340 1335 LATERAL 1 .SSMH. #6 . (48.".)...... STA 17+67.12 RIM 1361.90 INV IN 1351.00 (W) INV IN 1351.00 (E) INV OUT 1350.90 (5) SSMH #5 (48") STA 16+29.12 RIM 1348.20•Su {a ,- INV IN 1340.10 (N) ,cn INV .OUT 1.34.0.0.0 (W) EX6 -�— • i S—in. PVC 5 c 9 /Ft 3 • 16+30 1 130 cV J Q O Lim da -J Z W J = O O0 �o O W J ZO'0- V//A 18+15 PVC STUB 21 LF (4") X 181319-13421 8703 Juanita TREAT N c O es as cy) L .0 0 O a) mr c_ > of 4—. zE Y U N } SSMH #7 .(48") • STA 18+97.12 • RIM 1370.20 INV OUT 1362.00 (E) ExIstIng 5urface p\IC 6—In. 17+50 6 Rift 1-- 19+00 REFER TO THE COVER SHEET (Sht. C) FOR CONSTRUCTION NOTES & LEGEND ............... EXPIRES 10/13/2009 1370 1360 00 0 C CV 0 U o o CL H c� >- ccs 0 U 1350 w a 1340 1335 Plan & Profile Sta. 16+29.12 to Sta.18+97.12 Sta. 17-67.12 Lat 1= Sta. — Lat 2 48" S M #6--D ---- IRR IRR w PROP. UNE PROP. UNE • REFER TO:THE COVER SHEET (Sht. C) : FOR CONSTRUCTION NOTES & LEGEND: LA. TERAL: • 2 ::• REFER TO(Sht.• 5):. FOR tATERAL :3. • • : REFER TO: (Sht. 10) FOR ADDITIONAL : INFORMATION : • SSMH #6 (48") • STA 10+00 - RIM 1361.90 • IE IN 1351.00 IE IN:1351.Q0 (W)• lE• 06)T.135090. SSMH • it9* (48")• STA 13+40 : RIM 1369.00 • IE OUT 'SSMH 8 (48") : • :STA 11+63 : • :RIM 1358.10: • :IE IN 1352.00 (E & N) :IE OUT 1351:90 (W) • • • • 40•Ge . • 90' • • EXisting: . • • • . .Surfae • • . . . . • • . . 10+00 )63.00 LF S-,•••-•:0.0061: Ft/Ft 8" .PVC 11+50 LIJ c\I CJ) —J< L1JC < LLI—J 1— LO CO z CO "I.Ft Plan & Profile Drawing Scales to Sta. 13+40 13+00 13 1 Sta. 11+40 Lat- Sta. 10+9.0—Lat 3 48'M H #8 0 S N. 0' 43' 00" E. Block Wall I , LATERA)_3 4' Chain Link S Sta. 11+77 48" SSMH #10 Block Wo REFER TO THE COVER SHEET (Sht. C) FOR CONSTRUCTION NOTES & LEGEND REFER TO (Sht. 10) FOR ADDITIONAL INFORMATION LATERAL 3 0 SSMH: #8 (48") STA 10+00. RIM 1358.10 IE IN .1352.00 (N :& E) IE' OUT• 1351.90 (W) �OGe • S% •S 9 10+00 10+50 11+00 11+50 EXPIRES 10/13/2009 m co m� o j E co } City of Yakima Project No. 2208 a> U co rn 0 <t> O0) Plan & Profile 13 to Martin & Bonnie Engbrecht a Basalt Rock EmbankmentN-ew 10' Easement 1-+00 N. 0' 43' 00" E. V1 1340 1330 1320 1310 7 C PROP. UNE Sta. 10+00 48" SSMH #11 HOUSE Garage LATERAL 4 4it!�q ' NE o gik 4frit Shed Sta. 11+93.02 48" SSMH #12 w 0 • V 1 81 31 9-1 3432 8702 Juanita ASPEVIG i 1 81 31 9-1 3431 8612 Juanita HAUCK Sta.„ 11+92.92 (14.31' LT) 48'r SSMH #14 New 8' Easement LATERAL 4 J= N.89' 39' 20" W. . . ( JJ IL2R 1R@ u1W, PROP. UN IRR EXIST. 