Loading...
HomeMy WebLinkAboutR-2009-133 E. Viola Ave. (I-82) and S. 22nd St. Water Main Replacement Agreement with Accelerated Construction and Excavating, LLCCITY OF YAKIMA E. VIOLA AVE. (1-82) AND S. 22ND ST. WATER MAIN REPLACEMENT CITY OF YAKIMA PROJECT NO. AC2262 HLA PROJECT NO. 17031 Construction Contract Specifications & Bid Documents APRIL 2017 Water & Irrigation Division 2301 Fruitvale Boulevard Yakima, WA 98902 Phone (509) 575-6154 Fax (509) 575-6187 HLA i ngineerut, ant : and'.ursevii's;, In. "HLA COPY" ADDENDUM NO. 1 To the Contract Provisions for City of Yakima E. VIOLA AVE. (I-82) AND S. 22ND ST. WATER MAIN REPLACEMENT HLA Project No 17031 BID OPENING: APRIL 24, 2017 11:00 A.M. To the attention of all bidders for the above project: The following additions, revisions, and/or modifications are made to the Contract Documents, Plans, and Specifications for this project: ITEM 1 —Technical Specifications, Section 1-07.18 Public Liability and Property Damage Insurance, Page 6-26 Replace this section with the following. Within ten (10) days following contract award or prior to start of construction, whichever comes first, the Contractor shall furnish the Owner a Certificate of Insurance and the additional insured endorsements as evidence of compliance with these requirements This certificate shall name the CITY OF YAKIMA, its employees, agents, elected and appointed officials, HLA Engineering and Land Surveying, Inc. (HLA), as "additional insureds" and shall stipulate that the policies named thereon cannot be canceled unless at least thirty (30) days written notice has been given to the Owner The certificate shall not contain the following or similar wording regarding cancellation notification. "Failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents, or representatives " The Contractor shall obtain and keep in force the following policies of insurance. The policies shall be with companies or through sources approved by the State Insurance Commissioner pursuant to Chapter 48.05, RCW. Unless otherwise indicated below, the policies shall be kept in force from the execution date of the contract until the date of acceptance by the Owner 1 Commercial General Liability Insurance written under ISO Form CG0001 or its equivalent with minimum limits of $3,000,000 per occurrence and in the aggregate for each policy period This protection may be a CGL policy or any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $3,000,000 Products and completed operations coverage shall be provided for a period of one year following final acceptance of the work. 2. Commercial Automobile Liability Insurance providing bodily injury and property damage liability coverage for all owned and non -owned vehicles assigned to or used in the performance of the work with a combined single limit of not less than $1,000,000 each occurrence with the Owner named as an additional insured in connection with the Contractor's Performance of the contract. 3 Owners and Contractors Protective (OCP) Insurance providing bodily injury and property damage liability coverage, with limits of $3,000,000 per occurrence and in the aggregate for each policy period, written on Insurance Services Office (ISO) form CG0009 together with Washington State Department of Transportation Amendatory Endorsement No CG 2908, specifying the Contracting Agency as a named insured The Contractor may choose to terminate this insurance after the date of Substantial Completion as determined by the Engineer or, should Substantial Completion not be achieved, after the date of Physical Completion as determined by the Engineer In the event the Contractor elects to terminate this coverage, prior to acceptance of the contract, the Contractor shall first obtain an endorsement to the Commercial General Liability Insurance described below that establishes the Contracting Agency on that policy as an additional insured G \PROJECTS\2017\17031 EWddendum No 1 docx Page 1 of 2 ADDENDUM NO. 1 The Owners and Contractors Protective Insurance policy shall not be subject to a deductible or contain provisions for a deductible The Commercial General Liability policy and the Commercial Automobile Liability Insurance policy may, at the discretion of the Contractor, contain provisions for a deductible If a deductible applies to any claim under these policies, then payment of that deductible will be the responsibility of the Contractor, notwithstanding any claim of liability against the Contracting Agency However, in no event shall any provision for a deductible provide for a deductible in excess of $50,000 00 Prior to contract execution, the Contractor shall file with the Engineer ACORD Form Certificates of Insurance evidencing the minimum insurance coverages required under these specifications. All insurance policies and Certificates of Insurance shall include a requirement providing for a minimum of a 30 -day prior written notice to the Contracting Agency of any cancellation or reduction of coverage. All insurance coverage required by this section shall be written and provided by "occurrence -based" policy forms rather than by "claims made" forms 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 a five working day notice to the Contractor to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the Contracting Agency on demand, or at the sole discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting Agency All costs for insurance, including any payments of deductible amounts, shall be considered incidental to and included in the unit contract prices and no additional payment will be made The Contractor is responsible for all his subcontractors' actions and omissions. This ADDENDUM is to be considered as much a part of the contract provisions as if it were included in the body of the Plans and Specifications All Bidders shall acknowledge receipt of the ADDENDUM on the proposal form prior to bid opening. Benj in A. Annen, PE HLA Engineering and Land Surveying, Inc 2803 River Road Yakima, WA 98902 Phone (509) 966-7000 4-!A-/% Date G \PROJECTS\2017\17031E\Addendum No 1 docx Page 2 of 2 ADDENDUM NO. 1 CITY OF YAKIMA, WASHINGTON CONTRACT DOCUMENTS FOR E. VIOLA AVE. (1-82) AND S. 22ND ST. WATER MAIN REPLACEMENT CITY OF YAKIMA PROJECT NO. AC2262 HLA PROJECT NO. 17031 OWNER: ENGINEER: City of Yakima 129 North Second Street Yakima, WA 98901 Water & Irrigation Division 2301 Fruitvale Boulevard Yakima, WA 98902 HLA Engineering and Land Surveying, Inc. (HLA) 2803 River Road Yakima, WA 98902 APRIL 2017 CITY OF YAKIMA YAKIMA COUNTY, WASHINGTON CONTRACT DOCUMENTS FOR E. VIOLA AVE. (1-82) AND S. 22ND ST. WATER MAIN REPLACEMENT CITY OF YAKIMA PROJECT NO AC2262 HLA PROJECT NO. 17031 TABLE OF CONTENTS PAGE NO. SECTION 1 - ADVERTISEMENT FOR BIDS .... 1-1 ADVERTISEMENT FOR BIDS 1-2 SECTION 2 - INFORMATION FOR BIDDERS .2-1 INFORMATION FOR BIDDERS . .2-2 SECTION 3 - BID PACKAGE..... 3-1 BIDDER'S CHECKLIST........ 3-2 BID PROPOSAL .3-3 UNIT PRICE BID PROPOSAL... 3-4 BID PROPOSAL SIGNATURE PAGE . 3-5 BID DEPOSIT ... 3-6 BID BOND .3-6 NON -COLLUSION AFFIDAVIT . .. 3-7 CITY OF YAKIMA NONDISCRIMINATION PROVISION.... 3-8 CITY OF YAKIMA WOMEN AND MINORITY BUSINESS ENTERPRISE POLICY..... ....3-9 CITY OF YAKIMA RESOLUTION NO D-4816. 3-10 CITY OF YAKIMA AFFIRMATIVE ACTION PLAN ... 3-11 CITY OF YAKIMA BIDDER'S CERTIFICATION .3-13 CITY OF YAKIMA COMPLIANCE WITH IMMIGRATION AND NATURALIZATION ACT ..... ..3-16 SURETY . . .. . 3-17 SUBCONTRACTOR LIST ............ ... 3-18 LIST OF REFERENCES. . 3-19 BIDDER'S RESPONSIBILITY STATEMENT ....3-20 SECTION 4 - CONTRACT AND RELATED MATERIALS ... ... 4-1 CONTRACT 4-2 CERTIFICATIONS . 4-3 CONTRACT BOND .. 4-4 SCHEDULE OF WORKING HOURS .4-6 CITY OF YAKIMA SUBCONTRACTOR'S CERTIFICATION ......... 4-7 SECTION 5 - LABOR STANDARDS AND WAGE RATE CONDITIONS ....... 5-1 PREVAILING WAGE RATES ........... .5-2 DLI (YAKIMA COUNTY) EFFECTIVE 04/24/2017. ......... . 5-3 BENEFIT CODE KEY EFFECTIVE 03/02/2017 . 5-3 DLI SUPPLEMENTAL TO WAGE RATES EFFECTIVE 03/02/2017. 5-3 SECTION 6 - TECHNICAL SPECIFICATIONS 6-1 TABLE OF CONTENTS 6-2 SPECIAL PROVISIONS .... 6-3 APPENDIXA- APPENDIX B - APPENDIX C AMENDMENTS TO THE 2016 WASHINGTON STATE DEPARTMENT OF TRANSPORTATION STANDARD SPECIFICATIONS CONSTRUCTION STAKING REQUEST FORM - WSDOT PERMIT/FRANCHISE NO 50157 AMD. 1 SECTION 1 - ADVERTISEMENT FOR BIDS G:\PROJECTS\2017\17031E\SPEC\17031 SPEC.docx 1-1 ADVERTISEMENT FOR BIDS City of Yakima 129 North Second Street Yakima, WA 98901 The City of Yakima invites separate sealed BIDS for the construction of the E. VIOLA AVE. (1-82) AND S. 22ND ST. WATER MAIN REPLACEMENT, City of Yakima Project No. AC2262, HLA Project No. 17031 including the following approximate major quantities of work. Construction of approximately jack/bore 200 LF of 30" casing, 630 LF of 12" water main, resurfacing, and related improvements. This contract has twenty-five (25) working days to complete the work Bids will be received by the City Clerk at City Hall, 129 North Second Street, Yakima, Washington 98901, until 11.00 a.m , April 24, 2017, and then shortly thereafter will be publicly opened and read aloud at the City Council Chambers located at 129 North Second Street. Electronic copies of the CONTRACT DOCUMENTS may be obtained at no cost at the following website https.//www.hlacivil.com/bid/ Physical copies may be obtained at the office of HLA Engineering and Land Surveying, Inc (HLA), 2803 River Road, Yakima, Washington 98902, (509-966-7000) upon payment of $70.00 for each set, non-refundable. Planholder list and addenda will be available on the website Bidders are encouraged to register as planholders on the website, whom will be added to the Planholder list and will receive automatic addenda notification Each bid or proposal must be accompanied by bond or a certified check, payable to the order of the Treasurer of the City of Yakima for the sum of not less than 5% of said bid or proposal and none will be considered unless accompanied by such deposit, to be forfeited to the City of Yakima. in the event the successful bidder shall fail or refuse to enter into a Contract with the City for the making and construction of the aforesaid improvement. All bids or proposals must be in writing on the form bound in the Specifica- tions, sealed and filed with the Clerk on or before the day and hour above mentioned. The City of Yakima, in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S C 2000d to 2000d-4 and Title 49, Code of Federal Regulations, Department of Transportation, Subtitle A, Office of the Secretary, Part 21, nondiscrimination in federally assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that it shall affirmatively insure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises shall be afforded full opportunity to submit bids in response to this invitation and shall not be discriminated against on the grounds of race, color or national origin in consideration for an award Attention is called to the fact that not less than the minimum salaries and wages as set forth in the Contract Documents must be paid on this project, and that the Contractor must ensure that employees and applicants for employment are not discriminated against because of their race, color, religion, sex, or national origin The City of Yakima reserves the right to reject any and all bids and to waive technicalities or irregularities, and after careful consideration of all bids and factors involved, make the award to best serve the interests of the City of Yakima Sonya Claar Tee City Clerk Publish. April 10, 2017 G:\PROJECTS\2017\17031E\SPEC117031 SPEC.docx 1-2 SECTION 2 - INFORMATION FOR BIDDERS G:\PROJECTS12017117031E\SPEC\17031 SPEC.docx 2-1 INFORMATION FOR BIDDERS BIDS will be received by the City of Yakima (herein called the "OWNER"), at City Hall, 129 North Second Street, Yakima, Washington 98901, until 11 00 a m., April 24, 2017, and then at the City Council Chambers publicly opened and read aloud Each BID must be submitted in a sealed envelope, addressed to the City Clerk at 129 North Second Street, Yakima, Washington 98901. Each sealed envelope containing a BID must be plainly marked on the outside as BID for E. VIOLA AVE. (1-82) AND S. 22ND ST. WATER MAIN REPLACEMENT, and the envelope should bear on the outside the BIDDER'S NAME, address, and license number if applicable, and the name of the project for which the BID is submitted. If forwarded by mail, the sealed envelope containing the BID must be enclosed in another envelope addressed to the OWNER at City Hall, 129 North Second Street, Yakima, Washington 98901. All BIDS must be made on the required BID form. All blank spaces for BID prices must be filled in, in ink or typewritten, and the BID form must be fully completed and executed when submitted. Only one copy of the BID form is required. The OWNER may waive any informalities or minor defects or reject any and all BIDS. Any BID may be withdrawn prior to the above scheduled time for the opening of BIDS or authorized postponement thereof. Any BID received after the time and date specified shall not be considered No BIDDER may withdraw a BID within 60 days after the actual date of the opening thereof. Should there be reasons why the Contract cannot be awarded within the specified period, the time may be extended by mutual agreement between the OWNER and the BIDDER. BIDDERS must satisfy themselves of the accuracy of the estimated quantities in the BID SCHEDULE by examination of the site and a review of the Drawings and Specifications including ADDENDA. After BIDS have been submitted, the BIDDER shall not assert that there was a misunderstanding concerning the quantities of WORK or of the nature of the WORK to be done. The CONTRACT DOCUMENTS contain the provisions required for the construction of the PROJECT. Information obtained from an officer, agent, or employee of the OWNER or any other person shall not affect the risks or obligations assumed by the CONTRACTOR nor relieve the CONTRACTOR from fulfilling any of the conditions of the Contract. Each BID must be accompanied by a BID BOND payable to the OWNER for five percent of the total amount of the BID When the Agreement is executed, the bonds of the unsuccessful BIDDERS will be returned. The BID BOND of the successful BIDDER will be retained until the CONTRACT BOND has been executed and approved, after which it will be returned A certified check may be used in lieu of a BID BOND. A CONTRACT BOND in the amount of 100 percent of the CONTRACT PRICE, with a corporate Surety approved by the OWNER, will be required for the faithful performance of the Contract. Attorneys -in -fact who sign BID BONDS or CONTRACT BONDS must file with each BOND a certified and effective dated copy of their Power of Attorney. The party to whom the Contract is awarded will be required to execute the Agreement and obtain the CONTRACT BOND within ten (10) working days from the date when NOTICE OF AWARD is delivered to the BIDDER The NOTICE OF AWARD shall be accompanied by the necessary Agreement and BOND forms. In case of failure of the BIDDER to execute the Agreement, the OWNER may consider the BIDDER in default, in which case the BID BOND accompanying the proposal shall become the property of the OWNER. The OWNER may make such investigations as deemed necessary to determine the ability of the BIDDER to perform the WORK, and the BIDDER shall furnish to the OWNER all such information and data for this purpose as the OWNER may request. The OWNER reserves the right to reject any BID if the evidence submitted by, or investigation of, such BIDDER fails to satisfy the OWNER that such BIDDER is properly qualified to carry out the obligations of the Agreement and to complete the WORK contemplated therein G:\PROJECTS\2017\17031E\SPEC\17031 SPEC.docx 2-2 A conditional or qualified BID will not be accepted. Award will be made to the lowest responsive, responsible BIDDER or all bids will be rejected. All applicable laws, ordinances, and the rules and regulations of all authorities having jurisdiction over construction of the PROJECT shall apply to the Contract throughout. Each BIDDER is responsible for inspecting the site and for reading and being thoroughly familiar with the CONTRACT DOCUMENTS. The failure or omission of any BIDDER to do any of the foregoing shall in no way relieve any BIDDER from any obligation in respect to its BID. Further, the BIDDER agrees to abide by the requirement under Executive Order No. 11246, as amended, including specifically the provisions of the equal opportunity clause set forth in these Contract Documents The low BIDDER shall supply the names and addresses of major material SUPPLIERS and SUBCONTRACTORS when required to do so by the OWNER. Contract time for this project is anticipated to begin by May 22, 2017 The ENGINEER is HLA Engineering and Land Surveying, Inc. (HLA), represented by Benjamin A. Annen, PE The ENGINEER'S address is 2803 River Road, Yakima, Washington 98902, phone (509) 966-7000, FAX: (509) 965-3800. G:\PROJECTS\2017\17031E\SPEC\17031 SPEC.docx 2-3 SECTION 3 - BID PACKAGE G:\PROJECTS\2017\17031E\SPEC\ 17031 SPEC.docx 3-1 BID PROPOSAL A Proposal of Ate e/erA 'c/ �4Sif't f.,7-) t/b (a.t/,.Ti i (hereinafter called "BIDDER"), organized and existing under the laws of the State of ashington doing business as y. L. C 1 To the City of Yakima, Washington, (hereinafter called "OWNER") In compliance with your Advertisement for Bids, BIDDER hereby proposes to perform all work for the construction of the E. VIOLA AVE. (I-82) AND S. 22ND ST. WATER MAIN REPLACEMENT, City of Yakima Project No AC2262, HLA Project No. 17031, in strict accordance with the CONTRACT DOCUMENTS, within the time set forth therein, and at the prices stated below By submission of this BID, each BIDDER certifies, in the case of a joint BID each party thereto certifies as to its own organization, that this BID has been arrived at independently, without consultation, communication, or agreement as to any matter relating to this BID with any other BIDDER or with any competitor. BIDDER hereby agrees to commence work under this Contract within ten (10) calendar days after NOTICE TO PROCEED and to fully complete the PROJECT within twenty-five (25) working days of such NOTICE TO PROCEED BIDDER further agrees to pay as liquidated damages the sum specified for each working day thereafter as provided in Section 1-08 9 of the Standard Specifications BIDDER acknowledges receipt of the following ADDENDA. Ac!c/enc/v Iv/ No- l y. -i? -1 % Addenda will be posted on the Engineer's website. https.//www.hlacivil.com/bid/ Bidders are encouraged to register as planholders on the website, whom will be added to the Planholder list and will receive automatic addenda notification. BIDDER agrees to perform all the work described in the CONTRACT DOCUMENTS for the following unit prices or lump sum amounts: 1 Insert "a corporation," "a partnership," or "an individual" as applicable G:\PROJECTS\2017\17031 E\SPEC\17031 SPEC.docx 3-3 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 UNIT PRICE BID PROPOSAL (NOTE: Unit prices for all items, all extensions, and total amount of bid must be shown. Any changes/corrections to the bid must be initialed by the signer of the bid, in accordance with Section 1-02.5.) CITY OF YAKIMA E. VIOLA AVE. (1-82) AND S 22ND ST. WATER MAIN REPLACEMENT CITY OF YAKIMA PROJECT NO AC2262 HLA PROJECT NO 17031 ITEM NO. ITEM DESCRIPTION PAYMT SPEC UNIT QUAN- TITY UNIT PRICE AMOUNT DOLLARS -CTS DOLLARS -CTS 1 Minor Change 1-04 4(1) FA Est. X $10,000.00 = $10,000 00 2 Mobilization 1-09.7 LS --- X --- = /'li/ (y�= F7d 3 Project Temporary Traffic Control 1-10.5 LS --- X --- _ 4 Clearing and Grubbing 2-01.5 LS --- X --- = 2 DOOa 67O 5 Removal of Structures and Obstructions 2-02.5 LS --- X --- = ;/,000,- — 6 Crushed Surfacing Base Course 4-04.5 TON 95 X 3g:"° =0, / p- ` 7 Crushed Surfacing Top Course 4-04.5 TON 10 X a 70,— = - 7 a - 8 HMA CI. 1/2 -Inch PG 64-28 5-04 5 TON 100 X / a (2, ___, = / 2 , poo -e' 9 Shoring or Extra Excavation 7-08.5 LF 432 X ,3.,,V: =/ 0,, 10 Select Backfill, as Directed 7-08.5 CY 35 X 35", 6-f- = /,2,Z 5",'- 11 D I Restrained Pipe for Water Main 12 In. Diam. 7-09.5 LF 232 X a o' 1 ! G, = - joi k a , 12 D I Pipe for Water Main 12 In. Diam. 7-09.5 LF 200 X E (y " $ , -- = CF La 3. as 13 Blowoff Assembly 7-09.5 EA 1 X ,21t 06 °= = 2, t Op, -°=' 14 Abandon Water Valve 7-12.5 EA 3 X loo `-' = 3(5..c. c'-` 15 Butterfly Valve 12 In. 7-12.5 EA 6 X 0 CO, °- % = 1 1 s 4e) e p -1 16 Hydrant Assembly 7-14 5 EA 1 X 45? p0 V = . ` q,›? pa 17 Jack/Bore Steel Casing Pipe 30 In. Diam. (Incl. Bore Pits) 7-21.5 LF 200 X1/5-2,, �7 -4J Y 5 dr , = ` 1 Oi 100.- 18 D I Restrained Carrier Pipe for Water Main 12 In. Diam. 7.21 5 LF Z00 X q7, . 5 O / .1 = Qt l -5-00:- 19 Controlled Density Fill 8-30.5 CY 40 X / 5-0' '= =4.0, , O ac,-,.— BID SUBTOTAL 22L1i754.`- 754.`8.2% 8.2%STATE SALES TAX (0j 5f9,-.:2. BID TOTAL 2i/51353, ai 1 1 1 1 G:\PROJECTS\2017\17031E\SPEC\17031 SPEC.docx 3-4 BID PROPOSAL SIGNATURE PAGE CITY OF YAKIMA E. VIOLA AVE. (1-82) AND S 22ND ST WATER MAIN REPLACEMENT CITY OF YAKIMA PROJECT NO AC2262 HLA PROJECT NO. 17031 4e-cc/et-Alec/ (CONTRACTOR) DATE ij �(CcjV44Tst�� Apr 1 0 ,2017 ( ) BY 11%9,!4 : AUTJ LORIZE15 OFFICIAL'S SIGNATURE TITLE (Please print or type name) Address. Pte! o. j3 v y lQ 2 7 e99 y 4 - i ed, Ply.nme/- /de Ito e3Y5) Phone. Fax. ?OOf- C°f'- /?7e' i erf- /f 7 - / Y a? E-mail address. ace- '3fy.2 Ao+'i71,4 ) ' C " wk. CONTRACTOR LICENSE NUMBER A Cc 15 G- L L qJ & Pr CONTRACTOR DUNS NUMBER cam/ 5-6— S .2 CONTRACTOR UBI NUMBER 67 S 3 S LD /9 CONTRACTOR FEDERAL TAX I D NUMBER / 171— /'aa/ 4/3 47 CONTRACTOR EMPLOYMENT SECURITY DEPARTMENT NUMBER 117 C2C7® o2/ c% 3-2 f 3 CONTRACTOR INDUSTRIAL INSURANCE ACCOUNT NUMBER 502 ei 03 7 - ©O The names of the principal officers of the corporation submitting this Proposal, or of the partnership, or of all persons interested in this Proposal as principals are as follows. /1 rk W ; l) S PROJECT MANAGER Mg. -6114 ! lIAT ii),V1_6 CELL PHONE: 0 • (57/ 9f 7 NOTES. 1) If the bidder is- a co -partnership, so state, giving firm name under which business transacted. If the bidder is a corporation, this proposal must be executed by its duly authorized officials (2) Bidders shall acknowledge receipt of all addenda, if any, in the space provided on the first page of this proposal G\PROJECTS12017117031ESPECU7031 SPEC door 3-5 ACCELERATED CONST/EXCAVTNG LLC Washington State Department of Labor & Industries Horne Espanol Contact Safety & Health Claims & Insurance Page 1 of 2 1Search L&I j I" u t j A -Z Index Help My L&I Workplace Rights Trades & Licensing ACCELERATED CONST/EXCAVTNG LLC Owner or tradesperson Principals WILLMS, MARK David, PARTNER/MEMBER Willms, Kellie Lynn, PARTNER/MEMBER Doing business as ACCELERATED CONST/EXCAVTNG LLC WA UBI No 602 538 619 PO BOX 627 PLUMMER, ID 83851 208-686-1976 Business type Limited Liability Company Governing persons KELLIE WILLMS MARK DAVID WILLMS, License Verify the contractor's active registration / license / certification (depending on trade) and any past violations. Construction Contractor License specialties GENERAL License no. ACCELCL958PD Effective — expiration 10/1712005-10/17/2017 Bond North American Spec Ins Co Bond account no. 2155260 Active Meets current requirements. 