16 P.U. ESM'T 60 Sta. 12+83.70 48" SSMH #13 IRR ROP. UNE IRR O co a > t` 6 as ci) L v 0 '+— ai 8 ' O e N m .� C_ " w� ° z N Y U W -. NOTE: Verify and Record Invert Elev. of Exist. Sewer Pipe. Adjust New Manhole so that the invert Elev. of the New Pipe is 0.10' above Exist. Pipe Invert. SSMH #11 (48") • STA 10+00 REM 1315.30 I.E. IN 1307.32 (N) (See Note) LATERAL 4 SSMH #14 (48") . STA 11+92.92 (14.31' LT) RIM 1.335.4. IE OUT 1327.74 (E) 14.31 LF :S=0.0099 ft/Ft 8"PVC : SUC{aae EXE 10+00 1 • 11+00 SSMH. #12 (48") STA 11+93.02 RIM 1335.30 IE IN .1327.60 (E & w) IE OUT 1327.50 (S) 90.68 LF REFER TO THE COVER SHEET (Sht. C) FOR CONSTRUCTION NOTES & LEGEND ' REFER TO (Sht: 11). FOR ADDITIONAL INFORMATION SSMH #13 (48") STA 12+83.70 RIM 1334.10 !E OUT 1328.50 (W) 12+00 S=0.0099 Ft/Ft 8" PVC 13+00 EXPIRES 10/13/2009 1340 1330 CD 0 _I 1320 w U a) 1310 Plan & Profile 0 to Sta. 12+83.70 613 18 319-13425 >'8602 Kail Dr. /MARQUIS oo 181319-13426 8508 Kail Dr. ROBINSON LATERAL 5 SSMH #15 (48") STA .10+00 RIM 1318.50 IE IN 1310.10 (N) (See Note): E)6sting 1340 SSMH• #16 (48") STA 11+80 . RIM 1.330.00 IE OUT 1321.00 (S) • 10+00 NOTE: Verify and Record Invert Elev. of 'Exist. Sewer Pipe. Adjust New Manhole so that the Invert Elev. of the New Pipe is 0.10' above Exist. Pipe Invert. • I • 11+50 EXPIRES 10/13/2009 1330 1320 1310 1305 \ Gate 1350 • • REFER TO THE COVER SHEET (Sht. C) FOR CONSTRUCTION NOTES & LEGEND : REFER TO (Sht. 12) FOR ADDITIONAL • INFORMATION 1340 A Start of •Profile STA .30+05 IE 1321.00 1330 1320 c.:1?.\ces) \?:?? \.5 \lies- ?We' ?w Plan & Profile to Sta. 11+80 30+00 Side Sewer Profile • • .1 • -1 30+60 31+20 13 Main Fin Fir El 1348.5 (Bsmt Fir El 1340.7 No Fixtures) c 0 as En I L D o '4- 0 82 Om C " �3 >• t ++ Z E UW • Sta. 10+00 EXIST. M.H. PROP. UNE PROP. UNE PROP. UNE PROP. UNE WM 1 PROP. UNE HOUSE Fin Fir El 1329.4 NOTE: Verify and Record Invert Elev. of Exist. Sewer Manhole. Adjust New Pipe so that the Invert Elev.: is 0.10' .above Exist. Pipe Invert. EXIST. M.H. STA 10+00 Sup{ac R.I M 1322.6.0 EX st\ng, 181319-1 008 84C9 Summit4ew Ave LYS LATERAL 6 (See Note) 181319- 213 N. 85t HEADLEY n Fir El 1337.55 181319 215 N. 8 THOMAS 3006 th Ave. SSMH #17 (48") STA 12+65 RIM ;1347.3Q IE IN 1338.10 (N) IE OUT 1338.00 (SJ Lowe • Surae EX\st�ni Sta. 12+65 48" SSMH #17 (Type 1—Typ All M.H.' 