3 $12,000 00 Received by L&I Effective date 10/02/2012 09/26/2012 Expiration date Until Canceled Bond history Insurance BITCO General Ins Corp Policy no CLP3646354 Received by L&I 12/01/2016 Insurance history Savings No savings accounts during the previous 6 year period. $1,000,000.00 Effective date 12/06/2016 Expiration date 12/06/2017 Help us improve https://secure.lni.wa.gov/verify/Detail.aspx?UBI=602538619&LIC=ACCELCL958PD&SAW= 4/24/2017 ACCELERATED CONST/EXCAVTNG LLC Lawsuits against the bond or savings Cause no 11-2-00706-0 Complaint filed by J & S CONSTRUCTION Complaint date 08/26/2011 Open Complaint against bond(s) or savings 104617098 Complaint amount $10,119.14 L&I Tax debts No L&I tax debts are recorded for this contractor license during the previous 6 year period, but some debts may be recorded by other agencies. License Violations No license violations during the previous 6 year period. Workers' comp Do you know if the business has employees? If so, verify the business is up-to-date on workers' comp premiums. Account is current. L&I Account ID 526,037-00 Doing business as ACCELERATED CONSTRUCTION & EXC Estimated workers reported Quarter 1 of Year 2017 "0" Workers L&I account representative T5 / MELISSA VEST (360)902-5613 - Email: VESM235@Ini.wa.gov Workplace safety and health Check for any past safety and health violations found on jobsites this business was responsible for Inspection results date 01/17/2017 Inspection no 317941738 Location 1315 1st St. Cheney, WA 99004 Inspection results date 10/31/2011 Inspection no 315202614 Location 422 Newport N. Newport, WA 99156 Violations No violations Page 2 of 2 1 G Washington State Dept of Labor & Industries Use of this site is subject to the laws of the state of Washington. https://secure.lni.wa.gov/verify/Detail.aspx?UBI=602538619&LIC=ACCELCL958PD&SAW= Help us improve 4/24/2017' 4/25/2017 ACCELERATED CONSTRUCTION & EXCAVATING LLC Violations tont, !::,.tuo1 Comt d Safety & -1ealth Claims & Insu~ante Washington State Department of Labor & Industries < Return to search results Workplace Safety and Health Violations ACCELERATED CONSTRUCTION & EXCAVATING LLC, Inspection no. 317941738 violations Signaling and flaggers Type of violation Serious Violation description Could cause serious injury or illness. Requirements for protective systems Type of violation Serious Violation description Could cause serious injury or illness. General protection requirements Type of violation Serious Violation description Could cause serious injury or illness. Corrected Corrected Corrected Search L&I Hockpiace Rights Trades & Licensing rt Washington Slate Dept. of Labor & Industries. Use of this site is subject to the laws of the state of Washington. Help us improve https://secure.lni wa.gov/verify/Details/safetyViolations.aspx?UB1=602538619&LIC=ACCELCL958PD&V10=&SAW=false&inspectionlD=1194067 1/1 ACCELERATED CONSTRUCTION & EXCAVATING LLC Page 1 of 1 SiTAE Of WASHINGTON Department of Labor & Industries Certificate of Workers' Compensation Coverage WA UBI No L&I Account ID Legal Business Name Doing Business As Workers' Comp Premium Status Estimated Workers Reported (See Description Below) Account Representative Licensed Contractor? License No License Expiration April 24, 201 7 602 538 619 526,037-00 ACCELERATED CONSTRUCTION & EXCAVATING LLC ACCELERATED CONSTRUCTION & EXC Account is current. Quarter 1 of Year 2017 "0" Workers Employer Services Help Line, (360) 902-4817 Yes ACCELCL958PD 10/17/2017 What does "Estimated Workers Reported" mean? Estimated workers reported represents the number of full time position requiring at least 480 hours of work per calendar quarter. A single 480 hour position may be filled by one person, or several part time workers. Industrial Insurance Information Employers report and pay premiums each quarter based on hours of employee work already performed, and are liable for premiums found later to be due. Industrial insurance accounts have no policy periods, cancellation dates, limitations of coverage or waiver of subrogation (See RCW 51 .1 2.050 and 51 .1 6.1 90). https://secure.lni.wa.gov/verify/Details/liabilityCertificate.aspx?UBI=60253 8619&LIC=A... 4/24/2017 View Details - Entity Overview l System for Award Management Page 1 of 1 Entity Dash bew • Entity Registration Core Data Assertions Reps & Certs POCs Exclusions • Active Exclusions • Inactive Exclusions Excluded Family Members IBM v1.P.64.20170330-1550 WWW7 Username Forgot Username? Accelerated Construction Excavating, LLC DUNS: 015582046 CAGE Code: 3C4R4 Status: Active Password Foroot Password? Expiration Date: 02/06/2018 Purpose of Registration: AU Awards Entity Overview Entity Registration Summary Name: Accelerated Construction Excavating, LLC Business Type: Business or Organization Last Updated By: KELLIE WILLMS Registration Status:'Active� Activation Date: 02/06/2017 Expiration Date: 02/06/2018 Exclusion Summary Active Exclusion Records? No Search Records Data Access Check Status About Help Log In Create an Account 650 Poleyard Rd I Plummer, ID, 83851, UNITED STATES ' Disclaimers Accessibility Privacy Policy FAPIIS.gov GSA.gov/IAE GSA.gov USA.gov https://www.sam.gov/portal/SAM/?navigationalstate=JBPNS JO0ABXdcACJqYXZheC5... 4/24/2017 Debarred Contractors List Home Espanol Cnntact Safety & Health Claims & Insurance tWashington State Department of APLabor & Industries Debarred Contractors List [Search L&I —T A -Z Index Help Page 1 of 1 NI L&I Workplace Rights Trades & Lcensing A debarred contractor may not bid on, or have a bid considered on, any public works contract. You can search and filter this list using the options presented below Company Name WA UBI Number License Number Principal: RCW. From: Penalty Due 1602 538 619 All IMM/DD/YYYY All v Wage Due All v Apply FiltersIResei To: Download all debarment datar'' IMM/DD/YYYY Show 25 v per page Showing 0 records Fi rstPreviousNextLast Company Name UBI License Principals Status RCW Debar Begins Debar Ends Penalty Due Wages Due There are no records that match your search criteria. Show 25 v per page Showing 0 records Fi rs tPrevi o u s N extLas t Washington State Dept of Labor & Industnes Use of this sae is subject to the laws of the state of Washington Help us improve https://secure.lni.wa.gov/debarandstrike/ContractorDebarList.aspx 4/24/2017 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 DBE Directory Page 1 of 1 http://wsdot.wa.gov/Partners/OMWBE/DBEDirectory/ 4/24/2017 Washington State '� '' 1��®i `: Business Enterprises BASIC SEARCH DIRECTIONS Step 1: Select or Enter Search Terms Step 2: Press the "Search" Button Office of 4. i View the list of Suspended DBE Firms V �� This is a temporary status of DBE ineligibility Near Bottom of Screen Search by Business/DBA or Description of Work/NAICS Keywords Business / DBA 0 Starts With O Contains Description of Work / NAICS Code Description Keywords 0 Any Keyword 0 All Keywords Business File Number(s) (for multiple file numbers, separa e by space or comma) Search by NAICS Code NAICS Code website NAICS Code i Search By Owner Owner Name Search By UBI UBI Number 602538619 Search By Location City State (Select an Option] v Zip Code � l County [Select an Option] vi Search By Certification Type Certification Type [Select an Option] v� ACDBE) are also certified as Small Business Enterprise NOTE. All firms certified as Disadvantaged Business Enterprise (DBE and (SBE). To generate a filtered list of certified firms in EXCEL, enter your search parameters and click "EXCEL Results". To generate a list of ALL certified firms in EXCEL, leave the search parameters blank and click "EXCEL Results". Search Clear Search Form EXCEL Results Search Results C No•Data.matches.the_search_criteriia7 http://wsdot.wa.gov/Partners/OMWBE/DBEDirectory/ 4/24/2017 BID DEPOSIT CITY OF YAKIMA E. VIOLA AVE. (1-82) AND S. 22ND ST. WATER MAIN REPLACEMENT CITY OF YAKIMA PROJECT NO. AC2262 HLA PROJECT NO. 17031 Herewith find deposit in the form of a certified check or cashier's check in the amount of which amount is not less than five percent (5%) of our total bid for this project. Sign Here OR BID BOND KNOW ALL PERSONS BY THESE PRESENTS: That we Accelerated Construction & Excavating, LLC as Principal, and North American Specialty Insurance Company , as Surety, are held and firmly bound unto the CITY OF YAKIMA, as Obligee, in the penal sum of Five Percent of the Amount Bid - (5%) Dollars, for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for E. VIOLA AVE. (1-82) AND S. 22ND ST. WATER MAIN REPLACEMENT, City of Yakima Project No. AC2262, HLA Project No. 17031, according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make and enter into a Contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the call for bids, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the amount of this bond. SIGNED, SEALED, AND DATED THIS24th DAY OF April , 2017. Accelerated Construction & Excavating, LLC PrinGi l �-- o merican Speci Surety Diana R illiams, Attorney -in -Fact April 24 2017 O:IPROJECTS12017117031E1SPEC117031 SPEC.doOX 3-6 NAS SURETY GROUP NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under laws of the State of New 1-lampshire, and having its principal office in the City of Manchester, New Hampshire, and Washington International Insurance Company, a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Schaumburg, Illinois, each does hereby make, constitute and appoint. H KEITH McNALLY, ERIN L. REPP, WM DINNEEN, CHRIS LARSON, DIANA R. WILLIAMS, KATHY GURLEY and VIRGINIA L WEBER JOINTLY OR SEVERALLY Its true and lawful Attorney(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of FIFTY MILLION ($50,000,000 00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 9th of May, 2012 "RESOLVED, that any two of the Presidents, any Managing Director, any Senior Vice President, any Vice President, any Assistant Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached." 0111111111/1/0 2 GO 4TF...9 =c� SEAL ,Z 1973 W rNoismitiov- By Steven P Anderson, Senior Vice President of Washington International Insurance Company & Senior Vice President of North American Specialty Insurance Company Michael A. Into, Senior Vice President ofwashington International Insurance Company & Senior Vice President of North American Specialty Insurance Company IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington International Insurance Company have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this 18th day of August , 2016 State of Illinois County of Cook ss: North American Specialty Insurance Company Washington International Insurance Company On this 18th day of August , 20 16 , before me, a Notary Public personally appeared Steven P. Anderson , Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and Michael A. Ito , Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company, personally known to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. OFFICIAL SEAL M KENNY NOTARY PUBLIC, STATE OF ILLINOIS MY COMMISSION EXPIRES 12/04/2017 . \y t � M. Kenny, Notary Public I, Jeffrey Goldberg . the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington International Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company and Washington International Insurance Company, which is still in full force and effect. IN WITNESS WHEREOF, 1 have set my hand and affixed the seals of the Companies this 24th day of April , 20 17 Jeffrey Goldberg, Vice President & Assistant Secretary of Washington International Insurance Company & North American Specialty Insurance Company 14/24/2017 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 https://www.insurance.wa.gov/consum ertool kit/Com pany/Com panyProfi le.aspx?WAOIC=965 Consumer too s Agent and Company Lookup Orders Independent Review Decisions NORTH AMERICAN SPECIALTY INSURANCE COMPANY Licensing Appointments 1 Complaints 1 Orders 1 National Info Back to Search General information Name: NORTH AMERICAN SPECIALTY INSURANCE COMPANY Corporate family group: SWISS RE GRP Organization type: PROPERTY Doing Business As (DBA): Unavailable WAOIC: 965 NAIC: 29874 Status: ACTIVE Admitted date: 03/08/1985 Ownership type: STOCK back to top 0 Ratings 1 Tax Filings Contact information Registered address 650 ELM ST MANCHESTER, NH 03101- 2524 Telephone 603-644-6600 Types of coverage authorized to sell o Insurance types 1Casualty Disability Marine Ocean Marine ------- -------------------------------- --- Property Surety Vehicle ^ back to top Agents and agencies that represent this (Appointments) o View agents i View agencies back 0 top Company complaint history o View complaints, back to top Mailing address 5200 METCALF AVE OVERLAND PARK, KS 66202- 1265 Telephone 913-676-5200 company https://www.i nsurance.wa.gov/consum ertoolkit/Com pany/Com panyProfi le.aspx?WAOIC=965 1/2 4/24/2017 https://www.insurance.wa.gov/consum ertool kit/Com pany/Com panyProfi le.aspx?WAOIC=965 Orders issued since 2010 No orders are found back to top 0 Premium tax filings by tax year 0 2016 2015 2014 2013 2012 back to top ............... National information on insurance companies Want more information about this company? The NAIC's Consumer Information (CIS) page allows you to retrieve national financial and complaint information on insurance companies, plus has information and tips to help you understand current insurance issues. back to top Ratings by financial organizations The following organizations rate insurance companies on their financial strength and stability. Some of these companies charge for their services. 1A.M. Best Weiss Group Ratings Standard and Poor's Corp Moody's Investors Service Fitch IBCA, Duff and Phelps Ratings Disclaimer: Links to external or third -party websites are provided solely for visitors' convenience. Links you take to other sites are done so at your own risk and our office accepts no liability for any external linked sites or their content. Be aware that not all financial rating companies use the same rating processes. back to top https://www.i nsurance.wa.gov/consum ertool kit/Com pany/Com panyProfi Ie.aspx?WAOIC=965 2/2 14/24/2017 Surety Bonds - Certified Companies NJ, NM, NY, NC, ND, OH, OK, OR, PA, PR, RI, SC, SD, TN, TX, UT, VT, VA, WA, WV, WI, WY INCORPORATED IN Pennsylvania Nationwide Agribusiness Insurance Company (NAIC #28223) BUSINESS ADDRESS' ONE WEST NATIONWIDE BLVD , 1-04-701, COLUMBUS, OH 43215 - 2220 PHONE. (515) 508-3300 UNDERWRITING LIMITATION b/ $7,163,000 SURETY LICENSES c,f/ AL, AZ, AR, CA, CO, CT, DE, DC, FL, GA, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MT, NE, NV, NH, NJ, NM, NY, NC, ND, OH, OK, OR, PA, RI, SC, SD, TN, TX, UT, VT, VA, WA, WV, WI, WY INCORPORATED IN Iowa Nationwide Mutual Insurance Company (NAIC #23787) BUSINESS ADDRESS' ONE WEST NATIONWIDE BLVD., 1-04-701, COLUMBUS, OH 43215 - 2220 PHONE. (614) 249-7111 UNDERWRITING LIMITATION b/• $1,167,441,000 SURETY LICENSES c,f/ AL, AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MT, NE, NV, NH, NJ, NM, NY, NC, ND, OH, OK, OR, PA, RI, SC, SD, TN, TX, UT, VT, VA, VI, WA, WV, WI, WY INCORPORATED IN Ohio NAVIGATORS INSURANCE COMPANY (NAIC #42307) BUSINESS ADDRESS 400 Atlantic Street, 8th Floor, Stamford, CT 06901 PHONE. (203) 905-6090. UNDERWRITING LIMITATION b/: $95,027,000 SURETY LICENSES c,f/: AL, AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MT, NE, NV, NH, NJ, NM, NY, NC, ND, OH, OK, OR, PA, RI, SC, SD, TN, TX, UT, VT, VA, WA, WV, WI, WY INCORPORATED IN: New York. New Hampshire Insurance Company (NAIC #23841) BUSINESS ADDRESS 175 WATER STREET, 18TH FLOOR, NEW YORK, NY 10038 PHONE. (212) 770- 7000 UNDERWRITING LIMITATION b/ $7,959,000 SURETY LICENSES c,f/ AL, AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MT, NE, NV, NH, NJ, NM, NY, NC, ND, OH, OR, PA, PR, RI, SC, SD, TN, TX, UT, VT, VA, WA, WV, WI, WY INCORPORATED IN: Illinois. NGM Insurance Company (NAIC #14788 BUSINESS ADDRESS 55 WEST STREET, KEENE, NH 0343 PHONE. (904) 380-7282 UNDERWRITING LIMITATION b/ $98,604,000 SI�..RETY LICENSES c,f/ AL, AZ, ARCO, CT, D . • IL, IN, IA, , Y, LA, ! 1 MA, MI/MS, MO, MT, NE, NV, NH, NJ, NM, N' NC P, OH, OK, OR, PA, RI, E,SD, TN, TX, UT, VT, VA, W • , VW, WI, WY INCORPORATED IN Florida NORTH AMERICAN SPECIALTY INSURANCE COMPANY (NAIC #29874) BUSINESS ADDRESS. 650 ELM STREET, MANCHESTER, NH 03101 PHONE. (603) 644-6600 UNDERWRITING LIMITATION b/ $31,838,000 SURETY LICENSES c,f/. AL, AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MT, NE, NV, NH, NJ, NM, NY, NC, ND, OH, OK, OR, PA, PR, RI, SC, SD, TN, TX, UT, VT, VA, WA, WV, WI, WY INCORPORATED IN: New Hampshire NOVA Casualty Comp (NAIC #42552) SBU I SS ADDRESS: 5 W7 VERSIDE CROSSING, SUITE 201, NDSOR, CT 06095 PHONE. (860) 6&3-- 4250 UNDERWRITING LIMITATION b/• $9,176,000 SURETY LICENSES -c;/ -AL,, AK, AZ, AR, CT, DE, DC, FL, GA, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MT, NETNV,-NF(, NJ, NM, NY, NC, ND, OH, OK, OR, PA, RI, SC, SD, TN, TX, UT, VT, VA, WA, WI, WY INCORPORATED IN New York. t Back To Too 0 Ohio Casualty Insurance Company (The) (NAIC #24074) BUSINESS ADDRESS' 175 Berkeley Street, Boston, MA 02116 PHONE. (617) 357-9500 UNDERWRITING LIMITATION b/ $153,699,000 SURETY LICENSES c,f/: AL, AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MT, NE, NV, NH, NJ, NM, NY, NC, ND, OH, OK, OR, PA, RI, SC, SD, TN, TX, UT, VT, VA, WA, WV, WI, WY. INCORPORATED IN: New Hampshire Ohio Farmers Insurance Company (NAIC #24104) BUSINESS ADDRESS. P 0 Box 5001 , Westfield Center , OH 44251 - 5001 PHONE. (330) 887-0101 UNDERWRITING LIMITATION b/: $199,714,000 SURETY LICENSES c,f/: AL, AZ, AR, CO, DE, FL, GA, IL, IN, IA, KY, LA, MD, MA, MI, MN, MS, MO, MT, NE, NV, NJ, NM, NY, NC, ND, OH, OK, PA, RI, SC, SD, TN, TX, UT, VA, WA, WV, WI, WY INCORPORATED IN Ohio Ohio Indemnity Company (NAIC #26565) BUSINESS ADDRESS 250 East Broad Street, 7th Floor, Columbus, OH 43215 - 0000 PHONE. (614) 228- 2800 UNDERWRITING LIMITATION b/ $4,549,000 SURETY LICENSES c,f/ AL, AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MI, MN, MS, MO, MT, NE, NV, NH, NJ, NM, NY, NC, ND, OH, OK, OR, PA, RI, SC, SD, TN, TX, UT, VT, VA, WA, WV, WI, WY INCORPORATED IN: Ohio Ohio Security Insurance Company (NAIC #24082) BUSINESS ADDRESS. 175 Berkeley Street, Boston, MA 02116. PHONE. (617) 357-9500 UNDERWRITING LIMITATION b/. $1,547,000 SURETY LICENSES c,f/ AL, AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MT, NE, NV, NH, NJ, NM, NY, NC, ND, OH, OK, OR, PA, RI, SC, SD, TN, TX, UT, VT, VA, WA, WV, WI, WY INCORPORATED IN New Hampshire Oklahoma Surety Company (NAIC #23426) BUSINESS ADDRESS PO Box 1409, Tulsa, OK 74101 PHONE. (918) 587-7221 UNDERWRITING LIMITATION b/ $1,550,000 SURETY LICENSES c,f/: AR, KS, OH, OK, TX. INCORPORATED I' Translate) https://www.fiscal.treasury.gov/fsreports/ref/suretyBnd/c570_a-z.htm 15/23 NON -COLLUSION AFFIDAVIT CITY OF YAKIMA E VIOLA AVE. (1-82) AND S. 22ND ST WATER MAIN REPLACEMENT CITY OF YAKIMA PROJECT NO AC2262 HLA PROJECT NO 17031 dako STATE OF ) ) ss NON -COLLUSION AFFIDAVIT COUNTY OF Ko O \'2"...ext ) ark W111vv s , being first duly sworn, on oath says that the bid above submitted is a genuine and not a sham or collusive bid, or made in the interest or on behalf of any person not therein named, and the said bidder further says that the said bidder has not directly or indirectly induced or solicited any bidder on the above work or supplies to put in a sham bid, or any other person or corporation to refrain from bidding; and that said bidder has not in any manner sought by collusion to secure to themselves an advantage over any other bidder or bidders. Signed and sworn to (or affirmed) vv i n vv s before me on -A p t t ` , 2017, by ,LVILe2L, Not ry My Appointment ent Expires 9/g/.9-0/"/ G:\PROJECTS12017\17031E\SPEC\17031 SPEC.docx 3-7 CITY OF YAKIMA NONDISCRIMINATION PROVISION During the performance of this Contract, the contractor agrees as follow. The Contractor shall not discriminate in violation of any applicable federal, state and/or local law or regulation on the basis of race, color, sex, religion, national origin, creed, age, marital status, disability, honorably discharged veteran or military status, pregnancy, sexual orientation, political affiliation, or the presence of any sensory, mental or physical handicap, and any other classification protected under federal, state, or local law. This provision shall include but not be limited to the following: employment, upgrading, demotion, transfer, recruitment, advertising, layoff or termination, rates of pay or other forms of compensation, selection for training, and the provision of services under this Agreement. The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, or national origin. The Contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the agency contracting officer, advising the labor union or workers' representative of the Contractor's commitments under Section 202 of Executive Order No. 11246 of August 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. The Contractor will comply with all provisions of Executive Order No 11246 of August 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor The Contractor will furnish all information and reports required by Executive Order No 11246 of August 24, 1965, and by the rules regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders In the event of the Contractor's noncompliance with the nondiscrimination clauses of this Contract or with any such rules, regulation, or orders, this Contract may be canceled, terminated, or suspended in whole or in part and the Contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order No. 11246 of August 24, 1965, and such other sanctions may be imposed and remedies involved as provided in Executive Order No. 11246 of August 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. The Contractor will include the provisions of Paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to Section 204 of Executive Order No. 11246 of August 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect to any subcontract or purchase order as the contracting agency may direct as a means of enforcing such provisions including sanctions for noncompliance; provided, however, that in the event the Contractor becomes involved in, or is threatened with litigation with a subcontractor or vendor as a result of such direction by the contracting agency, the Contractor may request the United States to enter into such litigation to protect the interests of the United States. G:\PROJECTS\2017\17031E\SPEC\17031 SPEC.docx 3-8 CITY OF YAKIMA WOMEN AND MINORITY BUSINESS ENTERPRISE POLICY It is the policy of the City of Yakima that women and minority business enterprises shall have the maximum opportunity to participate in the performance of work relating to the City's activities To this end, the City is committed to take all necessary and reasonable steps in accordance with state and federal rules and regulations to ensure women and minority business enterprises the maximum opportunity to compete for and to perform contracts In order to enhance opportunities for women and minority businesses to participate in certain contractor opportunities with the City of Yakima, and as a recipient of federal and state financial assistance, the City is committed to a women and minority business enterprise utilization program. The City is determined to maximize women and minority business opportunities through participation in the competitive bidding process through women and minority business enterprise affirmative action programs administratively established by the City Manager and monitored and implemented in accordance with state and federal rules and regulations. All women and minority business enterprise programs shall include specific goals for participation of women and minority businesses in City projects of at least ten percent (10%) of the total dollar value of City contract over $10,000. Goals shall be reviewed and updated annually by the City Manager for applicability and to ensure that the intent of this policy is accomplished. This statement of policy will be widely disseminated to all managers, supervisors, minorities, and women employed by the City of Yakima as well as to contractors, vendors, suppliers, minorities, and women who may seek the City's procurement and construction contracts related to the women and minority business enterprise programs. Contractors associations will be made aware of construction projects affected by this policy through all available avenues to assure that plans/specifications, bid forms, and invitations to bid are as widely distributed as possible G:\PROJECTS12017\17031E\SPEC117031 SPEC.docx 3-9 R OLUTION No. D - 4 816- A RESOLUTION' adapting a "Women And Minority Business Enterprise Policy" for the City of Yakima. WHEREAS, the City of Yakima is the recipient of federal and state assistance which assistance ca ries with it the obli- gation of contracting with Women And Minority Business Enter- prises far the performance o -f public works, and WHEREAS, it is the intention of the City of Yakima that Women And Minority Business Enterprises shall have the maximum practicable opportunity to participate is the performance of such public works, and W____ S, the City of Yakima is determined to maize Women And M4-10nity Business Ent -prise opportunitias for parti- cipation in its competitive bidding process through the adoption of the "Warren And Minority Business Enterprise Palicp" statement attached herein, now, therefore, BE IT RESOLVED Hi TEE CITY COUNCIL OF TE CITY OF YARiMA- The City Council hereby adopts the "Women And Minority Business Enterprise Policy", a copy of which is attached hereto and by reference made a part hereof. ADOPTED BY THE CITY COUNCIL this .