1343.8 N OTE: REFER TO SHEET NO. 9 FOR CONTINUATION OF LATERAL 6. REFER TO THE COVER SHEET (Sht. C) FOR•CONSTRUCTION NOTES & LEGEND REFER TO (Sht. 13)•FOR ADDITIONAL • INFORMATION 1345 1335 1325 5= 1315 1310 10+00 11+50 EXPIRES 10/13/2009 13+00 13 4 181319-13427 216 N. 85th Ave. JOHNSTON ( 181319-13416 8503 Kail Dr. POSTON Sta. 12+35 48" SSMH #1,7 Sta. 15+10 48" SSMH PROP. LINE PROP. UNE Yard Light O co as 3 ▪ a cd D) > •c 4- O N C .57)▪ C U w 1 Yard L;ght i J PROP. LINE PROP. UNE El WM • `_ 181319-13005 217 N. 85th Ave. VAN DE BRAKE . SSMH #17 (48") . STA 12+65 •••RIM 1347:30 • : IE IN 1338.10 (N) • IE OUT 1338.00 (S) LATERAL 6 . Sur{aae \st\n9 y i 181 305 THEM i 9-13004 . 85th Ave. IEN i • • IG) 16; SSMH #18 (•48") STA 15+10 RIM 1373.00 IE IN 1364.10 :(N) • IE OUT 1364.00 (S) wer Fin Fir EI 1373.3 Sta. 16+60 8" CO #1 REFER TO THE COVER SHEET (Sht..C) FOR CONSTRUCTION NOTES & LEGEND • REFER TO (SM.. 13 -)-FOR ADDITIONAL - INFORMATION CO #1 (8") . STA 16+60'• RIM 1390.60 IE OUT.1380.00 (S) COO • or I k Plan & Profile + r CO CO 0 13+00 14+50 15+10 16+00 EXPIRES 10/13/2009 13 / REFER TO THE COVER SHEET (Sht. C) FOR CONSTRUCTION NOTES & LEGEND t-zo-v6 EXPIRES 10/13/2009 181319-13410 8604 Hawthorne Dr. HANSES 181319-13411 8602 Hawthome Dr. GORDNER -)* INSTALL 21 LF 4" PVC STUB 11+75.53 (20.7'* END 4 PVC STUB 181319-13412 8508 Hawthome Dr. CHANG 11+73.5 clocc—raDo N. 89 39' 20 W. N. ar 39. 20* W. 67 ,01 Q$. 1, 1 RR /RR 11+04 PVC RR IRR PROP. UNE 0\\ \ 'N, 12 409-5_ PVC STUB 1 21 LF (4") - - PROP. LJNE IRR IRR GAS 13+30 PVC STUB 21 LF (4") PROP. Plan for Sidesewer Stubs Sta. 17+67.12 L.1 & 10+00 L3 to Sta. 18+97.12 L1 & 13+40 L3 �ERPIRES 10/13/2009 . 1 �Ia r .rfr irdaff A //AM A r4 wino s ■ =r4�0o LATERAL 1 s' — 15*0Q_ I' PAS, • • ' \` `- { (DC'? t; DC iµ ' ,X. i w R -� IRR 6;' IRR PVC STUB 13 LF (4") w REFER TO THE COVER SHEET (Sht. C) FOR CONSTRUCTION NOTES & LEGEND STUB LOC. FOR LAT. 1 ARE SHOWN ON (Sht's 1-3) am I. • E4 SH NAA 2' ago ',12+68 PVC STUB 6 LF (4") _LATERAL 4 12+00 S8r39'20'w. 1 s __-- - . IRS t• k k 0 45' \r• IRR IRR x IRR IRR 12+78 PVC ':.TUB 20 is (4") I • IRR RR IRR • s. N: 89'• 39'. 20'.111. 1 r4, IRk �JRR' _ LJ. W W (1) —Id ) -x Q LLI LIU Q J LC)co Plan for Sidesewer Stubs o N N O N o 'O 0 c3 J E - > 0 U c ii o a) U co II — C 0 U 0 = > Sta. 10+00 L1 & L2 to Sta. 17+00 L1 & 13+68 L2 0 IRR • ' IRR.le IRR RR,' // coot REFER TO THE COVER SHEET (Sht. C) FOR CONSTRUCTION NOTES & LEGEND REFER TO (Sht. 7) FOR PLAN & PROFILE INFORMATION • ./firA . f4..89.• 39. Ii: IRR RR x RR RR IRR x NOTE: Drill Pipe in to Fence. 0 x RRx :I Tt I 0 11 0 2 Stubs HDPE STUB 128 LF (4") HDPE STUB 124 LF (4") y/4` X 0 0 11+67 PVC STU TB:°9:5 L +70 10' RT STUB 11+60 START PVC STUB 14 LF(447 10+40 PVC STUB 20LF(4� +45 PVC STUB (4") ./;;;7/// X' /. _ 3 l� 01• ISS. •r • j. EXPIRE$ 10/13/2009_ � t f' 0 • 1I. CO CN N 0 U O 727 Q- :32 .Y > O U �• •t fl. / Plan for Sidesewer Stubs CO CO co 13 -70 REFER TO THE COVER SHEET (Sht. C) FOR CONSTRUCTION NOTES & LEGEND REFER TO (Sht's. 8 & 9) FOR ADDITIONAL INFORMATION ` L et ' x 12+80 PVC STUB 954 LF (4"$ N 16+50 PVC STUB 28.9 LF (4") d ti Q• ;:. O c O cz E0 c▪ o c m •^i`" 9 2 O�F W g OLC m >' 75) `o j +-G z E •frA ow N} 16+30 PVC STUB 20.8 LF (4") N. 69' 39' 20' W. j 11+60 PVC 25.6 LF (4" 11+-22.-P 3 10+10 PVC STUB 24.4 LF (4") Summitview Ave. 13 2-1/2" ALUM. CAP IN MONUMENT CASE SEE LC.R. 2 M-1836 3" FLAT -TOP STEEL AXLE WITH 1" SHAFT SEE LC.R. 1 M-1197 2-1/2" ALUM. CAP IN MONUMENT CASE SEE LC.R. 2 M-1836 UID O v 0 W 700 NO. 88TH AVE. w 0 1>0 z 07 C4 03 CO Ch 60.00' 00 "4-- .l SURVEY OF THE PLAT OF SUNSET VISTA LOTS N 1/4 CORNER, SEC. 19, T-13 N.. R-18 E,W.M. 3" FLAT -TOP STEEL AXLE WITH 1" SHAFT SEE LC.R. 1 M-1197 V 1[0 0 v 143, 6p. (141.8 498.51' (493.7') 241.11' (236.3') 5 JF S:2;87:7: 1�.3) (sz9°E 7.57' '6„ o N.. (1577• 6� m° O 7 O (155') 141.00' 158.01' Z 0 .. Z S 89'39'20" E JUANITA DRIVE S 8939'20" E 100.00' 62.60;./1\51.04'88.80' 162.60' W i. �- W 139.84' 1. ,,, (161.5') o a W w 0 (138.8' °i.o v aool 0700 o w a moi _d 10 N. ^ p O O 1n z (HELD PLAT) (44.5' z z 160.10' ?..44.60 '.10' 110.00' ill.* w in o%0 0 o,d"-- 0 4a 0 00 o z NN u \ 12 S 89'37' E 987.40') S 89'39'20" E \ 987.47' r, 103.00' 197.40' '0 ..1n '- o ,„50' z 197.40 103.00' 94.40' 94.40' (HELD PLAT) rn N u0' KAIL 0 N 113 488.96' (493.7') 138.20' (HELD PLAT) 154.50' (HELD PLAT) 3 0 0or 0 O 00 O ' 0 (154.6') 154.62' S 89'39'20" E ,81 DRIVE S 89'39'20" E 154.66' (154.7') W �0 Q M 0 O 9� 10 •- zoo c ^ x _to z 147.40' (HELD PLAT) O w.� O 0 0• o 0 o 0 v Z N ^O N W M 0 g z (HELD PLAT) S x89'39'20"x E 126.20' 0,a- . 0 °c- I/ o 0 0 100.00' z n 118.00 89'43'00" E 118.41' 117.50' „, (117.4') S 89'39'20" E S 89'39'20" E w w w, w o s1s vrYiSts 9a, (5, 0. 