$ 4 day of 1983. ATTEST: - y -Cx`'y c e4 CITY OF YAKIMA AFFIRMATIVE ACTION PLAN The bidders, contractors and subcontractors will not be eligible for award of a contract under this Advertisement for Bids unless it certifies as prescribed, that it adopts the minimum goals and timetable of minority and women workforce utilization and specific affirmative action steps as set forth by the City of Yakima This is directed at increasing minority and women workforce utilization by means of applying good faith efforts to carrying out such steps. However, no contractor or subcontractor shall be found to be in noncompliance solely on account of its failure to meet its goals within its timetables, but such contractor shall be given the opportunity to demonstrate that it has instituted all of the specific affirmative action steps specified by the City of Yakima, and has made every good faith effort to make these steps work toward the attainment of its goals, all to the purpose of expanding minority and women workforce utilization on all of its projects in the City of Yakima, Washington. In all cases, the compliance of a bidder, contractor or subcontractor will be determined in accordance with its respective obligations under the terms of these Bid Conditions. All bidders and all contractors and subcontractors performing or to perform work on projects subject to these Bid Conditions hereby agree to inform their subcontractors of their respective obligations under the terms and requirements of these Bid Conditions, including the provisions relating to goals of minority and women employment and training. Specific Affirmative Action Steps Bidders, contractors and subcontractors subject to this contract must engage in affirmative action directed at increasing minority and women workforce utilization, which is at least as extensive and as specific as the following steps: a. The contractor shall notify community organizations that the contractor has employment opportunities available and shall maintain records of the organizations' response. b The contractor shall maintain a file of the names and addresses of each minority and women worker referred to him and what action was taken with respect to each such referred worker, and if the worker was not employed, the reasons therefore. If such worker was not sent to the union hiring hall for referral or if such worker was not employed by the contractor, the contractor's file shall document this and the reasons therefore c. The contractor shall promptly notify the Engineer when the union or unions with whom the contractor has collective bargaining agreement has not referred to the contractor a minority or woman worker sent by the contractor or the contractor has other information that the union referral process has impeded him in his efforts to meet his goal. d. The contractor shall participate in training programs in the area, especially those funded by the Department of Labor e. The contractor shall disseminate his EEO policy within his own organization by including it in any policy manual; by publicizing it in company newspapers, annual reports, etc , by conducting staff, employee and union representatives' meetings to explain and discuss the policy; by posting of the policy; and by specific review of the policy with minority employees. f. The contractor shall disseminate his EEO policy externally by informing and discussing it with all recruitment sources; by advertising in news media, specifically including minority news media, and by notifying and discussing it with all subcontractors and suppliers. 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. g. h. The contractor shall make specific efforts to encourage present minority employees to recruit their friends and relatives. G:\PROJECTS\2017117031E\SPEC117031 SPEC.docx 3-11 i. The contractor shall validate all man specifications; selection requirements, tests, etc. j. The contractor shall make every effort to promote after school, summer and vacation employment to minority youth. k. The contractor shall develop on-the-job training opportunities and participate and assist in any association or employer group training programs relevant to the contractor's employee needs consistent with its obligations under this bid I. The contractor shall continually inventory and evaluate all minority and women personnel for promotion opportunities and encourage minority and women employees to seek such opportunities. m. The contractor shall make sure that seniority practices, job classifications, etc., do not have a discriminatory effect. n. The contractor shall make certain that all facilities and company activities are non -segregated. o The contractor shall continually monitor all personnel activities to ensure that his EEO policy is being carried out. p The contractor shall solicit bids for subcontracts from available minority and women subcontractors, engaged in the trades covered by these Bid Conditions, including circulation of minority and women contractor associations q Non-cooperation• In the event the union is unable to provide the contractor with a reasonable flow of minority and women referrals within the time limit set forth in the collective bargaining agreements, the contractor shall, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex or national origin, making full efforts to obtain qualified and/or qualifiable minorities and women. (The U S. Department of Labor has held that it shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority or women employees ) In the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246 and 23 CFR Part 230 as amended, and the Standard Specifications, such contractor shall immediately notify the Engineer G:\PROJECTS\2017\17031 E\SPEC117031 SPEC.docx 3-12 CITY OF YAKIMA BIDDER'S CERTIFICATION A bidder will not be eligible for award of a contract under this invitation for bids unless such bidder has submitted as a part of its bid the following certification, which will be deemed a part of the resulting contract: ACC-6 )er.A 1 -ed bn .517-J c+i O N 4 E/f_cty A -1•1' ✓ certifies that: (BIDDER) —j 1. It intends to use the following listed construction trades in the work under the contract: FJ4 e i e4 ms Aq6o- ,L 4--1,///2,24"4-11 c'pe.-AlePS and; As to those trades for which it is required by these Bid Conditions to comply with these Bid Conditions, it adopts the minimum minority and women workforce utilization goals and the specific affirmative action steps for all construction work (both federal and non-federal) in the Yakima, Washington area subject to these Bid Conditions, those trades being* -ref rn5�<�S 5 4Qedo,z 5 and, 2. It will obtain from each of its subcontractors and submit to the contracting or administering agency prior to the award of any subcontract under this Contract the Subcontractor Certification required by these Bid Conditions (Signature of Authorized Representative of Bidder) G:\PROJECTS\2017\17031E\SPEC\17031 SPEC.docx 3-13 Materiality and Responsiveness This certification required to be made by the bidder pursuant to these Bid Conditions is material, and will govern the bidder's performance on the project and will be made a part of this bid. Failure to submit the certification will render the bid non-responsive. Compliance and Enforcement Contractors are responsible for informing their subcontractor (regardless of tier) as to their respective obligations under the conditions of the contract here (as applicable). Bidders, contractors and subcontractors hereby agree to refrain from entering into any contract or contract modification subject to Executive Order 11246, as amended on August 24, 1965, with a contractor debarred from, or who is determined not to be a responsible bidder for government contracts and federally assisted construction contracts pursuant to Executive Order. The bidder, contractor or subcontractor shall carry out such sanctions and penalties for violation of the equal opportunity clause including suspension, termination and cancellation of existing subcontracts as may be imposed or ordered by the administering agency, the contracting agency or the Office of Federal Contract Compliance pursuant to the Executive Order. Any bidder, contractor or subcontractor who shall fail to carry out such sanctions and penalties shall be deemed to be in non-compliance with these Bid Conditions and Executive Order 11246, as amended Nothing herein is intended to relieve any contractor or subcontractor during the term of its contract on this project from compliance with Executive Order 11246, as amended, and the Equal Opportunity Clause of its contract. Violation of any substantial requirement in the affirmative action plan by a contractor or subcontractor covered by these Bid Conditions, including the failure of such contractor or subcontractor to make a good faith effort to meet its fair share of the trade's goals of minority and women workforce utilization, shall be grounds for imposition of the sanctions and penalties provided at Section 209(a) of Executive Order 11246, as amended Each agency shall review its contractors' and subcontractors' employment practices during the performance of the contract. If the agency determines that the affirmative action plan no longer represents effective affirmative action, it shall so notify the Office of Federal Contract Compliance which shall be solely responsible for any final determination of that question and the consequences thereof In regard to these conditions, if the contractor or subcontractor meets it goals, or if the contractor or subcontractor can demonstrate that it has made every good faith effort to meet those goals, the contractor or the subcontractor shall be presumed to be in compliance with the Executive Order 11246, as amended, the implementing regulations and its obligations under these Bid Conditions and no formal sanctions or proceedings leading toward sanctions shall be instituted unless the agency otherwise determines that the contractor or subcontractor is not providing equal employment opportunities. In judging whether a contractor or subcontractor has met its goals, the agency will consider each contractor's or subcontractor's minority and women workforce utilization and will not take into consideration the minority and women workforce utilization of its subcontractors. Where the agency finds that the contractor or subcontractor has failed to comply with the requirement of Executive Order 11246, as amended, the implementing regulations and its obligations under these Bid Conditions, the agency shall take such action and impose such sanctions as may be appropriate under Executive Order and the regulations. When the agency proceeds with such formal action, it has the burden of proving that the contractor has not met the requirements of these Bid Conditions, but the contractor's failure to meet its goals shall shift to it the requirement to come forward with evidence to show that it has met the "good faith" requirements of these Bid Conditions by instituting at least the Specific Affirmative Action steps listed above and by making every good faith effort to make those steps work toward the attainment of its goals within its timetables. The pendency of such formal proceeding shall be taken into consideration by Federal agencies in determining whether such contractor or subcontractor can comply with the requirements of Executive Order 11246, as amended, and is therefore a "responsible prospective contractor" within the meaning of the Federal Procurement Regulations. G:\PROJECTS\2017\17031E\SPEC\17031 SPEC.docx 3-14 It shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority and women employees The procedures set forth in these conditions shall not apply to any contract when the head of the contracting or administering agency determines that such contract is essential to the national security and that its award without following such procedures is necessary to the national security. Upon making such a determination, the agency head will notify, in writing, the Director of the Office of Federal Contractor Compliance within thirty (30) days. Requests for exemptions from these Bid Conditions must be made in writing, with justification, to• Director Office of Federal Contractor Compliance U S Department of Labor Washington, D C 20210 And shall be forwarded through and with the endorsement of the agency head. Contractors and subcontractors must keep such records and file such reports relating to the provisions of these Bid Conditions as shall be required by the contracting or administering agency or the Office of Federal Contractor Compliance. G:\PROJECTS\2017\17031E\SPEC\17031 SPEC.docx 3-15 lianceywith Immigration and Natura The City of Yakima supports the Federal Immigration, Reform and Control Act of 1986, as amended. The City requires that all contractors or business entities that contract with the City for the award of any City contract for public works in excess of Five Thousand Dollars ($5,000), or any other city contract in excess of Two Thousand Five Hundred Dollars ($2,500), enroll in the E -Verify program or its successor, and thereafter to verify its employees' proof of citizenship and authorization to work in the United States. E -Verify will be used for newly hired employees during the term of the contract ONLY: it is NOT to be used for existing employees. The Contractor must remain enrolled in the program for the duration of the contract and be responsible for verification of every applicable subcontractor. The contractor shall sign and return with their bid response the E -Verify Declaration below. Failure to do so may be cause for rejection of bid. E -VERIFY COMPLIANCE DECLARATION The undersigned declares, under penalty of perjury under the laws of Washington State that: 1. By submitting this Declaration, I certify that I do not and will not, during the performance of this contract, employ illegal alien workers, or otherwise violate the provisions of the Federal Immigration Reform and Control Act of 1986. 2. I agree to enroll in E -Verify prior to the start date of any contract issued by the City of Yakima to ensure that my workforce is legal to work in the United States of America. I agree to use E -Verify for all newly hired employees during the length of the contract. 3. I certify that I am duly authorized to sign this declaration on behalf of my company. 4. I acknowledge that the City of Yakima reserves the right to require evidence of enrollment of the E -Verify program at any time and that non-compliance could lead to suspension of this contract. Firm Name.,CLeler4kcl Leo A- e�i':NI �% EXLgv '� � L 1' Dated this 66 day of 4P r j , 20 17 . Signature: (1 Printed Name: /'%16 / /C V ,) t W 5 Address: P.O. 13 X zeal PIawinter , /c/a O 83g.5j Phone #: d p3 —1'f —! % 7 (p Email Address: RCC 3'3 tried h 01 Homeland Security's Web Address is: http://www.dhs.gov/e-verify Completed declarations can be mailed to: City of Yakima Purchasing, 129 No. 2nd Street, Yakima, WA 98901, faxed to 509-576-6394 or scanned and emailed to sownby@ci.yakima.wa.us SURETY CITY OF YAKIMA E. VIOLA AVE. (I.82) AND S. 22ND $T. WATER MAIN REPLACEMENT CITY OF YAKIMA PROJECT NO, AC2262 HLA PROJECT NO. 17031 If the Bidder is awarded a construction Contract on this bid, the Surety who,provides the Contract Bond will be North American Specialty Insurance Company whose address is: 1420 Fifth Avenue, Suite 2200 Seattle WA 98101 Street City State ZIP \ PROJECTS:201 Tk1103 I EISPE 11031 SPE C.datit 3-17 SUBCONTRACTOR LIST CITY OF YAKIMA E. VIOLA AVE. AND S. 22ND ST WATER MAIN REPLACEMENT CITY OF YAKIMA PROJECT NO AC2262 HLA PROJECT NO. 17031 To be Submitted with the Bid Proposal 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 ,P\JQ WE Categories of Work Subcontractor Name Categories of Work Subcontractor Name Categories of Work Subcontractor Name Categories of Work Subcontractor Name Categories of Work G:\PROJECTS\2017\17031E\SPEC\17031 SPEC.docx 3-18 LIST OF REFERENCES CITY OF YAKIMA E. VIOLA AVE: (1-82) AND S. 22ND ST, WATER MAIN REPLACEMENT CITY OF YAKIMA PROJECT NO. AC2262 HLA PROJECT NO. 17031 List all projects of a similar nature completed by the BIDDER during the previous five (5) years. Similar projects are considered to be those projects with a contract amount of not, less than 50 percent of the amount bid on this project with thi3lype of construction, materials, and methods,necessary for 'completion of this project. Provide name of contact person and phone number. Failure to complete this List of References may be cause for rejection of the BID. Previous Similar Proiects City of Medical Lake SR 902 Sidewalk/Drainage Coeur d'Alene Tribe Mocteleme Road Reconstruction City of Rathdrum Downtown Revitalization City of Walla Walla Frankland IRRP City of Tensed Water System Improvements Idaho Transportation Department Trenchless Culvert Installation City of Walla Walla 2014 Sewer CIP Project Contact Person Phone t4umber Tom Haggarty, P.E. E & H Engineering East Shoshone County Water District „atermairilifaarament • • .1; r ' " A Jim Kackman, Public Coeur d'Alene'TriPe 509-744-0245 arks Director 208-686-2066 Steve Cordes, P E. Welch Comer Engineers 208-664-9382 Michael Laughery, P.E City En ne r 5 24-4615, Steve Cordes, P.E. Welch Comer Engineers Shad Flores, P.E. Idaho Transportation Dept, Miketaughery, P.E. City Engineer Jim Tucker, P.E. V___Liejc„,k,ComeLgngingets____ Idaho Transportation Department Dustin Lenz, P.E, 5 It 3 & S,1-1 5 Watermain Replacement Idaho Transp.Ortatio.n Dept. /1kPROJECTSi2017117031EISPtC1 17011 SPEC.docx , 3-1§ 208-664-9382 208-772-1245 509-524.4515 208-691-1351 208-699-2690 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 BIDDER'S RESPONSIBILITY STATEMENT CITY OF YAKIMA E. VIOLA AVE. (1-82) AND S. 22ND ST WATER MAIN REPLACEMENT CITY OF YAKIMA PROJECT NO. AC2262 HLA PROJECT NO 17031 A Bidder will be deemed not responsible if the Bidder does not meet the mandatory bidder responsibility criteria in RCW 39 04 350(1), as amended, or does not meet the following Supplemental Criteria. 1. Delinquent State Taxes A. Criterion The Bidder shall not owe delinquent taxes to the Washington State Department of Revenue without a payment plan approved by the Department of Revenue. B. Documentation The Bidder shall not be listed on the Washington State Department of Revenue's "Delinquent Taxpayer List" website http.//dor wa.gov/content/fileandpaytaxes/latefiling/dtlwest.aspx, or if they are so listed, they must submit a written payment plan approved by the Department of Revenue, to the Contracting Agency by the deadline listed below 2 Federal Debarment A. Criterion. The Bidder shall not currently be debarred or suspended by the Federal government. B Documentation The Bidder shall not be listed as having an "active exclusion" on the U S government's "System for Award Management" database (www sam gov) 3 Subcontractor Responsibility A. Criterion The Bidder's standard subcontract form shall include the subcontractor responsibility language required by RCW 39.06.020, and the Bidder shall have an established procedure which it utilizes to validate the responsibility of each of its subcontractors. The Bidder's subcontract form shall also include a requirement that each of its subcontractors shall have and document a similar procedure to determine whether the sub -tier subcontractors with whom it contracts are also "responsible" subcontractors as defined by RCW 39 06 020 B Documentation The Bidder, if and when required as detailed below, shall submit a copy of its standard subcontract form for review by the Contracting Agency, and a written description of its procedure for validating the responsibility of subcontractors with which it contracts. 4 Prevailing Wages A. Criterion: The Bidder shall not have a record of prevailing wage violations as determined by the Washington State Department of Labor & Industries in the five years prior to the bid submittal date that demonstrates a pattern of failing to pay workers prevailing wages, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting' Agency. B Documentation. The Bidder, if and when required as detailed below, shall submit a list of all prevailing wage violations in the five years prior to the bid submittal date, along with an explanation of each violation and how it was resolved The Contracting Agency will evaluate these explanations and the resolution of each complaint to determine whether the violation demonstrate a pattern of failing to pay its workers prevailing wages as required G:\PROJECTS\2017\17031E\SPEC\17031 SPEC.docx 3-20 5. Claims Against Retainaqe and Bonds A. Criterion The Bidder shall not have a record of excessive claims filed against the retainage or payment bonds for public works projects in the three years prior to the bid submittal date, that demonstrate a lack of effective management by the Bidder of making timely and appropriate payments to its subcontractors, suppliers, and workers, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency. B Documentation: The Bidder, if and when required as detailed below, shall submit a list of the public works projects completed in the three years prior to the bid submittal date that have had claims against retainage and bonds and include for each project the following information. • Name of project; • The owner and contact information for the owner; • A list of claims filed against the retainage and/or payment bond for any of the projects listed; and • A written explanation of the circumstances surrounding each claim and the ultimate resolution of the claim 6 Public Bidding Crime A. Criterion The Bidder and/or its owners shall not have been convicted of a crime involving bidding on a public works contract in the five years prior to the bid submittal date B Documentation The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that the Bidder and/or its owners have not been convicted of a crime involving bidding on a public works contract. 