15 k 0 O m Z O 147.40' 116.20'x S 89'39'20" E 0o trirM cooID S 8939'20 E 2 138.20' 138.20' w 154.77' 0 w (154.8') 0 o 0 • r d ^' ' 0 0 O Z� O M W O O^ To 0 18 6-8 QR 0 co o S� 20 g In j 21 tn O Z 25I 118.00' (117.5') v Z I (HELD PLAT) z I (HELD PLAT) 117.25' 117.50' 116.20' 0 493.74' (494.2') S 89'28'15' E 2633.23' 1321.80' N W 00 W cbci m N g m 1318.97' 1316.61' PK i to i(' M °' 10 N 2633.24' 1316.62' N 018'08' E 9) 9' b, b, W, N MI/ 1318.15' w v m 0 `0 S 8939'20' E 'o 1316.63' 987.47' W 329.16' 0 o 003 d- toT 0 N 0,o 0 0 987.48' z 329.16' S 89'43'00" E 2633.27' W -' �o o 14 O O ^ v 5 89'39'20" E 154.89' (154.9') in 0i 0 22 W 0M in.iii 4- GiM 0 O M o 0 "v (HELD PLAT) 3" z 155.00' W v 14 497• 146.26' z S 8939'20" E 138.20' 13 M / -987.48=(988.4')- S 89'43'00" E 2633.27' SUMMITVIEW AVENUE 1/2' ROD, BRASS CAP MISSING IN MONUMENT CASE SEE L.C.R. 2 M-295 23 w r. � o O 0' w0 Is. M 0 o 1 51') 547.23' 47.56' I{151') w m O 11 z Sx8S1'39'20' F,x 148.49' ,;151') N w 10 _01) 0 10 0 ui r4 O S 8939'20" E 1149.36' (151') iD 24 (HELD PLAT) (•151') z^ 138.20' 150.32' 493.74' (494.2') 1 1 100 0 SCALE : 1" = 100' ' zI ,100 FEET SURVEYOR'S NO. 85TH AVE. 50' Ire 329.16' NE CORNER OF THE `REST THREE FOURTHS OF THE SOUTH HALF OF THE SW QUARTER OF THE NE QUARTER O W W 0 00 T lo 0 zv M 329.16' (329.5') N 018'08" E 1. 2. 3. 4. LEGAL DESCRIPTION LOT 1 THRU 24, SUNSET VISTA LOTS, AS RECORDED IN VOLUME "0" OF PLAT AT PAGE 22, RECORDS OF YAKIMA COUNTY, WASHINGTON. NOTES • DENOTES 1/2" REBAR WITH CAP NO'S. 16233/18929 SET. O DENOTES CORNER FOUND. SEE LISTING ON PAGE 2. X- DENOTES EXISTING FENCE UNE. BEARINGS SHOWN ARE ON ASSUMED DATUM, RELATIVE TO THE SOUTH LINE OF THE NORTHEAST QUARTER SECTION 19 BEING SOUTH 89'43' EAST. 5. G.L.O. SECTION SUBDIVISION CORNERS SHOWN HEREON AS FOUND WERE VISITED IN APRIL, 2007. 6. SOME LOTS IN THIS PLAT WERE PREVIOUSLY SURVEYED AND RECORDED IN SURVEYS 54-26, 57-09 AND 64-64 RECORDS OF YAKIMA COUNTY, WASHINGTON. THE PURPOSE OF THIS SURVEY IS TO DETERMINE THE BEST FIT OF ALL OF THE PLATTED LOTS TO THE EXISTING USAGE. THE SECTION SUBDIVISION INFORMATION AS SHOWN ON THE ORIGINAL PLAT DOES NOT MATCH THE SUBDIVISION BREAKDOWN AS SHOWN HEREON. 7. BEARINGS AND DISTANCES IN PARENTHESIS ( ) ARE FROM PLAT OF RECORD, ALL OTHERS ARE BY ACTUAL MEASUREMENT. 8. PORTION OF SURVEY PERFORMED WITH THREE SECOND ,ELECTRONIC TOTAL STATION AND CALIBRATED CHAIN USING :ELL TRHVi.R6L PROCEC. ES. 9. PORTION OF SURVEY PERFORMED WITH TOPCON HIPER UTE PLUS GPS RECEIVERS USING REAL TIME KINEMATIC (RTI) PROCEDURES. 