7 Termination for Cause / Termination for Default A. Criterion The Bidder shall not have had any public works contract terminated for cause or terminated for default by a government agency in the five years prior to the bid submittal date, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency. B. Documentation The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that the Bidder has not had any public works contract terminated for cause or terminated for default by a government agency in the five years prior to the bid submittal date, or if Bidder was terminated, describe the circumstances. 8 Lawsuits A. Criterion. The Bidder shall not have lawsuits with judgments entered against the Bidder in the five years prior to the bid submittal date that demonstrate a pattern of failing to meet the terms of contracts, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency B Documentation The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that the Bidder has not had any lawsuits with judgments entered against the Bidder in the five years prior to the bid submittal date that demonstrate a pattern of failing to meet the terms of contracts, or shall submit a list of all lawsuits with judgments entered against the Bidder in the five years prior to the bid submittal date, along with a written explanation of the circumstances surrounding each such lawsuit. The Contracting Agency shall evaluate these explanations to determine whether the lawsuits demonstrate a pattern of failing to meet of terms of construction related contracts G:\PROJECTS\2017\17031E\SPEC\17031 SPEC.docx 3-21 The Bidder shall sign this Bidder's Responsibility Statement as evidence that the Bidder meets the mandatory and supplemental responsibility criteria stated above, and shall submit with bid. The Contracting Agency reserves the right to request further documentation as needed to assess Bidder responsibility. The Contracting Agency also reserves the right to obtain information from third -parties and independent sources of information concerning a Bidder's compliance with the mandatory and supplemental criteria, and to use that information in their evaluation. The Contracting Agency may (but is not required to) consider mitigating factors in determining whether the Bidder complies with the requirements of the supplemental criteria. The basis for evaluation of Bidder compliance with these mandatory and supplemental criteria shall include any documents or facts obtained by Contracting Agency (whether from the Bidder or third parties) including but not limited to (i) financial, historical, or operational data from the Bidder; (ii) information obtained directly by the Contracting Agency from others for whom the Bidder has worked, or other public agencies or private enterprises; and (iii) any additional information obtained by the Contracting Agency which is believed to be relevant to the matter If the Contracting Agency determines the Bidder does not meet the bidder responsibility criteria above and is therefore not a responsible Bidder, the Contracting Agency shall notify the Bidder in writing, with the reasons for its determination If the Bidder disagrees with this determination, it may appeal the determination within two (2) business days of the Contracting Agency's determination by presenting its appeal and any additional information to the Contracting Agency. The Contracting Agency will consider the appeal and any additional information before issuing its final determination If the final determination affirms that the Bidder is not responsible, the Contracting Agency will not execute a contract with any other Bidder until at least two business days after the Bidder determined to be not responsible has received the Contracting Agency's final determination Request to Change Supplemental Bidder Responsibility Criteria Prior To Bid Bidders with concerns about the relevancy or restrictiveness of the Supplemental Bidder Responsibility Criteria may make or submit requests to the Contracting Agency to modify the criteria. Such requests shall be in writing, describe the nature of the concerns, and propose specific modifications to the criteria Bidders shall submit such requests to the Contracting Agency no later than five (5) business days prior to the bid submittal deadline and address the request to the Project Engineer or such other person designated by the Contracting Agency in the Bid Documents. By signing below, Bidder certifies they meet the mandatory bidder responsibility criteria in RCW 39 04.350(1), as amended, and meet the supplemental criteria listed above (Authorized Officia ature) G:\ PROJECTS \2017\17031E\SPEC \17031 SPEC.docx 3-22 SECTION 4 - CONTRACT AND RELATED MATERIALS G:\PROJECTS\2017\17031E\SPEC\17031 SPEC.docx 4-1 CONTRACT• \� THIS AGREEMENT, made and entered in triplicate, this ) d day oA"---,-2-01 7, by and between the City of Yakima, hereinafter called the Owner, and gee/gra/eat6 iAk -► fYlcr i�j !1G 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 $ 2.4 355,24-, for E. VIOLA AVE. (1-82) AND S. 22ND ST. WATER MAIN REPLACEMENT, City of Yakima Project No. AC2262, all in accordance with, and as described in the attached plans and specifications and the 2016 Standard Specifications for Road, Bridge, and Municipal Construction which are by this reference incorporated herein and made a part hereof, and shall perform any alterations in or additions to the work provided under this contract and every part thereof. Work shall start within ten (10) days after the Notice to Proceed and shall be completed in twenty-five (25) working days. If work has not commenced within the ten (10) days after the notice to proceed, the first chargeable working day shall be the eleventh (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 day said work remains uncompleted after expiration of the specified time, as liquidated -damages The Contractors shall provide and bear the expense of all equipment; work and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in this contract and every part thereof, except such as are mentioned in the specifications to be furnished by the City of Yakima II. The City of Yakima hereby promises and agrees with the Contractor to employ, and does employ the Contractor to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the attached plans and specifications and the terms and conditions herein contained and hereby contracts to pay for the same according to the attached specifications and the schedule of unit or itemized prices hereto attached, at the time and in the manner and upon the conditions provided for in this contract. III. INDEMNIFICATION The Contractor shall defend, indemnify, and hold harmless the City, its officers, elected officials, employees and agents from and against all claims, causes of action, damages, losses, and expenses of any kind or nature whatsoever, including but not limited to, attorney's fees and court costs, arising out of, relating to, or resulting from The Contractor's performance or non-performance of the services, duties and obligations required of it under this Agreement. IV The Contractor for himself, and for his heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all the covenants herein contained upon the part of the Contractor. V It is further provided that no liability shall attach to the City of Yakima by reason of entering into this contract, except as expressly provided herein. IN WITNESS, WHEREOF the parties hereto have caused this agreement to be executed the day and year first herein above written Countersigned: CIITY�yO�F YAKIMA this 19 --day of p D2)( 20 1 1 Afc6ekEr.4.-1-Pe( [''04-0-- 1 t=X(. ,a $ Corporation U ontractor CONTRACTOR t Manager Attest 1A City ejArk 7 A ,' • i� Cm CONTRACT NO: 10(1-0511,, 0(4 - 0 S� ,` NV -4 RESOLUTION NO:1-'7O°g"�33' G:\PROJECTS\2017\17031 E\SPEC\17031 SPEC docx Bv• /71q k W, iI o^ -L5 s. (Print Name) ing fvicm b Pl ddress: !fid r side t, Owner, etc.) c -X C -e .2 7 p/vim ei' f3 6 73- 4-2 CERTIFICATIONS C l T Y OF Y A K M A E VIOLA AVE, (1-821 AND S 22ND ST WATER MAIN REPLACEMENT tom; T Y OF YAKIMA PROJECT NO A(; 2262 HLA PROJECT NO 17031 Provide the following or 1 I 's Name o, Traffic Control Manager (T ;M) (Must be an employee p,f the Contractor) i>,\ 1 v7—try1/4.:i Name of Certified Traffic. Control Supervisor (TCS) ',Provide copy of certificate; Narne of Mandatory Alternate Certified Traffic Control Supervisor (TCS) C"rovtde co of certificate) Ager- ? Coosul-fir 4 Norrie of Certified ;"estin`, Laboratory for—Material testing Bond No. 2219639 CONTRACT BOND CITY OF YAKIMA E. VIOLA AVE. (I-82) AND S. 22ND ST. WATER MAIN REPLACEMENT CITY OF YAKIMA PROJECT NO. AC2262 HLA PROJECT NO. 17031 BONDTOCITYOFYAKIMA KNOW ALL PERSONS BY THESE PRESENTS: That we, the undersigned, Accelerated Construction & Excavating, LLC as principal, and North American Specialty Insurance Company a corporation organized and existing under the laws of the State of New Hampshire , 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 head and firmly bound to the City of Yakima in the penal sum of $ 245,353.24 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 and the Ordinances of the City of Yakima. Dated at Spokane , Washington, this 1st day of May , 2017. Nevertheless, the conditions of the above obligation are such that; WHEREAS, under and pursuant to action of the City of Yakima, on , 2017, the City Manager of said City of Yakima, has > let or is about" to let to the said Accelerated Construction & Excavating, LLC , the above bounden Principal, a certain Contract, the said Contract being numbered HLA Project No. 17031, and providing for the construction of E. VIOLA AVE, (l-$2) AND S. 22ND ST. WATER MAIN REPLACEMEfJT which Contract is referred to herein and is made a part hereof as though attached hereto, and WHEREAS, the said Principal has accepted, or Is about to accept, the said Contract, and undertake to perform the work therein provided for in the manner and within the time set forth; NOW, THEREFORE, if the said Accelerated Construction & Excavating, LLC shall faithfully perform all the provisions of said Contract in the manner and within the time therein set forth, or within such extensions of time as may be granted under said Contract, and shall pay all laborers, mechanics, sub- contractors and material rnen and all industrial Insurance premiums, and all persons who shall supply said princi- pal or subcontractors with provisions and supplies for the carrying on of said work, and shall Indemnify and hold the City of Yakima harmless from any damage or expense by reason of failure of performance as specified in said Contract or from defects appearing or developing in the material or workmanship provided or performed under said Contract within a period of one year after its acceptance thereof by the City of Yakima, then and in that event this obligation shall be void; but otherwise it shall be and remain In full force and effect. GaPROJECTS12017117031EISPEC417031 SPEC.doox 4-4 Bond No. 2219639 CITY OF YAKIMA E. VIOLA AVE. (1-82) AND S. 22ND ST. WATER MAIN REPLACEMENT CITY OF YAKIMA PROJECT NO. AC2262 I -f LA PROJECT NO. 17031 North AmericanSpecialty Insurance Company (SEAL) StrRE'TYr, By: L atrAv Name: Diana R. Williams, Attorney -in -Fact (Please Print or Type) Agent: BK -JET Group, LLC Address: 999 W. Riverside Avenue, Suite 510 Spokane, WA 99201 ATTEST: Name: Chris Larson, CONTRACTOR: Accelerat Constructio 8 xcavating, LLC By: Name: /lark IN LI m (Pease Print or Type) Approved as to Form: City G:IPROJECTS42017117031EISPEC}17031 SPEC.docx 4-5 (Please Print or Type) NAS SURETY GROUP NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under laws of the State of New Hampshire, and having its principal office in the City of Manchester, New Hampshire, and Washington International Insurance Company, a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Schaumburg, Illinois, each does hereby make, constitute and appoint: H. KEITH McNALLY, ERIN L. REPP, WM DINNEEN, CHRIS LARSON, DIANA R. WILLIAMS, KATHY GURLEY and VIRGINIA L. WEBER JOINTLY OR SEVERALLY Its true and lawful Attorney(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: FIFTY MILLION ($50,000,000.00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 9th of May, 2012. "RESOLVED, that any two of the Presidents, any Managing Director, any Senior Vice President, any Vice President, any Assistant Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached." Steveny StP Anderson, Senior Vice President of Washington International Insurance Company & Senior Vice President of North American Specialty Insurance Company Michael A. IItto, Senior Vice President of Washington International Insurance Company & Senior Vice President of North American Specialty Insurance Company IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington International Insurance Company have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this 18th day of August , 2016 State of Illinois County of Cook ss: North American Specialty Insurance Company Washington International Insurance Company On this 18th day of August , 2016 before me, a Notary Public personally appeared Steven P. Anderson , Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and Michael A. Ito , Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company, personally known to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. OFFICIAL SEAL M KENNY NOTARY PUBUC, STATE OF IWNOIS MY COMMISSION EXPIRES 12/04/2017 V M. Kenny, Notary Public I, Jeffrey Goldberg , the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington International Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company and Washington International Insurance Company, which is stili in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this lst day of May , 20 17 . Jeffrey Goldberg, Vice President & Assistant Secretary of Washington International Insurance Company & North American Specialty Insurance Company 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 5/1/2017 https://www.i nsurance.wa.gov/consum ertool kit/Com pany/Com panyProfile.aspx?WAOIC=965 onsumer tool Agent and Company Lookup Orders Independent Review Decisions NORTH AMERICAN SPECIALTY INSURANCE COMPANY Licensing 1 Appointments 1 Complaints 1 Orders 1 National Info Back to Search I General information Name: NORTH AMERICAN SPECIALTY INSURANCE COMPANY Corporate family group: SWISS RE GRP Organization type: PROPERTY Doing Business As (DBA): Unavailable WAOIC: 965 NAIC: 29874 Status: ACTIVE Admitted date: 03/08/1985 Ownership type: STOCK bac e top 0 Ratings 1 Tax Filings Contact information Registered address 650 ELM ST MANCHESTER, NH 03101- 2524 Telephone 603-644-6600 Types of coverage authorized to sell a Insurance types `Casualty Disability Marine •Ocean Marine Property Surety ;Vehicle back to top Mailing address 5200 METCALF AVE OVERLAND PARK, KS 66202- 1265 Telephone 913-676-5200 Agents and agencies that represent this company (Appointments) 0 View agents «ick to t92 View agencies • Company complaint history o View complaints .., peck t0 rya https://www.insurance.wa.gov/consumertoolkit/Company/CompanyProfile.aspx?WAOIC=965 1/2 5/1/2017 https://www.insurance.wa.gov/consum ertool kit/Com pany/Com panyProfi I e.aspx?WAOIC=965 Orders issued since 2010 o No orders are found Lack to top Premium tax filings by tax year 0 2016 2015 2014 2013 2012 to top National information on insurance companies Want more information about this company? The NAIC's Consumer Information (CIS) page allows you to retrieve national financial and complaint information on insurance companies, plus has information and tips to help you understand current insurance issues. bac:. to Lop Ratings by financial organizations The following organizations rate insurance companies on their financial strength and stability. Some of these companies charge for their services. A.M. Best Weiss Group Ratings Standard and Poor's Corp Moody's Investors Service Fitch IBCA, Duff and Phelps Ratings Disclaimer: Links to external or third -party websites are provided solely for visitors' convenience. Links you take to other sites are done so at your own risk and our office accepts no liability for any external linked sites or their content. Be aware that not all financial rating companies use the same rating processes. k;acl. to fop https.//www.i nsurance.wa.gov/consum ertool kit/Com pany/Com panyProfiI e.aspx?WADI C=965 5/1/2017 Surety Bonds - Certified Companies NJ, NM, NY, NC, ND, OH, OK, OR, PA, PR, RI, SC, SD, TN, TX, UT, VT, VA, WA, WV, WI, WY INCORPORATED IN• Pennsylvania. Nationwide Agribusiness Insurance Company (NAIC #28223) BUSINESS ADDRESS: ONE WEST NATIONWIDE BLVD , 1-04-701, COLUMBUS, OH 43215 - 2220 PHONE. (515) 508-3300 UNDERWRITING LIMITATION b/ $7,163,000 SURETY LICENSES c,f/' AL, AZ, AR, CA, CO, CT, DE, DC, FL, GA, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MT, NE, NV, NH, NJ, NM, NY, NC, ND, OH, OK, OR, PA, RI, SC, SD, TN, TX, UT, VT, VA, WA, WV, WI, WY INCORPORATED IN: Iowa. Nationwide Mutual Insurance Company (NAIC #23787) BUSINESS ADDRESS: ONE WEST NATIONWIDE BLVD , 1-04-701, COLUMBUS, OH 43215 - 2220 PHONE. (614) 249-7111 UNDERWRITING LIMITATION b/ $1,167,441,000 SURETY LICENSES c,f/* AL. AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MT, NE, NV, NH, NJ, NM, NY, NC, ND, OH, OK, OR, PA, RI, SC. SD, TN, TX, UT, VT, VA, VI, WA, WV, WI, WY INCORPORATED IN: Ohio NAVIGATORS INSURANCE COMPANY (NAIC #42307) BUSINESS ADDRESS. 400 Atlantic Street, 8th Floor, Stamford, CT 06901 PHONE. (203) 905-6090 UNDERWRITING LIMITATION b/. $95,027,000 SURETY LICENSES c,f/. AL, AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MT, NE, NV, NH, NJ, NM, NY, NC, ND, OH, OK, OR, PA, RI, SC, SD, TN, TX, UT, VT, VA, WA, WV, WI, WY INCORPORATED IN: New York. New Hampshire Insurance Company (NAIC #23841) BUSINESS ADDRESS. 175 WATER STREET, 18TH FLOOR, NEW YORK, NY 10038 PHONE. (212) 770- 7000 UNDERWRITING LIMITATION b/ $7,959,000 SURETY LICENSES c,f/. AL, AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MT, NE, NV, NH, NJ, NM, NY, NC, ND, OH, OR, PA, PR, RI, SC, SD, TN, TX, UT, VT, VA. WA, WV, WI, WY INCORPORATED IN: Illinois. NGM Insurance Company (NAIC #14788) BUSINESS ADDRESS: 55 WEST STREET, KEENE, NH 03431 PHONE. (904) 380-7282 UNDERWRITING LIMITATION b/ $98,604,000 SURETY LICENSES c,f/' AL, AZ, AR, CO, CT, DE, DC, FL, GA, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MS, MO, MT, NE, NV, NH, NJ, NM, NY, NC, ND, OH, OK, OR, PA, RI, SC, SD, WV, WI, ► •RPORATED , , U ,, VT, ' , ori. a. NORTH AMERICAN SPECIALTY INSURANCE C • MPANY (NAIC #29874) BUSINESS ADDRESS. 650 ELM STREET, MANCHESTER, NH 03101 PHONE. (603) 644-6600 UNDERWRITING LIMITATION b/ $31,838,000 SURETY LICENSES c,f/ AL, AK, AZ, AR, CA, CO, CT, DE, DC. FL, GA, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA. MI, MN, MS, MO, MT, NE, NV, NH, NJ, NM, NY, NC, ND OH, OK, OR, PA, PR, RI, SC ••D, TN, TX, UT, VT, VA, WA, WV, WI, WY INCORPORATED IN. New Hampshire NOVA Casua ty Company (NAIC #42552) BUSINESS ADDRESS: 5 WATERSIDE CROSSING, SUITE NE. (860) 683- 4250 UNDERWRITING LIMITATION b/ $9,176,000 SURETY LICENSES c,ft AL, AK, AZ, AR, CA, CO, CT, DE, DC, FL. GA, HI, ID, IL, IN, IA, KS, KY. LA, ME, MD, MA, MI, MN, MS, MO, MT, NE, NV, NH, NJ, NM, NY, NC, ND, OH, OK, OR, PA, RI, SC, SD, TN, TX, UT, VT, VA, WA, WI, WY. INCORPORATED IN. New York. It Back To Top 0 Ohio Casualty Insurance Company (The) (NAIC #24074) BUSINESS ADDRESS. 175 Berkeley Street, Boston, MA 02116 PHONE. (617) 357-9500 UNDERWRITING LIMITATION b/ $153,699,000 SURETY LICENSES c.f/. AL, AK, AZ, AR, CA,.CO, CT, DE, DC, FL, GA, HI, ID, IL, IN, IA, KS, KY LA, ME, MD, MA, MI, MN, MS, MO, MT, NE, NV, NH, NJ, NM, NY, NC, ND, OH, OK, OR, PA, RI, SC, SD, TN, TX, UT, VT, VA, WA, WV, WI, WY INCORPORATED IN New Hampshire. Ohio Farmers Insurance Company (NAIC #24104) BUSINESS ADDRESS. P 0 Box 5001 , Westfield Center , OH 44251 - 5001 PHONE. (330) 887-0101 UNDERWRITING LIMITATION b/ $199,714,000 SURETY LICENSES c,f/' AL, AZ, AR, CO, DE, FL, GA, IL, IN, IA, KY, LA, MD, MA, MI, MN, MS, MO, MT, NE, NV, NJ, NM, NY, NC, ND, OH, OK, PA, RI, SC, SD, TN, TX, UT, VA, WA. WV, WI, WY INCORPORATED IN Ohio Ohio Indemnity Company (NAIC #26565) BUSINESS ADDRESS. 250 East Broad Street, 7th Floor, Columbus, OH 43215 - 0000 PHONE. (614) 228- 2800 UNDERWRITING LIMITATION b/ $4,549,000 SURETY LICENSES c,f/. AL, AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MI, MN, MS, MO MT, NE, NV, NH, NJ, NM, NY, NC, ND OH, OK, OR, PA, RI, SC, SD, TN, TX, UT, VT, VA, WA. WV, WI, WY INCORPORATED IN: Ohio Ohio Security Insurance Company (NAIC #24082) BUSINESS ADDRESS. 175 Berkeley Street, Boston, MA 02116 PHONE. (617) 357-9500 UNDERWRITING LIMITATION b/ $1,547,000 SURETY LICENSES c,f/. AL, AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MT, NE, NV, NH, NJ, NM, NY, NC, ND, OH, OK, OR, PA, RI, SC. SD, TN, TX, UT, VT, VA, WA, WV, WI, WY INCORPORATED IN New Hampshire Oklahoma Surety Company (NAIC #23426) BUSINESS ADDRESS. P O Box 1409, Tulsa, OK 74101 PHONE. (918) 587-7221 UNDERWRITING LIMITATION b/ $1,550,000 SURETY LICENSES c,f/ AR, KS, OH, OK, TX. INCORPORATED I Translate https.//www.fiscal.treasury.gov/fsreports/ref/suretyBnd/c570_a-z.htm 15/23 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ACCECON-0 DJOHNSO ACoWit,° CERTIFICATE OF LIABILITY INSURANCE 44,...-----05!0412017 °A ("4/°°""`Y' THIS CERTIFICATE IS ISSUED !AS A':MATTER''OF INFORMATION, ONLY AND,CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE" CERTIFICATE -HOLDER., :r; . ,. ' ., ' - IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have, ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER BK -JET Group, LLC 999 W Riverside Avenue, Suite 510 Spokane, WA 99201 CONTACT Dianne Johnson NAME; PHONEPAX (Art , No, Ext): (509) 319-2907 (A/C, No(509) 319-2920 AODRlessc dJohnson@bkjet.com INSURER(S)AFFORDING COVERAGE NAM # INSURER A:BITCOGeneral Insurance Corporation 20095 INSURED Accelerated Construction & Excavating, LLC P.O. Box 627 Plummer, ID 83651 INSURER B : CLP3646354 INSURER C : 12/06/2017 INSURER D : 1,000,000 J $ 300,000 INSURER E : INSURER F : X COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR TI -IE 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 POLICES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. IISR LTR TYPE OF INSURANCE INSO SUER POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DDlYYYYt , LIMITS A X COMMERCIAL GENERAL LIABILITY X CLP3646354 12/06/2016 12/06/2017 EACH OCCURRENCE 1,000,000 J $ 300,000 CLAIMS -MADE X OCCUR DRMMGE TO RENTED PREMISES <Ea occwrencej X OWNERS CONTRACTORS MED EXP (Any one person) $ 10,000 X PROTECTIVE PERSONAL 8 ADV INJURY 1,000,000 GEN'L AGGREGATE POLtCY OTHER: X LIMIT APPLIES JECT PER: LOC GENERAL AGGREGATE �,R $ 2'000'000 PRODUCTS -COMPIOPAGG $ 2,000,000 $ A AUTOMOBILE X X LIABILITY ANY AUTO OWNED AUTOSR��ONLY AUTOS ONLY ^ x SCHEDULED AUTOS AUTOS O Y CAP3646355 12/06/2016 12/06/2017 COMBINED SINGLE LIMIT (Ea accidentl $ 1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ (PerracctdentDAMAGE $ $ A X UMBRELLA LIAB EXCESS LIAB X OCCUR CCAIMs-MADE °{` •,'1',1 CUP2811916 12/06/2016 12/06/2017 EACH OCCURRENCE $ 2,000,000 AGGREGATE $ 2,000,000 DED X RETENTION $ 10,000 $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PA(RTNER/EXECUT1VE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below YIN N ( A PER I - LI ER E.L. EACH ACCIDENT $ E.LDISEASE- EAEMPLOYEE $ -. EL DISEASE - POLICY OMIT - $ DESCRIPTION OF OPERATIONS 1 LOCATIONS 1 VEHICLES ACORD 101, Additional Remarks Schedule, may be attached if more space Is required) PROJECT: E. VIOLA AVE. (1-82) AND S. 22ND T. WATER MAIN REPLACEMENT, CITY OF YAKIMA PROJECT NO. AC2262 ADDITIONAL INSURED: CITY OF YAKIMA, ITS EMPLOYEES, AGENTS, ELECTED AND APPOINTED OFFICIALS, HLA ENGINEERING AND LAND SURVEYING, INC. (HLA). POLICIES INCLUDED HEREWITH CANNOT BE CANCELED UNLESS AT LEAST THIRTY (30) DAYS WRITTEN NOTICE HAS BEEN GIVEN TO THE OWNER. CERTIFICATE HOLDER CANCELLATION CITY OF YAKIMA 129 NORTH SECOND STREET Yakima, WA 98901 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE _CANCELLED BEFORE THE EXPIRATION DATE THEREOF, -NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE . 71-1, ktati 72441 ACORD 25 (2016/03) O 1988-2015 ACORD CORPORATION. AM rights reserved. The ACORD name and logo are registered marks of ACORD THIS ENDORSE7vENr CHANGES THE POLICY, PLEASE READ IT CAREFULLY. LANDIMPROVENENT CONTRACTORS EXTENDED LABILITY COVERAGE This endorserrN'nt rrrvdifles insurance provided under the, folfn:""ng, : COIV1VERCIAL GENERAL LIABILITY COVERAGE FORM It is agreed that the provisions listed below apply only upon the entry of an 1 X in the box next to the caption of such provision. A Do Partnership and Joint Venture Extension B. j X j Contractors Automatic motional insured Coverage— Ongoing Operations C.Ejj Automatic Waiver of Subrogation irktended Notice of Cancellation, Nonrenewal E. Unintentional Failure to Disclose Hazards F. Broadened Mobile Equipment G. Persona! and Advertising Injury- Contractual Coverage H. ]l Nonemployment Discrimination I. % X I Liquor Liability J. X X X X Broadened Conditions M. (X i Construction Project General Aggregate Limits N. (X J Fellow Employee Coverage O. X 1 Property Damage to the Named Insured's Work P. t X 1 Care, Custody or Control Q. fl Electronic Data liability Coverage R. S. X X Consolidated insurance Program Residual Liability Coverage Automatic Additional Insureds — Managers or Lessors of Premises T. fl Automatic Additional Insureds — State or Governmental Agency or Political Subdivisions— Permits or Authorizations U. J X 1 Contractors Automatic Additional Insured K Ll Automatic Additional Insureds — Equipment Leases V. L X Insured Contract Extension - Railroad Property and Construction Contracts X Coverage— Corrpleted Operations Additional insured — Engineers, Architects or .aui vcyui A PAIT'fNERSI-IPANDJOINT VENTURE EXTENSION The following provision is added to SECTION 11- WHO IS AN INSURED The last full paragraph which reads as follows; No person or organization is an insured with respect to the conduct of any current or past partnership, joint venture or limited liability company that is not shown as a Named Insured in the Declarations is deleted and replaced with the following: Wth respect to the conduct of any past or present joint venture or partnership not shown as a Named insured in the Declarations and of With you are or were a partner or member, you are an insured, but only Wth respect to liability arising out of "your writ" on behalf of any partnership or joint venture not shown as a Named Insured in the Declarations, provided no other similar liability insurance is available to you for "your work' in connection Wth your interest in such partnership or joint venture. GL -3088 (09/11) -1- B. CONTRACTORS AUTOMATIC ADOMONAL INSURED COVERAGE— ONGOING OPERATIONS SECTION II — WHO IS AN INSURED amended to include as an additional Insured any person or organization who is required by written contract to be an additional insured on your policy, but only with respect to liability for "boodily injury", "property da we" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2 The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the project(s) designated in the written contract. With respect to the insurance afforded to these additional Insureds, the following additional exclusions ap y: This insurance does not apply to "bodily injury" or "property darric e" occurring after: , t All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been con feted; or 2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged hi performing operations for a principal as apart of the same project. This insurance is excess of all other insurance available to the additional insured, whether primary, excess, contingent or on any other basis, unless the written contract requires this insurance to be primary. in that event, this insurance will be primary relative to insurance policy(s) which designate the additional Insured as a famed Insured in the Declarations and we will not require contribution from such insdrarte if the written contract also requires that this insurance be non-contributory But with respect to all other insurance under which the additional insured qualifies as an insured or 'additional insured, this Insurance Wil be excess. C. AUTOMATIC WAIVER OF SUBROGATION Item 8. of SECTION IV - COIVIVERCIAL GENERAL UAB1UTY CONDITIONS, is deleted and replaced with the following: 8. 'Transfer of Rights of Recovery Against Others to Us and Automatic Waiver of Subrogation. a If the insured has rights to recover all or part of any payment we' have made under This Coverage Form, those rights are transferred to us. The insured must do nothing after loss to impair those rights. At our request, the Insured will bring "suit" or transfer those rights to us and help us enforce them. b. If required by a written contract executed prior to loss, we waive any rightof reoovery we may have against any person or organization because of payments we rake for injury or damage arising out of "your work' for that person or organization. D EMENDED NOTICE OF CANCELLATION, NONRENEWAL Item A2.b< of the COIVMON POLICY CONDITIONS , is deleted and replaced with the following; A2.b. 60 days before the effective date of the cancellation if we cancel for any other reason. Item 9. of SECTION IV - COIVIVERGIAL GENERAL LIABILITY CONDITIONS, Is deleted and replaced with the following; 9. WHEN WE i)0 NOT RENEW GL -3088 (09/11) .2 a If we choose to nonrenew this policy, we MI mail or deliver to the first Named insured shown in the Declarations written notice of the nonrenewal not less than 60 days before the expiration date. b. If we do riot give notice of our intent to nonrenew as prescribed in a above, it is agreed that you may extend the period of this policy for a maximum additional sixty(60) days from its scheduled expiration date. Were not otherwise prohibited by law, the existing temps, conditions and rates di remain in effect during that extension period. It is further agreed that so long as it is not otherwise prohibited by law, this one time sixty day extension Is the sole remedy and liquidated damages available to the insured as a result of our failure to give the notice as prescribed in 9. a above, E. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS Although we relied on your representations as to existing and past hazards, if unintentionally you should fail to disclose all such hazards at the inception date of your policy, we will not deny coverage under this Coverage Form because of such failure. F. BROADENED 1VIOBILE E{ M:WENT Item 12.b. of SECTION V- DEFIM11ONS , is deleted and replaced with the following: 12.b. Vehicles rraintalned for use solely on or next to premises, sites or locations you own, rent or occupy. G PERSONAL AND ADVERTISING INJURY- CONTRACTUAL COVERAGE Exclusion 2e. of SECTION I, COVERAGE B is deleted. FL NONEIVFLOY VENT DISCRIMINATION Unless 'personal and advertising injury" is excluded from this policy: item 14, of SECTION V- DEFINTIONS , is amended to Include: "Personal and advertising injury" also means embarrassment or hunrrliation, mental or emotional distress, physical Illness, physical impairrrent, loss of earning capadty or monetary loss, which is caused by "discrimination." SEC1 tO3 I V - DEFINMCNS , is amended to include: "Discrimination" means the unlawful treatment of indMduals based on race, color, ethnic origin, age, gender or religion. Item 2 Occlusions of SECTION I, COVERAGE B , is amended to include; "Personal and advertising injury" arising out of "discrimination" directly or indirectly related to the past errtoloyment D oyma Y.xtivo e Mvl ..i �.,�Y , �, ,., urpl�x, � tin<. or pras�.�,« Y � �,�loy� , Iry of any pew �n or Wass of persons by any Insured; "Personal and advertising injury" arising out of "dlscrimination" by or at your, your agents or your "employees" direction or with your, your a ,gents or your "empioycc" knowledge or consent; "Personal and advertising injury" arising out of "discrimination" directly or indirectly related to the sale, rental, lease or sub -lease or prospective sale, rental, lease or sub -lease of any dwelling, permanent lodging or premises by or at the direction of any insured; or Fines, penalties, specific performance or injunctions levied or imposed by a governmental entity, or governmental code, law, or statute because of "discrimination." GL -3088 (09/11) -S- 1 1 1 I. LIQUOR UABII..riY i dusiorr 2c of. SECTION!, COVERAGE , is deleted... J. , BROADENED CONDITIONS Items Za and 2b. of SECTION IV - COMVIERCIAL GENERAL LIABILITY CONDITIONS , are deleted and replaced with the following: 2 Duties In The Event Of Occurrence Offense, Claim Or Suit: a You must see to it that we are notified of an "occurrence" or an offense which may result in a claim as soon as practicable after the "occurrence" has been reported _ to you, one of your officers or an "employee" designated to give notice to us. Notice should Include: (1) I-bw, when and where the "occurrence" or offense took place; (2) The names and addresses of any injured persons and witnesses; and (3) The nature and location of any injury or damage arising out of the "occurrence" or offense. b. If a claim is made or "suit" is brought against any insured, you must: (1) Record the specifics of the claim or "suit" and the date received as soon as you, one of your officers, or an "errployee" designated to record such infori ration is notified of it; and (2) Notify us in writing as soon as practicable after you, one of your officers, your legal department or an "employee" you designate to give us such notice Teams .of the clams or "suit" Item 2.e. is added to SECTION IV- CQIVIIVERCIAL [NERAL UABILITYCONDMONS 2.e; If you report an "occurrence" to your workers compensation insurer which develops into a liability claim for which coverage Is provided by the Coverage Form, failure to report such "occurrence" to us at the time of 'occurrence" shall not be deemed In violation of paragraphs 2a, 2b., and 2.c. However, -you shaft give written notice of this "occurrence" to us as soon as you are made aware of the fact that this "occurrence" may be a liability claim rather than a workers compensation claim. K AUTOMATIC AMMONIAC. INSUREDS - EQUIP1VE I T LEASES:- SECTION EASE SECIiON H - WHO IS AN INSURED Is amended to include any person or organization With whom you agree in a wittemequipment lease or rental agreement to namiexas,an additionalinsured with respect to liability for "bodily Injury", "property damsge" or "personal and advertising injury" caused, at least ih part, by your maintenance, operation, or use by you of the equipment leased to you by such person or organization, subject to the follawing additional exclusions. The insurance provided to the additional insured does not apply to:. 1. "Bodily injury" or "property damage" occurring after you cease leasing the equipment. 2. "Bodily injury" or "property damage" arising out of the sole negligence of the additional insured. 3. "Property damage" to: a. Property owned, used or occupied by or rented to the additional insured; or b. Property in .the care, custody or control of the additional insured or over which the additional insured is for any purpose exercising physical control. GL -3088 (03/11) -4- This insurance is excess of all other insurance available to the additional insured, whether primary, excess, contingent or on any other basis, unless the written contract requires this insurance to be primary. In that event, this insurance will be primary relative to insurance policy(s) which designate the additional insured as a Named Insured in the Dedarations and we ill not require contribution from such insurance If the written contract also requires That this insurance be non-contributory. But with respect to ail other Insurance under which the additional insured qualifies as an insured or additional insured, this insurance will be excess. L INSURED CONTRACT EXTENSION - RAILROAD PROPERTY AND CONSTRUCTION ACTS Item 9. of SECTION V- DEFINITIONS , is deleted and replaced with the following. 9. "insured Contract" means: a. A contract for a lease of premises. However, that portion of the contract for a lease of prerrises that indemnifies any person or organization for damage by fire to premises white rented to you or temporarily occupied by you with permission of the owner is not an "insured contract'; b. A sidetrack agreement; c Any easement or license agreement; d. An obligation, as required by ordinance, to Indemnify a munidpality, except In connection with work for a municipality; e. An elevator maintenance agreement; f. That part of any other contract or agreement pertaining to your business cInduding an indermification of a municipality in connection with work performed for a municipality) under which you assume the tort liability of another party to pay for "bodily injury' or "property damage" to a third person or organization. Tort liability means a liability that would be Imposed by law in the absence of any contract or agreement. - Paragraph -f. -does not -include that part of any contractor agreement: (1) That indemnifies an architect, engineer or surveyor for injury or damage arising out of: (a) Preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; dr (b) Qving directions or instructions, or falling to give them, if that is the primary cause of the injury or damage; or (2) Under which the insured, if an architect, engineer or surveyor, assumes liability for an injury or damage arising out of the insureds rendering or failure to render professional services, including those listed in (1) above and supervisory, inspection, architectural or engineering act Mt€es. M. CONSTRUCTION PROJECT GENERAL AGGREGATE UMTS This modifies SEC°T1ON Ill LENTS OF INSURANCE. A. For all sums which can be attributed only to ongoing operations at a single construction project for which the insured becomes legally obligated to pay as darriages caused by an 'occurrence under SECTION 1- COVERAGE A, and for all melee' expenses caused by accidents under SECTION 1 COVERAGE C : 1. A separate Construction .Project General Aggregate Linit applies to each construction project, and that lirrit is equal to the amount of the General Aggregate Limit shown in the Declarations, 2. The Construction Project General Aggregate Limit is the most we will pay for the sum of all damages under COVERAGE A, except damages because of "bodily' injury' or "property damage" included in the "products -,completed operations hazard,", and for medical expenses urider GOVBIAGE C regardless of the nunter of: a Insureds; b. Claims made or "suits" brought; or e Persons or organizations malting claims or bringing "suits." 3. Any payments made under COVERAGE A for damages or under COVERAGE C for medical expenses shall reduce the .Construction Project General Aggregate Lunt for that construction project. Such payments shall not reduce the General Aggregate.,Limit shown in the Declarations nor shall they reduce any other Construction Project General Aggregate Unit for any other construction project. 4. The limits shown in the Declarations for Each Occurrence, Fire Damage and Medical Expense continue to apply. 1-bwever, instead of being subject to the General Aggregate Unit shown in the Declarations, such limits will be subject to the applicable Construction Project General Aggregate Limit. B. For all sums which cannot be attributed only to ongoing operations at a single construction project for which the insured becomes legally obligated to pay as damages caused by an "occurrence" under SECTION 1 - COVERAGE' A, and for all medical expenses caused by accidents under SECTION 1- COVERAGE C : 1. Any payments made under COVERAGE A for damages or under COVERAGE C for radical expenses shall reduce the amount available under the General Aggregate Limit or the Products - Completed Operations Aggregate Unit, whichever is applicable; and 2. Such payments shall not reduce anYConstruction-Project General Aggregate Limit. C. Payments for damages because of "bodily injury' or "property damage" included In the "products - completed operations hazard" will reduce the Products -Completed .Operations Aggregate Unit, and not reduce the General Aggregate Unit nor the Construction Project General Aggregate Limit. D if a construction project has been abandoned, delayed, or abandoned and then restarted, or if the authorized contracting parties deviate from plans, blueprints, designs, specifications or timetables, the project will still be deemed to be the same construction project. E The provisions of SECTION 111 - IAMB OF INSURANCE -not otherwise modified by this endorsement shall continue to be applicable. N. FELLOW EEIIPL OYES COVERAGE Exclusion 2e Moyers Liability of SECTION 1, COVERAGE A, is deleted and replaced with the following: Ze"Bodily injury" to (1) An "employee" of the insured arising out of and in the course of: (a) Employment by the insured; or (b) Performing duties related to the conduct of the insured% business; or GL -3088 (09/11) -6- (2) The spouse, child, parent, brother or sister of that "employee" as a consequence of paragraph (1) above. This exclusion applies: (1) Wlether the insured may be liable as an employer or in any other capacity: and (2) To any obligation to share damages with or repay someone else an must pay damages because of the injury. This exclusion does not apply to: (1) Liability assumed by the insured under an "insured contract"; or (2) Liability arising from any action or omission of a co -"employee" while that co-"orrployee" Is either in the course of his or her errployrront or perforrrtng duties related to the conduct of your business. Item 2.a. (1Xa) of 3CT1ON II » WHO IS AN INSURED , Is deleted and replaced with the following: 2.a (1Xa) To you, to your partners or members (if you are a partnership or joint venture) or to your members (if you are a limited liability company), or to your "volunteer workers" while performing duties related to the conduct of your business. 0. PROPERTY DAMAGE TO THE NAIVED INSIJRED'S WORK Bcdusion 1 of SECTION 1, COVERAGE A. is deleted and replaced with the following: L Dam to Your Work "Property damage" to "your work' arising out of it or any part of it and included in the "products completed operation hazard." This exclusion -applies -only-to-that-portion-of-anyioss-in-excess-of-$50;OOG-per-occurrenoe-if the damaged work and the work out of which the damage arises was performed by you. This exclusion does not apply if the damaged work or the work out of which the damage arises was performed on your behalf by a subcontractor. P. CARE, CUSTODY OR CONTROL Exclusion 2jA of SECTION I, COVERAGE is deleted and replaced with the following: 2j.4 Personal property in the care, custody or control of the insured. However, for personal property in the care, custody or control of you or your "employees," this exclusion applies only to that portion of any loss in excess of $25,000 per occurrence, subject to the following terns and conditions: (a) The most that Am v Iii pay under this provision as an annual aggregate is $100,000, regardless of the number of occurrences. (b) This provision does not apply to "employee" owned property or any property that is missing Mere there Is not physical evidence to show what happened to the property. (c) The aggregate limit for this coverage provision is part of the General Aggregate limit and SECTION III - LIMITS OF INSURANCE is changed accordingly. (d) !n the event of damage to or destruction of property covered by this exception, you shall, if requested by us, replace the property or fumish the labor and materials necessary for repairs thereto, at actual cost to you, exclusive of prospective profit or overhead charges of any nature. GL -3088 (09/11) -7- (o) $2,500 shall be:deducted from the total: amount of all sums you, became obligated to, pay as damages. on account of darnege.to or destruction of all property of, each. person or Organization, including the,loss, of use of that property, as a_resuit Of each ''accurrerice." Our limit�'of liability under the eridor'sernent as being .applicable to each "occurrence" shall be reduced by the amouit of the deductlble indicated above; hov ver, our aggrregate:limit ref liability under this provision shall, not be`deduced by the amount of .such deductible. The conditions. of the policy, including those. With respect to duties in the event of "occurrence," claims or "suit" apply irrespective of the application of the deductible amount. We may pay any part or all of the deductible amount to effect settlement of any claim or "suit" and, upon notification of the action taken, you .shall pronrptiy reimixirse us for such part of the deductible arnountes has been paid by us. Q. ELECTRONIC DATA UABILITY COVERAGE 1. Exclusion 2p. Electronic Data of Si;CTION .1,' COVERAGE P is deleted and replaced with the following: 2.p. Den-Eges arising out of the loss of, loss of use of, damkge"to, corruption of, inability to access, or inability to manipulate "electronic data" that does not result from physical Injury to tangible property. 2. The following definition is added to -SECTION V--DEFiMIONS: "Electronic data" means .information, ;,facts .or rograms stored as or on, created:.ar used on, or transnitted to or from computer software (Including systems and applicaflons sofiinare), hard or floppy disks, CD-ROMS, tapes,, drives, cells, data processing devices or any other media which are used with electrohlcally controlled equipment. 3. For the purposes, of. this coverage, the definition `of "property damage" in SE-C:i1ON V -- DimmilONS is replaced by the following: "Property damage" means: a. .Physical :Injury to tangible property, Including all resulting loss of use of that property. All such loss of use shall be deemed to occur at the time of the physical injury that caused it; b. Loss of use .of tangible property that is not physically injured Ail such loss of use shall be deemed to occur at the time of the "occurrence" that caused it; or c. Loss of, loss of use of, darrEkge to, corruptiori of, inability to access, or inability to properly manipulate "eiectronio data", resulting from physical injury to tangible property. All such loss of electronic data' shall be deemed to occur at the time of the "occurrence that caused it. For the purposes of this insurance, "electronic data" is not tangible property. R. CONSOLIDATED INSURANCE PROGRAM RESIDUAL LIABILITY COVERAGE Wth respect to "bodily injury', "property damage", or `personal and advertising injury' arising out of your ongoing operations; or operations included within the "products -cc pteted operations hazard", the policy to Midi this coverage is attached shall apply as excess insurance over coverage available to "you" under a Consolidated insurance Program (such, as an Owner Controlled Insurance Program or Contractors Controlled Insurance Program). Coverage afforded by this endorsement does not apply to any Consolidated Insurance Program involving a "residential project" or any deductible or Insured retention, spedfled in the Consolidated- Insurance Program. The following is added to Section V— Definitions GL 3088 (09/11) -8- "Residential project' means any project where 30% or more of the total square foot area of the structures on the project is used or is intended to be used for human residency. `This Includes but is not limited to single or multifamily housing, apartments, condominiums, townhouses, co-operatives or planned unit developments and appurtenant structures (including pods, hot tubs, detached garages, guest houses or any similar structures). A "residential project" does not include military owned housing, college/university owned housing or dormitories, long term care fadlfties, hotels, motels, hospitals or prisons. Alf other terms, provisions, exclusions and limitations of this policy apply. S AUTOMAT1CADDITIONAL INSUREDS- MANAGERS OR LESSORS OR PREMSES SECTION II —WHO IS AN INSURED is amended to Include; My person or organization with whom you agree in a written contract or written agreerrent to name as an additional insured but only with respect to liability arising out of the ownership, maintenance or use of that part of the premises, designated in the written contract or written agreement, that is leased to you and sullectto the following additional exclusions: This insurance does not apply to: 1. Any "occurrence" which takes place after you cease to be a tenant in that premises. 