10 THIS SURVEY MEETS OR EXCEEDS THE STANDARDS CONTAINED IN WAC 332-130-090. 11 THIS SURVEY DOES NOT PURPORT TO SHOW ALL EASEMENTS WHICH MAY ENCUMBER OR BE APPURTENANT TO THE PARCELS SURVEYED. 1316.63' NOTE THIS SURVEY CORRECTS AND SUPERSEDES SURVEY RECORDED IN BOOK 54, PAGE 26, RECORDS OF YAKIMA COUNTY, WASHINGTON. CERTIFICATE THIS MAP CORRECTLY REPRESENTS A SURVEY MADE BY ME OR UNDER MY DIRECTION IN CONFORMANCE WITH THE REQUIREMENTS 2' UNMARKED BRASS CAP OF THE SURVEY RECORDING ACT AT THE REQUEST OF SEE LC.R. 1 M-1133 AL ROSE WITH THE CITY OF YAKIMA, IN JANUARY, 2007. RICHARD L. WEHR, CERTIFICATE NO. 18929. NE 1/4 SEC. 19, T -13N, R-18 E,W.M. 2" UNMARKED BRASS CAP SEE LC.R. 1 M-1133 AUDITOR'SCERTIPICATE FILED FOR RECORD THIS sr20 DAY OF 5120 20 0 , AT /o_14 M., UNDER A.F. NO. 154,V579/ RECORDS OF YAKIMA COUNTY, WASHINGTON. CORKY MATTINGL'Y, COUNTY AUDITOR COUNT( AUDITOR B D PUT( PLS A ENGINEERING -SURVEYING -PLANNING 1120 WEST LINCOLN AVENUE YAKIMA, WASHINGTON 98902 (509) 575-6990 19 BOUNDARY SURVEY THE PLAT OF SUNSET VISTA LOTS -PREPARED FOR - THE CITY OF YAKIMA DRAWN BY: RON DATE: 5/2/2007 JOB NO. 07012 SW 1/4, NE 1/4, SEC. 19, T-13 N, R-18 E,WM SHEET NO. 1 OF 2 J:107012\DWG \07012STP2.dwg, 5/2912007 9:31:18 AM, Rids STATEMENTS ON CORNERS FOUND OSOUTHWEST CORNER OF LOT 15, OF THE PLAT OF HAWTHORN HILL. 1" 0.D. PIPE FOUND 0.35 FEET SOUTH OF THE NORTH UNE OF THE SOUTH HALF OF THE SOUTHWEST QUARTER OF THE NORTHEAST QUARTER. HELD PIPE FOR THE EAST—WEST LOCATION FOR LOTS IN HAWTHORN HILL. 2 1-1/2" PIPE FOUND SOUTH 5119'50" EAST 1.19 FEET FROM THE CALCULATED POSITION OF HE SOUTHEAST CORNER OF LOT 14, OF THE PLAT OF HAWTHORN HILL. O1" PIPE FOUND 12"t BELOW SURFACE AND SOUTH 61'30'40" EAST 1.46 FEET FROM THE CALCULATED POSITION OF HE NORTHEAST CORNER OF LOT 2, SUNSET VISTA LOTS, AND A 3/8" REBAR WITH CAP LS 5831 SET ON SURVEY 57-09 FOUND 4.89 FEET WEST OF SAID CALCULATED POSITION, AND 1" 0.0. PIPE FOUND NORTH 74'06' EAST 1.93 FEET FROM THE SOUTHWEST CORNER OF LOT 14, HAWTHORN HILL. 4 IRON PIN WITH CAP LS 21607, SET ON SURVEY 64-64, FOUND 0.10 FEET WEST OF THE CALCULATED POSITION FOR THE NORTHEAST CORNER OF LOT 2, SUNSET VISTA LOTS, O O AND A 3/8" REBAR, WITH CAP LS 5831 SET ON SURVEY 57-09 FOUND WEST 4.90 FEET FROM SAID NORTHEAST CORNER OF SAID LOT 2. 