2. Structural alterations, new construction or demolition operations performed by or on behalf of the additional insured listed in the written contract or written agreement. This insurance is excess of all other insurance available to the additional insured, whether primary, excess, contingent or on any other basis, unless the written contract requires this insurance to be primary. In that event, this insurance will be primary relative to Insurance policy(s) which designate the additional Insured as a Named insured In the Declarations and we vvi1l not require contribution from such insurance if the written contract also requires that this insurance be non-contributory. But with respect to all other insurance under which the additional Insured qualifies as an insured or additional insured, this insurance will be excess. T. AUTOIVAT1C AD[ OVAL INSUREDS * STATE OR GOVERNMENTAL AGENCY Ofd POLTTiCAL SUBDIVISIONS— PE [TS OR AUTHORIZATIONS SECTION II -- WHO IS AN INSURED is amended to include any state or governmental agency or subdivision or political subdivision with whom you are required by written contract, ordinance, law or building code to name as an additional insured subject to the following provisions: This Insurance applies only with respectto operations performed by you or on your behalf for which the state or governmental agency or suon or political subdivision has issued a permit or authorization. This insurance does not apply to: 1. 'Bodily injury" "property damage" or "personal and advertising injury' arising out of operations performed for the federal government, state or munidpality, or 2. "Bodily injury' or "property damage„ included within the "products corpieted operations hazard'. This insurance is excess of all other insurance available to the additional Insured, whether primary, excess, contingent or on any other basis, unless the written contract requires this insurance to be primary. In that event, this insurance will be primary relative to insurance policy(s) which designate the additional insured as a Named Insured in the Declarations and we will not require contribution from such Insurance if the written contract also requires that this Insurance be non-contributory. But with respect to all other insurance under which the additional insured qualifies as an Insured or additional insured, this insurance will be excess. U. CONTRACTORS AUTOIVIATIC ADT]ITI ONAL. INSURED COVERAGE— COO/METED OPERATIONS GL. -3088 (09/11) -9- SECTION II WHO IS AN INSURED is amended to include as an additional insured any person or organization who is requiredby written contract to be an additional Insured on your policy for completed operations, but only witi respect to liability for "bodily injury' or "property,damage" caused, In whole or in part, by "your worm' at the ,prc ectdesignated in the contract, perfom-red for that additional insured and included in the "products-corrpleted operations hazard". This Insurance is excess of all other`insuranceavallable to the additional insured, whether primary, excess, contingent or on any other basis,' unless the written contract requires this insurance to be primary. In that event, this insurance MI be arimary relative to insurance policy(s) which designate the additional insured as a Nand Insured in the Declarations and we will not require contribution from such insurance if the written contract also requires that this insurance be non-contributory. But with respect to all other insurance under which the additional insured qualifies as an Ensured or additional insured, this insurance will be excess. V ADDMONAL INSURED— ENGINEERS, ARCHITECTS OR SURVEYORS SECTION, 11 — WHO IS AN IIS is amended to include as an additional insuredany architect, engineer or surveyor who Is required by written contract to be an additional insured on your policy, but only with respect to liability for "bodily injury', "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the perfomEance of your ongoing operations performed by you or on your behalf. This includes such architect, engineer or surveyor, who may not be engaged by you, but is contractually required to be added as an additional insured to your policy. With respect to the insurance afforded to these additional Insureds, the following additional exclusion applies: This insurance does not apply to "bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of or the failure to render any professional services, including: 1. The preparing, approving, or failing to prepare or approve reaps, drawings, opinions, reports, surveys, change orders, designs or specifications; or 2. Supervisory, inspection or engineering services. This insurance is excess of all other insurance available to the additional Insured, whether primary, excow, contingent or on any other basis, unless the written contract requires this insurance to be primary, in that event, this insurance will be primary relative to insurance policy(s) which designate the additional Insured as a Narnad Insured in the Declarations and will not require contribution from such insurance if the written contract also requires that this insurance be non-contributory. But with respect to ail other insurance under which the additional insured qualifies as an Insured or additional insured, this insurance will be excess. GL 3088 (09/11) -10- POLICY NUMBER: CUP2811916 ACCELERATED CONSTRUCTION & EXCATING, LLC THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATION TO D'ESIGNA i ED PERSON(S) OR ORGANIZATION(S) OTHER THAN THE NAMED INSURED This policy Is subject to the following conditions. SCHEDULE Number of Days Notice 30 Name of Person(s) or Organizatlon(s) Mailing Address CITY OF YAKIMA 129 NORTH SECOND STREET YAKIMA, WA 98901 If this policy Is cancelled, we will mail or deflver to the person(s) or organization(s) listed In the Schedule above written notice of cancellation at least: a. 10 days before the affective date of cancellation If we cancel for non-payment of premium; or b. The number of days shown in the Schedule above before tho effective date of cancellation If we cancel for any other reason. in no event, however, will noties of cancellation be less than the minimum number of days required by the Jurisdiction to which this endorsement applies, if notice Is mailed, proof of mailing to the address shown In the Schedule above wilt be sufficient proof of notice. POLICY NUMBER: CAP3646355 , ACCELERATED CONSTRUCTION & EXCATING, LLC:. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATION TO DESIGNATED.PERSON(S) OR,,ORGANIZATION(S) OTHER THAN THE NAMED INSURED'' This policy Is subject to the following condhfons. SCHEDULE Number of Days Notice 30 Name of Person(s) or Organizations) Mailing Address CITY OF YAKIMA 129 NORTH SECOND STREET YAKIMA, WA 98901 If this policy is cancelled, we will mail or deliver to the person(s),or organization(s) listed in the Schedule above written notice of cancellation at least:, a. i 0 days before the effective date of cancellation If we cancel for non-payment of premium; or b. The number of days shown in the Schedule above before the effective date of cancellation ifwe cancel for any other reason. In no event, howeverr, will notice of cancellation bo loss than the minimum number of days required by the jurfsdlotlon to which this endorsement applies. If notice is mailed, proof of mailing to the address shown in the Schedule above will be sufficient proof of notice. POLICY NUMBER: CLP3646354 ACCELERATED CONSTRUCTION & EXCATING, LLC THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATION TO DESIGNATED PERSON(S) OR ORGANIZATION(S) OTHER THAN THE NAMED INSURED This policy is subject to the following conditions. SCHEDULE Number of Days Notice 30 Name of Person(s) or Organization(s) Mailing Address CITY OF YAKIMA 129 NORTH SECOND STREET YAKIMA, WA 98901 If this policy Is cancelled, we will malt or deliver to the person(s) or organization(s) listed In the Schedule above written notice of cancellation at least: a, 10 days before the effective date of cancellation If wo cancel for non-payment of premium; or b. The number of days shown In the Schedule above before the effective date of cancellation if we cancel for any other reason, In no event, however, will notice of cancellation be less than the minimum number of days required by the jurisdiction to which this endorsement applies. If notice Is matted, proof of malting to the address shown In the Schedule above will be sufficient proof of notice. 1 1 1 1 1 1 1 1 1 1 1 1 1 li 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ACCECON-02 DJOHNS '`L��,�... Rin CERTIFICATE OF LIABILITY INSURANCE D0504/201YYY, 05/04/Z017 THIS CERTIFICATE IS ISSUED AS_ 'A+,MATTER' OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATEHOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW_ THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL: INSURED, the pollcy(les) Must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certiflcate,holder in lieu of succhpendorsement(s). .. ._ r PRODUCER ,. _., . BK -JET Group LLC 999 W Riverside Avenue, Suite 610 ..NAE; CT,Dianne Johnson "' P oN> ° •r FAx r�Mc, No, Exq: {509) 319-2907 ,.- I IV, No):(509) 3'19-2920 Spokane, WA 99201 `pDDREss;:djohnson@bkjet,com .Y INSURER(S) AFFORDING COVERAGE NAIC # 20095 INSURERA : BITCO General Insurance Corporation INSURED Accelerated Construction & Excavating, LLC P.O. Box 627 Plummer, ID 83851 INSURER B : INSURER C: INSURER D: 3,000,000 INSURER E : INSURER F: CLAIMS -MADE COVE AG c;cr< i iri�u r nninarsr�r• THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE. LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSR SUER WVD POLICY NUMBER POLICY EPF IMM/OD/YYYY) POLICY M.O. fMM(DDIYYYY) LIMITS A COMMERCIAL GENERAL LIABILITY 3,000,000 CLAIMS -MADE X OCCUR X OCP3653A87 05103/2017 06/03/2418 DAMAGE TO RENTED pREMISES(EA_It„p $ X Owner's & Contractor MED EXP (Any ane person) $ X Protective PERSONAL & ADV INJURY $ GENT. AGGREGATE UMITAPPLIES PER GENERAL AGGREGATE $ 3,000,000 X POLICY jDE-f LOC PRODUCTS - COMP/OP AGG 3,000,000 OTHER: _$ $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT (Ee accident) 5 ANY AUTO BODILY INJURY (Per Person) $ OWNED ONLY SCHEDULED BODILY INJURY (Per accident) $ ' 1p��p AUTOS ONLY NON- OWNED AUTOS ONLY PROPER GE -' (Peracctl ' UMBRELLA UAB — OCCUR .. EACH OCCURRENCE $ EXCESS UAB CLAIMS -MADE 'AGGREGATE DED RETENTIONS $ WO p RKERSMM EM�PLLO ERS' LIABILITY PER ER Y(N ! AIM EXCLUDED? ECUTIVE ! I N I A E.L. EACHACCIDENT $ AandetoANY l 1 EL. DISEASE- EA EMPLOYEE $ ifyyea describe under DESCRIPTION OF OPERATIONS below EL DISEASE- POLICY LIMIT' $ DESCRIPTION OF OPERATIONS 1 LOCATIONS /VEHICLES (ACORD 101 Addilonal Remarks Schedule, maybe attached If more space Is required) PROJECT: E. VIOLA AVE. (1-82) AND S. 22ND ST_ WATER MAIN REPLACEMENT, CITY OF YAKIIVIA PROJECT NO. AC2262 ADDITIONAL INSURED: CITY OF YAKIMA, ITS EMPLOYEES, AGENTS, ELECTED AND APPOINTED OFFICIALS, HLA ENGINEERING AND LAND SURVEYING, INC. (HLA). POLICIES INCLUDED HEREWITH CANNOT BE CANCELED UNLESS AT LEAST THIRTY (30) DAYS WRITTEN NOTICE HAS BEEN GIVEN TO THE OWNER, CERTIFICATE HOLDER CANCELLATION CITY OF YAKIMA 129 NORTH SECOND STREET Yakima, WA 98901 ACORD 26 (2016/03) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE 7-f ®1988-2016 ACORD CORPORATION. All rights reserved. Tho ACORD name and logo are registered marks of ACORD POLICY NUMBER: OCP3653487 COMMERCIAL GENERAL LIABILITY CG 29 35 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - STATE OR GOVERNMENTAL AGENCY OR SUBDIVISION OR POLITICAL SUBDIVISION - PERMITS OR AUTHORIZATIONS This endorsement modifies insurance provided under the following: OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART SCHEDULE State Or Governmental Agency OrSubdivislon Or Political Subdivision: CITY OF YAKIMA information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An insured is amended to include as an additional insured any state or governmental agency or subdivision or political subdivision_shown_in_ the Scheduie,_subject_to the following provisions: 1. This insurance applies only with respect to operations performed by you or on your behalf for which the state or governmental agency or subdivision or political subdivision has issued a permit or authorization. However: a. The insurance afforded to such additional insured only applies to the extent permitted by law; and b. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. CG 2935 0413 2. This insurance does not apply to: a. "Bodily injury" or "property damage" arising out of operations performed for the federal government -state -or municipality; or b. "Bodily injury" or "property damage" included within the "products -completed operations hazard". B. With respect to the insurance afforded to these additional insureds, the following is added to Section 111— Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. © Insurance Services Office, Inc., 2012 Page 1 of 1 1 1 1 1 1 1 1 1 1 1 1, 1 1 4 1 CO 1VQ?gAL GENERAL L1ABILfTY CG00 09 0413 OWNERS AND CONTFIACTORS PROTECTIVE LIABILITY COVERAGE F®' :.:COVERAGE. FOR OPERATIONS OF DESIGNATED CONTRACTOR Various provisions of this policy restrict °overage. Read the entire policy carefully to detem7ine rights, duties and Mat is and is not covered. Throughout this policy the words "you" and "your" refer to the Named Insured shown in the Declarations. The words "we", "us" and "our" refer to -the company providing this insurance. The word "insured" means any -person or organization qualifying as suchunder Section II Who Is An Insured. Other Words and phrases that appear in quotation marks have special meaning. Refer t� Section V -Definitions. SECTION 1- COVERAGES BODILYINJURY ANP PRO [Y:DAMAGE LIABILITY 1. Insuring Agreement a We will pay those sums that the insured becomes legally obligated to pay as darrlages because of "bodily injury' or "property damage"'°td`v4hich this insurance applies:- We .wilt have. :the right and duty to defend the insured against any "suit" seeking those damages. However,' We will have no duty to defend the .insured_ against any "suit" seeking damages for "bodily injury" or "property damage" to which this insurance does not apply. We may, at our discretion, investigate any "occurrence" and settle any daim or "suit" that may result. Scat: (1) The ainciant we will pay for damages is limited as described in Section 111 - Limits Of Insurance; and (2) our right and duty to defend ends when we have used up this applicable limit of insurance in the payment of judgments or settlements. No other obligation or =liability to pay sura or perform acts or services is covered unless explidtly provided for under Supplementary Payments. b. 'This Insurance - applies to "bodily injury and "property damage" only if: (1)' the "bodily injury' or ,"property darnz e" is caused by an "occurrence" and arises out of: . (a) operations performed for you by, the "contractor" at the location specified in the Declarations; or . (b) Your acts or omissions in connection with the ration,ges;neral supervision of such ope (2) The "bodily injury' or "property damage" occurs during the policy period; and (3) Prior to the policy. period, no Insured listed under Paragraph t of Section I1 - Who Is An Insured and no "employee" authorized by you to give or receive notice of an "occurrence' or claim, knew-- that the "bocfily injury or 'property damage' had occurred, In Wide or in part. If such a listed insured or authorized "errployee" knew, prior to the policy period, that the "bodily injury' or "property damage" occurred, then any continuation, change or resuirprion of such "bodily injW or "property damage" during or after the policy. period will be deemed to have been known' prior to the policy period. c 'Bodily injury' or "property damage" which occurs during the policy period arid was not, prior to the policy period, (mown • to have occurred by any insured listed under Paragraph 1. of Section 11 Who 1s An insured or any: "employee" authorized by you to give or- receive notice of an "occurrence" or claim, includes any continuation, change or resumption of that 'bodily injury" or "property damage" after the end of the policy period. CG 00 09 0413 ©insurance Services Office, Inc, 2012 Pagel of 9 d. "Bodily injury' or "property damage" will be deemed to have been known to have occurred at the earliest time when any insured listed under Paragraph 1. of Section II - Who Is An insured or any "e. Yloyee" authorized by you to give or receive notice of an "occurrence" or claim: (1) Reports all, or any part, of the "body injury" or "property damage" to us or any other insurer; (2) Receives a written or verbal demand or daim for damages because of the "bodily injury' or "property damage or (3) Becomes aware by any other means that "bodily injury' or "property damage" has occurred or has begun to occur. e E rr ges because of "bodily injury' include damages claimed by any person or organization for care, loss of services or death resulting at any time from the "bodily injury'. 2. Exclusions This insurance does not apply to: a Expected Or intended Injury "Bodily injury' or "properly damage" expected or intended from the standpoint of the insured. 'This exclusion does not apply to "bodily injury" resulting from the use of reasonable force to protect persons or property. b. Contractual Liability "Bodily injury' or "property damage" for which the insured is obligated to pay damages by reason of the assumption of liability in a contract or agreement. This exdusion does not apply to liability for darnages: (1) That the insured would have in the absence of the contract or agreement; or (2) Assumed in a contract or agreement that is an "insured contract", provided the "bodily injury' or "property damage" occurs subsequent to the execution of the contract or agreement. Solely for the purposes of liability assumed in an "insured contract", reasonable attorneys' fees and necessary litigation expenses incurred by or for a party other than an insured are deemed to be damages because of "bodily injury' or "property damage", provided: (a) liability to such party for, or for the cost of, that party's defense has also been assumed in the same "insured contract"; and (b) Such attorneys' fees and litigation expenses are for defense of that party against a civil or alternative dispute resolution proceeding in which damages to whidh this i Sur ante applies are alleged. c. Work Completed Or Put To Intended Use "Bodily injury" or "property dange" which occurs after the earlier of the following timres: (1) When all "work" on the project (other than service, maintenance or repairs) to be performed for you by the "contractor" at the site of the covered operations has been completed; or (2) Wien that portion of the "contractor's" "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 subcontractor working erectly or indirectly for the "contractor" or as part of the same project. d. Acts Or Omissions By You Arid Your Enoyees "Bodily injury' or "property damage" arising out of your, or your "errployees", acts or omissions other than general supervision of "work" performed for you by the "contractor". e. Workers' Compensation And Similar Laws Any obligation of the insured under a workers' compensation, disability benefits or unemployment corrpensation law or any similar law. f. Employer's Liability "Bodily injury" to: (1) An "employee" of the insured arising out of and in the course of: (a) Employment by the insured; or (b) Perforrring duties related to the conduct of the insured's business; or (2) The spouse, child, parent, brother or sister of that "employee" as a consequence of Paragraph (1) above. This exclusion applies whether the insured may be liable as an employer or in any other capacity and to any obligation to share damages with or repay someone else who must pay damages because of the injury. This exclusion does not apply to liability assumed by the insured under an "insured contract". Page 2 of 9 © insurance Services Office, Ina., 2012 CG00090413 g. DamageTo Property "Property damage" to: (1) Property you own, rent, or occupy, including any costs or expenses incurred by you, or any other person, organization or entity, for repair, replacement, enhancement, restoration or maintenance of such property for any reason, including prevention of injury to a person or damage to another's property; (2) Property loaned to you; (3) Personal property in the care, custody or control of the insured; or (4) 'W & performed for you by the "contractor". h. War "Bodily injury" or "property damage", however caused, arising, directly or indirectly, out of: (1) War, inducting undeclared or civil war, (2) Warlike action by a military force, including action in hindering or defendng against an actual or expected attack, by any government, sovereign or other authority using_rrilitary personnel or other agents; or (3) Insurrection, rebellion, revolution, usurped power, or action taken by governmental authority in hindering or defending against any of these. 