1" 0.D. PIPE FOUND BENT OVER SOUTH 8714' EAST 4.2 FEET FROM THE CALCULATED POSITION OF THE SOUTHEAST CORNER OF LOT 1, SUNSET VISTA LOTS. 1-1/4" 0.D. PIPE FOUND SOUTH 47'26' EAST 1.6 FEET FROM THE CALCULATED POSITION OF THE SOUTHWEST CORNER OF LOT 1, SUNSET VISTA LOTS. OIRON PIN WITH CAP LS 21607, SET ON SURVEY 64-64, FOUND EAST 0.56 FEET FROM THE CALCULATED POSITION OF THE SOUTHWEST CORNER OF LOT 2 SUNSET VISTA LOTS. AND A 3/8" REBAR WITH CAP 5831, SET ON SURVEY 57-09, FOUND WEST 3.84 FEET FROM THE CALCULATED POSITION OF THE SOUTHWEST CORNER OF SAID LOT 2. SO1" 0.D. PIPE FOUND SOUTH 3918'30" EAST 1.98 FEET FROM THE CALCULATED POSITION OF THE SOUTHWEST CORNER OF LOT 3, SUNSET VISTA LOTS. Og 1" O.D. PIPE FOUND 0.77 FEET EAST AND A SECOND 1" 0.D. PIPE FOUND SOUTH 80'42' WEST 2.06 FEET FROM THE CALCULATED POSITION OF THE SOUTHWEST CORNER OF LOT 4, SUNSET VISTA LOTS. 10 3/4" 0.D. PIPE FOUND EAST 1.2 FEET FROM THE CALCULATED POSITION OF THE NORTHEAST CORNER OF LOT 10 SUNSET VISTA LOTS. 11 1" 0.D. PIPE FOUND NORTH 73'05' EAST 0.44 FEET AND A 1" 0.D. PIPE FOUND 0.8 FEET BELOW THE SURFACE SOUTH 40'44' WEST 1.65 FEET FROM THE CALCULATED POSITION OF THE NORTHWEST CORNER OF LOT 10, SUNSET VISTA LOTS. --- 12 1" 0.D. PIPE BENT TO THE SOUTHWEST FOUND SOUTH 61'03' EAST 0.29 FEET FROM THE CALCULATED POSITION OF THE NORTHWEST CORNER LOT 9, SUNSET. VISTA LOTS. 13 1" 0.D. PIPE FOUND NORTH 66'07' WEST 2.0 FEET FROM THE CALCULATED POSITION OF THE NORTHEAST CORNER LOT 7, SUNSET VISTA LOTS. SURVEY STATEMENT THE NORTH—SOUTH BOUNDARY UNE COMMON TO LOTS 3, 4, 9, 10, 13, 14, 21 & 22 WAS SET AT THE HALF WAY POINT OF THE PLAT (AS PRORATED) ON THE SOUTH UNE OF THE NORTHEAST QUARTER OF SECTION 19. AS THE BOUNDARY LINE RAN NORTH IT WAS BEST FIT TO THE EXISTING FENCES. THE LOTS WERE THEN ESTABLISHED EAST AND WEST FROM THIS UNE WITH THE EXCESS OR DEFICIENCY BEING ESTABLISHED IN THE LAST ROW OF LOTS ON THE EAST AND WEST SIDES OF THE PLAT. EXCEPT THAT LOT 18 WAS A PREVIOUSLY EXISTING PARCEL TO THE PLAT SO IT GOT ITS FULL ALLOCATION OF LAND. 17 18 19 20 21 22 23 25 26 27 28 1" 0.D. PIPE FOUND SOUTH 8615'20" EAST 2.47 FEET AND A 3/8" REBAR WITH CAP LS 21579 FOUND SOUTH 79'51'40" EAST 2.03 FEET FROM THE CALCULATED POSITION OF THE NORTHEAST CORNER OF LOT 6, SUNSET VISTA LOTS. 3/8" REBAR WITH CAP LS 21529 FOUND SOUTH 87'44'17" EAST 2.64 FEET FROM THE CALCULATED POSITION OF THE NORTHWEST CORNER OF LOT 6, SUNSET VISTA LOTS. 3/4" PIPE WITH 1" CAP FOUND SOUTH 7813' EAST 2.72 FEET FROM THE CALCULATED POSITION OF HE NORTHWEST CORNER OF LOT 17, SUNSET VISTA LOTS. 1" 0.D. PIPE FOUND SOUTH 61'08' WEST 1.61 FEET FROM THE CALCULATED POSITION OF THE NORTHEAST CORNER OF LOT 16, SUNSET VISTA LOTS. 1" 0.D. PIPE, 1'± ABOVE GROUND, FOUND NORTH 30'43' WEST 1.0 FEET FROM THE CALCULATED POSITION OF THE SOUTHWEST CORNER OF LOT 8, SUNSET VISTA LOTS. 1" 0.D. PIPE FOUND SOUTH 85'34' WEST 1.71 FEET FROM THE CALCULATED POSITION OF THE SOUTHEAST CORNER OF LOT 7, SUNSET VISTA LOTS. 3/4" SOLID ROD, 12" ABOVE GROUND, FOUND SOUTH 42'35' EAST 1.4 FEET FROM THE CALCULATED POSITION OF THE NORTHWEST CORNER OF LOT 21, SUNSET VISTA LOTS. 3/4" 0.D. PIPE FOUND NORTH 6311' EAST 0.92 FEET FROM THE CALCULATED POSITION OF THE NORTHEAST CORNER OF LOT 21, SUNSET VISTA LOTS. 1/2" REBAR WITH CAP LS 16233/18929, SET ON SURVEY 54-26 FOUND WEST 1.5 FEET WAS REMOVED AND RESET AT THE NEW CALCULATED POSITION FOR THE SOUTHWEST CORNER OF LOT 13, SUNSET VISTA LOTS. 1" 0.D. PIPE FOUND SOUTH 71'35' EAST 0.75 FEET FROM THE CALCULATED POSITION OF THE NORTHWEST CORNER OF LOT 13, SUNSET VISTA LOTS, AND A 1/2" REBAR. WITH CAP L2 16233/18929, SET ON SURVEY 54-26 _FOUND SOUTH 88'57' WEST 2.49 FEET WAS REMOVED AND RESET AT THE NEW CALCULATED POSITION OF SAID NORTHWEST CORNER. 1/2" REBAR WITH CAP LS 16233/18929, SET ON SURVEY 54-26, FOUND SOUTH 87'27' WEST 2.39 FEET WAS REMOVED AND RESET AT THE NEW CALCULATED POSITION OF THE NORTHEAST CORNER OF LOT 13, SUNSET VISTA LOTS. 1/2" REBAR WITH CAP LS 16233/18929 SET AT THE CALCULATED POSITION OF THE SOUTHEAST CORNER OF LOT 13, SUNSET VISTA LOTS. 1" 0.D. PIPE, 0.5' BELOW THE SURFACE, FOUND NORTH 85'01' EAST 2.41 FEET FROM THE CALCULATED POSITION OF THE NORTHEAST CORNER OF LOT 12, SUNSET VISTA LOTS. 1-1/2" 0.D. PIPE FOUND NORTH 85'26" EAST 2.57 FEET AND AN OLD TEE PIN USED BY SHEPARD LS 7189 FOUND SOUTH 70'52' EAST 1.16 FEET FROM THE CALCULATED LOT CORNER. 1" 0.D. PIPE FOUND, 0.5' BELOW THE SURFACE, SOUTH 87'22' EAST 0.77 FEET FROM THE CALCULATED LOT CORNER. t -Z 9,-0 7 PLS A ENGINEERING -SURVEYING -PLANNING 1120 WEST LINCOLN AVENUE YAKIMA, WASHINGTON 98902 (509) 575-6990 BOUNDARY SURVEY THE PLAT OF SUNSET VISTA LOTS —PREPARED FOR— THE CITY OF YAKIMA DRAWN BY: RON DATE: 5/2/2007 JOB NO. 07012 SW 1/4, NE 1/4, SEC. 19, T-13 N, R-18 E,WM SHEET NO. 2 OF 2 a a