1 Mobile Equipment "Bodily injury' or "property damage" arising out of the use of "mobile equipment" in, or while in practice for, or while being prepared for, any prearranged racing speed, demolition, or stunting activity. j. Pollution (1) "Bodily injury" or "property damage" arising out of the actual, alleged or threatened discharge, dispersal, seepage, migration, release or escape of "pollutants": (a) At or from any premises, site or location Mich is or was at any time owned or occupied by, or recited or loaned to, any insured. However, this subparagraph does not apply to (i) "Bodily injury" if sustained within a building and caused by smoke, fumes, vapor or soot produced by or originating from equipment that is used to heat, cool, or dehumidify the building, or equipment that is used to heat water for personaluse, by the building's occupants or their guests; (if) "Bodily injury" or "property damage" arising out of heat, smoke or fumes from a "hostile fire"; (b) At or from any premises, site or location which is or was at any tirrre used by or for any insured or others for the handling, storage, disposal, processing or treatment of waste; (c), Which are or were at any time transported, handled, stored, treated, disposed of, or processed as waste by or for; (I) Any insured; or (ii) My person or organization for whom you may be legally responsible; or (d) At or from any premises, site or location on which any insured or any contractors or subcontractors working directly or indirectly on any , insureds behalf are performing operations if the "pollutants" are brought on or to the premises, site or location in connection with such operations by such insured, contractor or subcontractor, However, this subparagraph does not apply to: (1) "Bodily injury" or "property damage" arising out of the escape of fuels, lubricants or other operating fluids Mich are needed to perform the normal electrical, hydraulic or mechanical functions necessary for the operation of "mobile equipment" or its parts, if such fuels, lubricants or other operating fluids escape from a vehide part designed to hold, store or receive them. This exoption does not apply if the "bodily injury" or "property damage" arises out of the intentional discharge, dispersal or release of the fuels,. lubricants or other operating fluids, or if such fuels, lubricants or other operating fluids are brought on or to the premises, site or location tMrth the intent that they be discharged, dispersed or released as part of the operations being performed by such insured, contractor or subcontractor; CSG 00 09 04 13 ©Insurance Services Office, Ina, 2012 Page 3 of 9 (0) "Bodily injury' or "property damage" sustained within a building and caused by the release of gases, fumes or vapors from materials brought into that building in iineectlon V`Mth oder ol s being performed by or on behalf of any insured; or (iii) "Bodily injury' or "property damage„ arising out of heat, smoke or furies from a "hostile fire". (e) At or from any prerrises, site or location on which any insured or any contractors or subcontractors working directly or indirectly on any insureds behalf are performng operations if the operations are to test for, monitor, dean up, remove, contain, treat, detoxify or neutralize, or in any way respond to, or assess the effects of "pollutants". (2) Any Ions, cost or expense arising out of any: (a) Request, demand, order or statutory or regulatory requirement that any insured or others test for, monitor, dean up, remove, contain, treat, detoxify or neutralize, or in any way respond to, or assess the effects of "pollutants"; or (b) aalm or suit by or on behalf of a govemrr ental authority for damages because of testing for, monitoring, cleaning up, removing, containing, treating, detoxifying or neutralizing, or in any way responding to, or assessing the effects of "pollutants". However, this paragraph does not apply to liability for damages because of "property damage" that the insured would have in the absence of such request, demand, order or statutory or regulatory requirement, or such daim or "suit" by or on behalf of a governmental authonty. k. Damage To Impaired Property Or Property Not Physically Injured "Property damage" to "impaired property" or property that has not been physically injured, arising out of: (1) A defect, deficiency, inadequacy or dangerous condition in "work' performed for you by the "contractor"; or (2) A delay or failure by you or anyone acting on your behalf to perform a contract ,or agreement in accordance with its terms. Page4 of 9 This exclusion does not apply to the loss of use of other property arising out of sudden and accidental physical injury to "work` performed for you by the "contractor". I. Electronic Data Damages arising out of the loss of, loss of use of, damage to, corruption of, inability to access, or inability to manipulate electronic data l-bwever, this exclusion does not apply to liability for damages because of "bodily injury`_ As used in this exclusion, electronic data means information, facts or programs stored as or on, created or used on, or transmitted to or from computer software, induding systems and . • •iicatioris software, hard or floppy disks, CD • tapes, drives, ells, data processing devices or any other media which are used with electronically controiled equipment. SUPPLEIVEVTARY PAYM-Nib 1. We will pay, with respect to any claim we investigate or settle, or any "suit" against an insured we defend: a All expenses we incur. b. Up to $250 for cost of bail bonds required because of acddents or traffic law violations arising out of the use of any vehide to which this insurance applies. We do not have to furnish these bonds. c. The cost of bonds to release attachments, but only for bond amounts within the applicable limit of insurance;. We do not have to furnish these bonds. d. All reasonable expenses incurred by the insured at our request to assist us in the investigation or defense of the daim or "suit", including actual loss of earnings up to $250 a day because of time off from work. a All court costs taxed against the insured in the "suit". I-bwever, these payments do not include attorneys' fees or attorneys' expenses taxed against the insured. f. Prejudgment interest awarded against the insured on that part of the judgment we pay. If we rnake an offer to pay the applicable limit of insurance, w,e well not pay any prejudgment interest based on that period of time after the offer. All interest on the full amount of any judgment that accrues after entry of the judgment and before we have paid, offered to pay, or deposited in court the part of the judgment that is within the applicable limit of insurance. g. ©Insurance Services Office, Inc., 2012 CG 00 09 0413 h. E enses incurred by the insured for first,aid administered to others at the tinie`bf an acddent for "bodily injury' to which this it urarice applies. These payments willnot reduce. the limits of Insurance.' 2. If we defend an insured against a "suit" and an indemnitee of -the insured is'aiso named as a party to the "suit",' we will defend.that indemnitee if all of the following conditions are met: a The "suite against the indemnitee seeks damages for which the insured has assumed the liability of the indemnitee in a contract or agreement that is an "insured contract; b. This insdrance applies to such liability assumed - by the insured; c. The obligation to defend, .or the 5cest of the defense of, that indemnitee, has also been assumed by the insured lit the same "insured contract"; d. The allegations in the "suit" and the intonation we know about -the "occurrence" are such that no conflict appears to exist betvueen theiriterests of the insured and the interests of the inderrnitee; a The inderril;litee and the insured ask us to conduct ° and . cantroi the -,defense .of that Indermitee against'such'"suit" and agree that we - can assign the same counsel -to defend the insured and the indemnitee; and f. The indermitee: (1) -Agrees in writing to: (a)" Cooperate with. us in the investigation, settlement or defense of the "suit (b) Irimediately send us copies of any demands,., notices, summonses or Iegaf papers, received - in connection with thhe 'suit'; (c) ;Notify any other insurer whose coverage is available to the indempitee; and (d) Cooperate with us, with respect to coordinating other ,applicable insurance available to the indemnitee; and • (2) Provides us with written authorization to:' (a) Obtain records and other 'information related to the "suit"; and (b) Conduct and -control` the defense of the indemnitee in such "suit". So long as the above .conditions are met, attomeys' fees incl ned,by, us'iri the defehse,of that indemnitee, necessary litigation 'expenses" incurred by us and necessary litigation expensesincurred by the Indemnitee atY our request •_ will° be paid as Suppierr ntary� Payments. J,; Notwithstanding the provisions of Paragraph 2.b(2) of Section I - CoveradC es - Bodily Injury And T Property Damage Liability, such payments .viii not :be,deemed to be dames for "bodily injury',°arid "prperty damage" and ill not reduce the limits of insurance. Ox obligation to defend an insured's inderrnitee and to pay, for attorneys' fees an, d„necessary litigation expenrxo as Supplementary'Payments ends when we have .used up,the appiicahle.Iimt ofiinsuranoe in the payment of judgmentss' or settlements or the conditions set forth above,,: or__ the terms.,of the agreen�nt described`in'•;Paragraph'fr abbve;'are no longer met SECTION II - WHO IS AN INSURED 1. If you are designated in the t diaration as: a An individual, you and your spouse are insureds. b. A partnership`or joint venture; •you are an insured. Your members, your'parthers;' and their spouses are also insureds, but only With'. respect to their duties as.partners or members off joint_venture, c. A limited liability cottony, you'are an insured. Your members are also instireds, butronly with respect to their. duties as ;merribers ;of a limited liability -company. •Your managers -are insureds, but only. -with respect to their:duties as your managers. d. An -organization other than a, partnership, .joint venture or lirrited liability -company, you are an insured. Your "executive officers” and directors are insureds, but only with respect to their duties as your officers or 'directors. Your stockholders are also insureds, but only with" respect to their liability as stockholders. 2. Eac h.of the following is also an insured: a Any person (other than. your"e`rrployee") -or any organization while acting as your real -estate manager: CG 0009 0413 Olnsurance Services Office, Inc, 2012 Page 5 of 9 b. Any person or organization having proper temporary custody of your property if you die, but only: With respect to liability arising out of the maintenance or use of that property; and (2) Until your -legal representative has been appointed. c. Your legal representative if you die, but only with respect to duties as such. That representative will have all your rights and duties under this Coverage Part. No person or organization Is an insured with respect to the conduct of any current or past partnership, joint venture or limited liability corpany that is not shown as a Named insured in the Declarations. SECTION III - UMTS OF INSURANCE 1. The Limits of Insurance shown in the Declarations and the rules below fix the most we will pay regardless of the number of: a Insureds; bClaim made or "suits" brought; or c. Persons or organizations making claims or bringing "suits". 2 The Aggregate Unit is the rrrost we will pay for the sum of damages because of all "bodily injury` and "property damage". 3. Subject to Paragraph 2 above, the Each Occurrence Limit is the most we will pay for the sum of damages because of all "bodily Injury' and "property damage" arising out of any one "occurrence". If you designate more than one project in the Declarations, the Aggregate Unit shall apply separately to each project. The Limits of Insurance of this Coverage Part apply rn*nl. , *sem nor.h ,11i e 1 i ..i d t.-..-..... , 4J 4I QIGI y 4V cctln I wJ tswuu vo alit Iucu J I L JJu ai fU Lv c'J ty remaining period of less than 12 months, starting with the beginning of the policy period shown in the Declarations, unless the policy period is extended after issuance for an additional period of less than 12 months. In that case, the additional period wiil be deemed part of the last preceding period for purposes of determining the Urrits of Insurance. SECTION IV- CONDMONS 1. Bankruptcy Bankruptcy or insolvency of the insured or of the insureds estate will not relieve us of our obligations under this Coverage Part. 2 Cancellation a The first Named insured shown in the Declarations may cancel this policy by mailing or delivering to us advance written notice of cancellation. b. I./1e may cancel this policy by mailing or delivering to the first Named Insured and the `contractor" written notice of cancellation at least: (1) 10 days before the effective date of cancellation 0 we cancel for nonpayment of premium; or (2) 30 days before the effective date of cancellation if we cancel for any other reason. c. We will mall or deliver our notioes to the first Named Insured's and the "contractor's" last mailing address known to us. d. Notice of cancellation innll state the effective date of cancellation. The policy period will end on that date. e. If this policy is cancelled, we will send the "contractor" any premium refund due. if we cancel, the refund will be pro rata, If the first Named insured cancels, the refund may be less than pro rata The cancellation Wil be effective even if we have not made or offered a refund. f. If notice is mailed, proof of mailing Wil be sufficient proof of notice. 3. Changes This policy contains all the agreements between you, the "contractor" and us concerning the insurance afforded. The first Named Insured shown in the Declarations and the' "contractor" are authorized to make changes in the terra of this policy with our consent. This policy's terms can be amended or waived only by endorsement issued by us and made nova n# *hie nu -Jin, aw r.n_u vl 11 211a pnal vy • 4. Duties In The Event Of Oc rune e, Claim Or Suit a You must see to it that we are notified as soon as practicable of an "occurrence" e' which may result in a claim. To the extent possible, notice should include: (1) How, when and where the "occurrence" took place; (2) The names and addresses of any injured persons and witnesses; and Page 6 of 9 © insurance Services Office, Inc., 2012 CG 03 09 0413 (3) The nature and location ..of any, injury or damage arising out of- the "occurrence". b If a claim Is made or "suit" is broughtagainst any insured, you must: (1) Irmhediately record the specifics of -the claim or "suit" and the date received; and (2) Notify us as soon as practicable. • You must see to it that we receive written notice of the daim or "suit" as soon as practicable c. You and any other involved insured must: (1) Irmhediately send us copies of arty demands, notices, summonses or legal papers -received in connection with the claim or "suit"; (2) Authorize us to obtain 'records and other infomiation; (3) Cooperate with us in the investigation or settlement of the claim or defense against the "sem"; and (4) Assist us,' upon our request, : in the enforcement of any right against any person or organization which may be liable' to the insured 'because of injury or damage to which this insurance may also apply. d. No insured -al, except at that'insured's.own cost, voluntarily ` make a payment,' assume any obligation, or incur any expense, otherthan for first aid, without our consent. • 5. Examination Of Your Books And Records ' We may examine and audit your books and records as Weil as the "contractor's" books and records as they relate td this policy at any time during the policy period and up to three years afterward. 6. Inspections And Surveys a We have the right to: (1) Make inspections and surveys at any time; -(2) Give you reports on the conditions we find; and (3) Recorrn nd changes. b. We are not .obligated to . make any. inspections, surveys, reports or recommendations and any such actions we do undertake relate only to insurability and the premiunrs'tobe charged. We do not make safety inspections. We do not undertake to perform the duty of any person or organization, to providefor the health or safety of workers or the public. And we do not warrant that conditions: (1) Are safe or healthful; or CG00090413 (2) Comply with laws, regulations, codes or standards. c. Paragraphs a and b. of this condition apply not only to us,, but also to any rating,, advisory, rate serviceor similar organization" which makes irisuraribe�- ' inspections, surveys, reports or recommendations. d, Paragraph `b. of this condition does not apply to any , „ inspections, ` • surveys, - reports or recommendations we' may make relative to certification, under state or rnunidpel statutes, ordinances or regulations,' of boilers, pressure vessels or elevators. 7. regal AatlonAgairtst Us No person or. organization has a right under this Coverage Part: a. To pin us as a party or otherwise bring us into a "suit asking for damages from an insured; or b To sue us on this Coverage Part unless all of its temps have been fully complied with. A person or organization may sue, us to recover on an agreed settlement or on a.finai judgment against an Insured; but we will not be liable for damages .that are not oayable under the terms of this Coverage Part or teat are in excess of the applicable limit of insurance. An agreed settlement means a settlement and release of liabiliittyy signed by us, the insured and the claimant or'the claimant's legal representative. a Other insurance - Tlhe insurance afforded by this Coverage Part is primary insurance: and.we .will not cock contribution from any other insurance available to you unless the other insurance is provided by a contractor - other than the designated "contractor" -for the same operation and job location designated in the Declarations. Then we will, share.;with that other Insurance by the method described below. If all of the other insurance pemrits Contribution by equal shares, weal follow this method also. Under this approach, each. insurer Contributes equal amounts until it has- paid its applicable limit of insurance or none of the Toss remains, whichever corres.first. If any of the other insurance does not pewit contribution by equal shares, -we will contribute -by limits. Under this method, each insurer's share is based on the ratio of its applicable lirrit of insurance to the total applicable limits of` insurance of all insurers: 9. Premiums The "contractor": a Isresponsible for the payment of all premiums; m *Insurance Services Office, Inc., 2012 Page 7 of 9 b. WH be the payee for any return premiums v4e pay. 10. Pren iumAudit a We will compute all premiums for this Coverage Part in accordance with our rules and rates. b. Premium shown in this Coverage Part as advance premium is a deposit premium only. At the dose of eadi audit period we will corrpute the earned premium for that period and send notice to the "contractor". The due date for audit and retrospective premiums is the date shown as the due date on the bill. if the sum of the advance and audit premiums paid for the policy period is greater than the earned premium, we will return the excess to the "contractor". C„ The "contractor" must keep records of the information we need for premium computation, and send us copies at such times as we may request. 11. Separation Of Insureds Except with respect to the Limits of Insurance, and any rights or duties specifically assigned in this Coverage Part to the first Named Insured, this insurance applies: a As if each Named Insured were the only Named Insured; and b. Separately to each insured against whom claim is made or "suit" is brought 12. Transfer Of Rights Of Recovery Against Others To !is If insured has rights to recover all or part of any payment we have made under this Coverage Part those rights are transferred to us. The insured must do nothing after loss to impair them. At our request, the insured wall bring "suit' or transfer those rights to us and help us enforce them. 13. When We Do Not Renew if we decide not to renew this Coverage Part, we will mail or deliver to the first Named Insured shown in the Declarations written notice of the nonrenewal not less than 30 days before the expiration date. If notice is mailed, proof of mailing viii be sufficient proof of notice. a:Cllaq V- DIFINITIOt'd 1. "Auto" means: a. A land motor vehicle, trailer or semitrailer designed for travel on public roads, including any attached machinery or equipment; or b. Any other land vehicle that Is subject to a compulsory or financial responsibility law or other motor vehicle insurance Taw where it is licensed or principally garaged. However, "auto" does not include "mobile equipment". 2. "Bodily injury" means bodily injury, sickness or disease sustained by a person, including death resulting from any of these at any time. 3. "Contractor" means the contractor designated in the Declarations. 4 "Employee" includes a "leased vwrker". "Employee" does not include a "temporary worked". 5. "Executive officer" means a person holding any of the officer positions created by your charter, constitution, bylaws or any other similar governing document. 6. "Hostile fire" means one which becomes uncontrollable or breaks out from where it was intended to be. 7. "Impaired property" means tangible property, other than vwrk performed for you, that cannot be used or is less useful because: a. It incorporates work performed for you that is known or thought to be defective, deficient, inadequate or dangerous; or b. You have failed to fulfill the terms of a contract or agreement; if such property can be restored to use by the repair, ___replacement, _adjustment-_or__removal _ofthe ark performed for you or your fulfilling the terms of the contract or agreement. a "Insured contract" means: a A lease of premises; b. A sidetrack agr reI k J 11, C., My easement or license agreement, except in connection with construction or demolition operations on or within 50 feet of a railroad; d. An obligation, as required by ordinance, to indemnify a municipality, except in connection with work for a municipality; or e. An elevator maintenance agreement. 9. "Leased worker" means a person leased to you by a Tabor leasing firm under an agreement between you and the labor leasing firm, to perform duties related to the conduct of your business. "Leased worker" does not include a "temporary worker". Page 8 of 9 ©Insurance Services Office, Inc, 2012 CG 00 09 0413 10. "Moble,equipment" means any of the followingytypes of land vehicles, including any attached rnachinerypr equipment: a Bulldozers, farm machinery, forklifts' end other . vehicles designed for use 'principally_ off. public .,., roads; b. Vehicles maintained for use solely on or next to prenises you own or rent; a Vehides that travel on crawler treads; d. Vehicles, whether self-propelled or not, maintained primarily to provide mobility to permanently mounted: (1) Power cranes, shovels, loaders, diggers or drills; or (2) Road construction or resurfacing equipment such as graders, scrapers or rollers; e. Vehides not described in Paragraph a; eb, c or d. above that are not self-propelled.-4and .are maintained primarily to provide mobility to permanently attached equipment of the following l Des: (1) Air corrpressors, pumps and generators, including spraying, weIding, building cleaning, geophysical exploration, lighting and well servicing equipment; or (2) Cherry pickers and similar devices used to raise or lower workers; f. Vehicles not described in Paragraph a, b., c. or d. above maintained primarily for purposes other than the transportation of persons or cargo. Fbwever, self-propelled vehicles with the following types of permanently attached equipment are not "mobile equipment" but will be considered "autos": (1) Equipment designed primarily for: (a) Snow removal; (b) Road maintenance, but not construction or resurfacing or (c) Street leaning; (2) Cherry pickers and simlar devices mounted on automobile or truck chassis and used to raise or lower workers; and (3) Air compressors, purrps and generators, inducing spraying, welding, building cleaning, geophysical exploration, lighting and well) servicing equipment. CG00 090413 l -b ever, "mobile equipment"- does not include_ land vehicles that are subject to a corripulsary or finandal responsibility law or other motor vehicle insurance iaw.vuhere it is licensed or principally garaged. Land veFdes , subject to a compulsory or financial reaporiSibijity Iavv or other motor vehicle insurance law are considered "autos". 11. "Occurrence" means an .. accident, .,.nincluding continuous or repeated exposure to substantially the same general harmful conditions. 12 "Pollutants" mean any- solid,—liquid, gaseous or thermal irritant or contaminant; rinduding •.smoke, vapor, soot, fumes, acids, alkalis, chemicals and waste. Waste includes materials- to be recycled, reconditioned or reclaimed. 13. 'Property damage" was. - a. Physical injury to tangible'"property, induding ail resulting loss of use of that 'property. All such loss of use, shall be deemed to occur at the time of the physical injury that caused it; or b. Loss of use of tangible property that is not physically injured: All sirchlass •of use shall be deemed to occur at the time of the "occurrence" that caused ft. For the purposes of this insurance, electronic data is not tangible property. As used in this definition, electronic data means information, facts or programs stored as or on, created or used on, or transmitted to or from, computer software, including systems and applications software, hard or floppy disks, CD- FKJMs, tapes, drives, cells, data processing devices or any other media which are used with electronically controlled equipment. 14. "Suit" means a civil proceeding, brought in the United States of America (including its territories and possessions), Puerto Rico or Canada, in which damages because of "bodily injury" or "property damage" to vtich this insurance applies are alleged. "Suit' includes: a An arbitration proceeding in which such damages are claimed and to which the insured must submit or does submit with our consent; or b. Any other alternative dispute resolution proceeding in which such damages are claimed and to which the insured submits with our consent. 15. `Temporary worker" means a person who is furnished to you to substitute for a permanent "employee" on leave or to meet seasonal or short- term workload conditions. 16. "Work' includes materials, parts or equipment furnished in connection with the operations: ©Insurance Services Office, inc., 2012 Page 9 of 9 POLICY NUMBER: OCP3653487 ACCELERATED CONSTRUCTION & EXCATING, LLC THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATION TO NEvIONA T Ei PERSON(S) On ORGANJL# 1 torts j OTHER THAN THE NAMED INSURED This policy Is subject to the following conditions. SCHEDULE Number of Days Notice 30 Nano of Person(s) orOrpanizaticn(s) MaIlIng Address CITY OF YAKIMA 129 NORTH SECOND STREET YAKIMA, WA 98901 If this policy Is cancelled, we will mall or deliver to the persons) or organtzation(s) listed in the Schedule above written notice of cancellation at least: a. io days before the effective date of cancellation if we cancel for non-payment of premium; or b. The number of days shown In the Schedule above before the effective date of cancellation if wa cancel for any other reason. In no event, however, wilt notice of cancellation be less than the minimum number of days required by the Jurtsdlotlon to which this endorsement applies. if notice is mailed, proof of mailing to the address shown In the Schedule above will be sufifolent proof of notice. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 5/1/2017 https://www.i nsurance.wa.gov/consum ertool kit/Com pany/Com panyProfil e.aspx?WAOIC = 200 Consumer tools Agent and Company Lookup Orders Independent Review Decisions BITCO GENERAL INSURANCE CORPORATION Licensing 1 Appointments 1 Complaints 1 Orders 1 National Info 1 Ratings 1 Tax Filings I Back to Search General information Name: BITCO GENERAL INSURANCE CORPORATION Corporate family group: OLD REPUBLIC GRP 0 Organization type: PROPERTY Doing Business As (DBA): Unavailable Contact information Registered address 320 18TH ST ROCK ISLAND, IL 61201 Telephone WAOIC: 200 309-786-5401 NAIC: 20095 Status: ACTIVE Admitted date: 07/23/1963 Ownership type: STOCK back to top Types of coverage authorized to sell a 'Insurance types !Casualty Marine !Property ;Surety !Vehicle ^ back to top Mailing address 3700 MARKET SQUARE CIR DAVENPORT, IA 52807- 2309 Telephone 800-475-4477 Agents and agencies that represent this company (Appointments) a View agents ; I View agencies back to top Company complaint history o View complaints ^ hick_ to top Orders issued since 2010 o a ;Order Number ;Most Recent Issue Order Summary !Date https.//www.i nsurance.wa.gov/consum ertool kit/Com pany/Com panyProfile.aspx?WAOIC=200 1/2 5/1/2017 https://www.insurance.wa.gov/consum ertool kit/Com pany/Com panyProfi I e.aspx?WAO IC = 200 12-0137 '07/10/2012 Fine levied for failure to issue an endorsement changingthe rate to comply with the Commissioner's disapproval prior to the date the rate is deemed no longer effective; failing to stop using the 'disapproved rate; using, and continuing for .over six years, to use a rate which as been disapproved. R... Fine levied for failing to timely renew its insurance producer appointments and allowing producers with lapsed appointments ; to complete insurance transactions. RCW 48.17.160; WAC 284-17-443; WAC 284-17- 490. 16-0024 102/12/2016 bacK to top Premium tax filings by tax year o 2016 2015 2014 2013 2012 tacK tp top National information on insurance companies Want more information about this company? The NAIC's Consumer Information (CIS) page allows you to retrieve national financial and complaint information on insurance companies, plus has information and tips to help you understand current insurance issues. back to top Ratings by financial organizations The following organizations rate insurance companies on their financial strength and stability. Some of these companies charge for their services. 'A.M. Best 'Weiss Grou,p_Ratings Standard and Poor's Corp Moody's Investors Service Fitch €RCA_ Duff and Phelps Ratings Disclaimer: Links to external or third -party websites are provided solely for visitors' convenience. Links you take to other sites are done so at your own risk and our office accepts no liability for any external linked sites or their content. Be aware that not all financial rating companies use the same rating processes. ba k co top 0 https://www.i nsurance.wa. gov/cons umertool ki t/C ompany/C om panyProfi I e.aspx?W AOI C =200 SCHEDULE OF WORKING HOURS CITY OF YAKIMA E VIOLA AVE. (1-82) AND S 22ND ST. WATER MAIN REPLACEMENT CITY OF YAKIMA PROJECT NO. AC2262 HLA PROJECT NO. 17031 In accordance with Section 1-08.0(2) Hours of Work, the normal straight time working hours for this project will be from -7 'civ a m. to 6.--'- 3 O p.m., y days per week. It is understood that normal straight time working hours shall not exceed 40 hours per week, regardless of the number of days worked per week All hours worked in excess of 40 hours per week shall be considered as overtime hours subject to the reimbursement provisions of Section 1-08.0(2) Hours of Work Overtime hours are defined as any hours in excess of or outside of the above normal straight time working hours when the Contractor and/or his subcontractors are on the project site performing work. I hereby certify that my subcontractors have been notified of the normal straight time working hours provisions of this project and understand that Engineer/Contracting Agency costs for overtime hours will be deducted from amounts due to me for work performed on the project. Acc e)e,A 4 -ed (9045-17,,t4:.4 F ,„ 4,A +; L. L 6 Contractor Signature 5_—/-)7 Date G:\PROJECTS\2017\17031E\SPEC\17031 SPEC.docx 4-6 CITY OF YAKIIVMA SUBCONTRACTOR'S CERTIFICATION Subcontractor's Certification is not required at the time of bid. This Certification must be completed by each subcontractor prior to award of any subcontract: (SUBCONTRACTOR) �; 1 certifies that: 1 It intends to use the following listed construction trades in the work under the subcontract: cF , GM_ 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 ail construction work tboth federal and non-federal) in the Yakima, Washington area subject to these Bid Conditions, those trades being rt�+t>tititvrJ v Cyt�x► r=ic Ce- r,wt-. PrP,V'i�- 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 rinaLi r+ of Auittrus ..ed f2rpresentative :?f Bidder) 3.16 SECTION 5 - LABOR STANDARDS AND WAGE RATE CONDITIONS G:\PROJECTS\2017\17031 E\SPEC\17031 SPEC.docx 5-1 PREVAILING WAGE RATES The prevailing rate of wages to be paid to all workmen, laborers, or mechanics employed in the performance of any part of this Contract shall be in accordance with the provisions of Chapter 39 12 RCW, as amended The rules and regulations of the Department of Labor and Industries and the schedule of prevailing wage rates for the locality or localities where this Contract will be performed as determined by the Industrial Statistician of the Washington State Department of Labor and Industries, are by reference made a part of this Contract. A schedule of prevailing wage rates is included in these Specifications. Inasmuch as the CONTRACTOR will be held responsible for paying this schedule of wages, it is imperative that all contractors and subcontractors familiarize themselves with the current wage rates before submitting bids based on these Specifications. Before any payment is made by the local government body of any sums due under this Contract, the local government body must receive from the CONTRACTOR and each subcontractor a copy of the "Statement of Intent to Pay Prevailing Wages" approved by the Washington State Department of Labor and Industries. Following the acceptance of the project, the Contracting Agency must receive from the CONTRACTOR and each subcontractor a copy of "Affidavit of Wages Paid" and, in addition, from the prime contractor a copy of "Release for the Protection of Property Owners and General Contractor," all approved by the Washington State Department of Labor and Industries Forms may be obtained from the Department of Labor and Industries. The CONTRACTOR and each subcontractor shall pay all fees associated with and make all applications directly to the Department of Labor and Industries These affidavits will be required before any funds retained, according to the provisions of RCW 60.28.010, are released to the CONTRACTOR. Payment by the CONTRACTOR and subcontractor of any fees shall be considered incidental to the construction and all costs shall be included in other pay items of the project. The Contractor and all Subcontractors shall also be required to submit certified weekly payroll forms with an accompanying "Statement of Compliance" so that payment of prevailing wage rates and fringe benefits may be verified. Certified payrolls must be completed using the U S. Department of Labor Payroll Form WH347 found at www.dol.gov. Certified payrolls are required to be submitted by the Contractor to the Engineer, for the Contractor, all Subcontractors, and lower tier subcontractors If these certified payrolls are not supplied within ten calendar days of the end of the preceding weekly payroll period, any or all payments may be withheld until compliance is achieved. Failure to provide these payrolls could also result in other sanctions as provided by State laws (RCW 39.12.050) and/or Federal regulations (29 CFR 5.12). All certified payrolls shall be complete and explicit. Employee labor descriptions used on certified payrolls shall coincide exactly with the labor descriptions listed on the minimum wage schedule in the Contract unless the Engineer approves an alternate method to identify the labor used by the Contractor to compare with the labor listed in the Contract Provisions. When an apprentice is shown on the certified payroll at a rate less than the minimum prevailing journey wage rate, the apprenticeship registration number for that employee from the State Apprenticeship and Training Council shall be shown along with the correct Employee classification code G:\PROJECTS\2017\17031 E\SPEC\17031 SPEC.docx 5-2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Page 1 of 14 State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the Benefit Code Key. Journey Level Prevailing Wage Rates for the Effective Date: 4/24/17 County Trade Job Classification Wage Holiday Overtime Note Yakima Asbestos Abatement Workers Journey Level $17.83 1 Yakima Boilermakers Journey Level $64.54 5N 1C Yakima Brick Mason Journey Level $46.34 5A 1M Yakima Building Service Employees Janitor $11.00 1 Yakima Building Service Employees Shampooer $11.14 1 Yakima Building Service Employees Waxer $11.00 1 Yakima Building Service Employees Window Cleaner $11.00 1 Yakima Cabinet Makers (In Shop) Journey Level $16.35 1 Yakima Carpenters Journey Level $29.72 1 Yakima Cement Masons Journey Level $40.80 7B 1N Yakima Divers & Tenders Diver $108.77 5D 4C 8A Yakima Divers & Tenders Diver On Standby $66.05 5D 4C Yakima Divers & Tenders Diver Tender $59.88 5D 4C Yakima Divers & Tenders Surface Rcv & Rov Operator $59.88 5D 4C Yakima Divers & Tenders Surface Rcv & Rov Operator Tender $55.76 5A 4C Yakima Dredge Workers Assistant Engineer $56.44 5D 3F Yakima Dredge Workers Assistant Mate (Deckhand) $56.00 5D 3F Yakima Dredge Workers Boatmen $56.44 5D 3F Yakima Dredge Workers Engineer Welder $57.51 5D 3F Yakima Dredge Workers Leverman, Hydraulic $58.67 5D 3F Yakima Dredge Workers Mates $56.44 5D 3F Yakima Dredge Workers Oiler $56.00 5D 3F Yakima Drywall Applicator Journey Level $41.68 5D 4C Yakima Drywall Tapers Journey Level $37.46 7E 1P Yakima Electrical Fixture Maintenance Journey Level $43.32 1 Workers Yakima Electricians - Inside Cable Splicer $59.51 5A 1 E Yakima Electricians - Inside Journey Level $59.30 5A 1E Yakima Electricians - Inside Welder $61.50 5A 1E Yakima Electricians - Motor Shop Craftsman $15.37 1 Yakima Electricians - Motor Shop Journey Level $14.69 1 Yakima Electricians - Powertine Cable Splicer $71.85 5A 4D Construction Yakima Certified Line Welder $65.71 5A 4D https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 4/3/2017 Page 2 of 14 Electricians - Powerline Yakima Electricians - Powerline Groundperson $44.12 5A 4D Construction Yakima Electricians - Powerline Heavy Line Equipment Operator $65.71 5A 4D Construction Yakima Electricians - Powerline Journey Level Lineperson $65.71 5A 4D Construction Yakima Electricians - Powerline Line Equipment Operator $55.34 5A 4D Construction Yakima Electricians - Powerline Pole Sprayer $65.71 5A 4D Construction Yakima Electricians - Powerline Powderperson $49.16 5A 4D Construction Yakima Electronic Technicians Journey Level $23.40 1 Yakima Elevator Constructors Mechanic $85.45 7D 4A Yakima Elevator Constructors Mechanic In Charge $92.35 7D 4A Yakima Fabricated Precast Concrete Craftsman - In -Factory Work Only $11.00 1 Products Yakima Fabricated Precast Concrete Journey Level - In -Factory Work Only $11.00 1 Products Yakima Fence Erectors Fence Erector $13.79 1 Yakima Ftaggers Journey Level $24.62 1 Yakima Glaziers Journey Level $22.43 61 1B Yakima Heat a Frost Insulators And Journey Level $25.32 1 Asbestos Workers Yakima Heating Equipment Mechanics Journey Level $34.85 1 Yakima Hod Carriers & Mason Tenders Journey Level $37.54 7A 31 Yakima Industrial Power Vacuum Journey Level $11.00 1 Cleaner Yakima Inland Boatmen Journey Level $11.00 1 Yakima Inspection/Cleaning/Seating Of Cleaner Operator, Foamer Operator $11.00 1 Sewer & Water Systems By Remote Control Yakima Inspection/Cleaning/Seating Of Grout Truck Operator $11.48 1 Sewer & Water Systems By Remote Control Yakima Inspection/Cleaning/Sealing Of Head Operator $12.78 1 Sewer & Water Systems By Remote Control Yakima Inspection/Cleaning/Seating Of Technician $11.00 1 Sewer & Water Systems By Remote Control Yakima Inspection/Cleaning/Sealing Of Tv Truck Operator $11.00 1 Sewer & Water Systems By Remote Control Yakima Insulation Applicators Journey Level $41.68 5D 4C Yakima Ironworkers Journeyman $57.66 7N 10 Yakima Laborers Air, Gas Or Electric Vibrating Screed $36.47 7A 31 Yakima Laborers Airtrac Drill Operator $37.54 7A 31 Yakima Laborers Ballast Regular Machine $36.47 7A 31 Yakima Laborers Batch Weighman $34.25 7A 31 Yakima Laborers Brick Pavers $36.47 7A 31 Yakima Laborers Brush Cutter $36.47 7A 31 https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 4/3/2017 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Page 3ofl4 ,Yakima Laborers Brush Hog Feeder ( $36.47 7A 31 Yakima Laborers Burner $36.47 7A 31 Yakima Laborers Caisson Worker $37.54 7A 31 Yakima Laborers Carpenter Tender $36.47 7A 31 Yakima Laborers Cement Dumper -paving $37.09 7A 31 Yakima Laborers Cement Finisher Tender $36.47 7A 31 Yakima Laborers Change House Or Dry Shack $36.47 7A 31 Yakima Laborers Chipping Gun (under 30 Lbs.) $36.47 7A 31 Yakima Laborers Chipping Gun(30 Lbs. And Over) $37.09 7A 31 Yakima Laborers Choker Setter $36.47 7A 31 Yakima Laborers Chuck Tender $36.47 7A 31 Yakima Laborers Clary Power Spreader $37.09 7A 31 Yakima Laborers Clean-up Laborer $36.47 7A 31 Yakima Laborers Concrete Dumper/chute Operator $37.09 7A 31 Yakima Laborers Concrete Form Stripper $36.47 7A 31 Yakima Laborers Concrete Placement Crew $37.09 7A 31 Yakima Laborers Concrete Saw Operator/core Driller $37.09 7A 31 Yakima Laborers Crusher Feeder $34.25 7A 31 Yakima Laborers Curing Laborer $36.47 7A 31 Yakima Laborers Demolition: Wrecking a Moving (incl. Charred Material) $36.47 7A 31 Yakima Laborers Ditch Digger $36.47 7A 31 Yakima Laborers Diver $37.54 7A 31 Yakima Laborers Drill Operator (hydraulic,diamond) $37.09 7A 31 Yakima Laborers Dry Stack Walls $36.47 7A 31 Yakima Laborers Dump Person $36.47 7A 31 Yakima Laborers Epoxy Technician $36.47 7A 31 Yakima Laborers Erosion Control Worker $36.47 7A 31 Yakima Laborers Faller it Bucker Chain Saw $37.09 7A 31 Yakima Laborers Fine Graders $36.47 7A 31 Yakima Laborers Firewatch $34.25 7.4 31 Yakima Laborers Form Setter $36.47 7A 31 Yakima Laborers Gabian Basket Builders $36.47 7A 31 Yakima Laborers General Laborer $36.47 7A 31 Yakima Laborers Grade Checker a Transit Person $37.54 7A 31 Yakima Laborers Grinders $36.47 7A 31 Yakima Laborers Grout Machine Tender $36.47 7A 31 Yakima Laborers Groutmen (pressure)including Post Tension Beams $37.09 7A 31 Yakima Laborers Guage and Lock Tender $37.64 7A 31 Yakima Laborers Guardrail Erector $36.47 7A 31 Yakima Laborers Hazardous Waste Worker (level A) $37.54 7A 31 Yakima Laborers Hazardous Waste Worker (level B) $37.09 7A 31 Yakima Laborers Hazardous Waste Worker (level C) $36.47 7A 31 Yakima Laborers High Scaler $37.54 7A 31 Yakima Laborers Jackhammer $37.09 7A 31 https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 4/3/2017 Page 4 of 14 Yakima Laborers Laserbeam Operator $37.09 7A 31 Yakima Laborers Maintenance Person $36.47 7A 31 Yakima Laborers Manhole Builder-mudman $37.09 7A 31 Yakima Laborers Material Yard Person $36.47 7A 31 Yakima Laborers Motorman -dinky Locomotive $37.09 7A 31 Yakima Laborers Nozzleman (concrete Pump, Green Cutter When Using Combination Of High Pressure Air a Water On Concrete Et Rock, Sandblast, Gunite, Shotcrete, Water Bla $37.09 7A 31 Yakima Laborers Pavement Breaker $37.09 7A 31 Yakima Laborers Pilot Car $34.25 7A 31 Yakima Laborers Pipe Layer(lead) $37.54 7A 31 Yakima Laborers Pipe Layer/tailor $37.09 7A 31 Yakima Laborers Pipe Pot Tender $37.09 7A 31 Yakima Laborers Pipe Reliner $37.09 7A 31 Yakima Laborers Pipe Wrapper $37.09 7A 31 Yakima Laborers Pot Tender $36.47 7A 31 Yakima Laborers Powderman $37.54 7A 31 Yakima Laborers Powderman's Helper $36.47 7A 31 Yakima Laborers Power Jacks $37.09 7A 31 Yakima Laborers Railroad Spike Puller - Power $37.09 7A 31 Yakima Laborers Raker - Asphalt $37.54 7A 31 Yakima Laborers Re-timberman $37.54 7A 31 Yakima Laborers Remote Equipment Operator $37.09 7A 31 Yakima Laborers Rigger/signal Person $37.09 7A 31 Yakima Laborers Rip Rap Person $36.47 7A 31 Yakima Laborers Rivet Buster $37.09 7A 31 Yakima Laborers Rodder $37.09 7A 31 Yakima Laborers Scaffold Erector $36.47 7A 31 Yakima Laborers Scale Person $36.47 7A 31 Yakima Laborers Sloper (over 20") $37.09 7A 31 Yakima Laborers Sloper Sprayer $36.47 7A 31 Yakima Laborers Spreader (concrete) $37.09 7A 31 Yakima Laborers Stake Hopper $36.47 7A 31 Yakima Laborers Stock Piler $36.47 7A 31 Yakima Laborers Tamper Et Similar Electric, Air Et Gas Operated Tools $37.09 7A 31 Yakima Laborers Tamper (multiple Et Self- propelled) $37.09 7A 31 Yakima Laborers Timber Person - Sewer (tagger, Shorer Et Cribber) $37.09 7A 31 Yakima Laborers Toolroom Person (at Jobsite) $36.47 7A 31 Yakima Laborers Topper $36.47 7A 31 Yakima Laborers Track Laborer $36.47 7A 31 Yakima Laborers Track Liner (power) $37.09 7A 31 Yakima Laborers Traffic Control Laborer $36.31 7A 31 8R Yakima Laborers Traffic Control Supervisor $36.31 7A 31 8R Yakima Laborers Truck Spotter $36.47 7A 31 Yakima Laborers Tugger Operator $37.09 7A 31 https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 4/3/2017 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Page 5 of 14 'Yakima Laborers Tunnel Work -Miner $37.64 7A 31 8C, Yakima Laborers Vibrator $37.09 7A 31 Yakima Laborers Vinyl Seamer $36.47 7A 31 Yakima Laborers Watchman $31.25 7A 31 Yakima Laborers Welder $37.09 7A 31 Yakima Laborers Well Point Laborer $37.09 7A 31 Yakima Laborers Window Washer/cleaner $31.25 7A 31 Yakima Laborers - Underground Sewer General Laborer Et Topman $36.47 7A 31 Et Water Yakima Laborers - Underground Sewer Pipe Layer $37.09 7A 31 Et Water Yakima Landscape Construction - Irrigation Or Lawn Sprinkler Installers $11.00 1 Yakima Landscape Construction Landscape Equipment Operators Or Truck Drivers $15.45 1 Yakima Landscape Construction Landscaping Or Planting Laborers $11.00 1 Yakima Lathers Journey Level $41.68 5D 4C Yakima Marble Setters Journey Level $46.34 5A 1M Yakima Metal Fabrication (In Shop) Fitter $12.00 1 Yakima Metal Fabrication (In Shop) Laborer $11.00 1 Yakima Metal Fabrication (In Shop) Machine Operator $11.32 1 Yakima Metal Fabrication (In Shop) Painter $12.00 1 Yakima Metal Fabrication (In Shop) Welder $11.32 1 Yakima Millwright Journey Level $26.05 1 Yakima Modular Buildings Journey Level $14.11 1 Yakima Painters Journey Level $32.15 6Z 1W Yakima Pile Driver Journey Level $54.77 5D 4C Yakima Plasterers Journey Level $53.20 7, 1R Yakima Playground Et Park Equipment Journey Level $11.00 1 ' Installers Yakima Plumbers Et Pipefitters Journey Level $78.33 6Z Yakima Power Equipment Operators Asphalt Plant Operators $58.69 7A 3C 8P Yakima Power Equipment Operators Assistant Engineer $55.21 7A 3C 8P Yakima Power Equipment Operators Barrier Machine (zipper) $58.17 7A 3C 8P Yakima Power Equipment Operators Batch Plant Operator, Concrete $58.17 7A 3C 8P Yakima Power Equipment Operators Bobcat $55.21 7A 3C 8P Yakima Power Equipment Operators Brokk - Remote Demolition Equipment $55.21 7A 3C 8P Yakima Power Equipment Operators Brooms $55.21 7A 3C 8P Yakima Power Equipment Operators Bump Cutter $58.17 7A 3C 8P Yakima Power Equipment Operators Cableways $58.69 7A 3C 8P Yakima Power Equipment Operators Chipper $58.17 7A 3C 8P Yakima Power Equipment Operators Compressor $55.21 7A 3C 8P Yakima Power Equipment Operators Concrete Pump: Truck Mount With Boom Attachment Over 42 M $58.69 7A 3C 8P Yakima Power Equipment Operators Concrete Finish Machine -laser Screed $55.21 7A 3C 8P Yakima Power Equipment Operators Concrete Pump - Mounted Or Trailer High Pressure Line Pump, Pump High Pressure. $57.72 7A 3C 8P Yakima Power Equipment Operators $58.17 7A 3C 8P https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 4/3/2017 Page 6 of 14 Concrete Pump: Truck Mount With Boom Attachment Up To 42m Yakima Power Equipment Operators Conveyors $57.72 7A 3C 8P Yakima Power Equipment Operators Cranes Friction: 200 tons and over $60.47 7A 3C 8P Yakima Power Equipment Operators Cranes: 20 Tons Through 44 Tons With Attachments $58.17 7A 3C 8P Yakima Power Equipment Operators Cranes: 100 Tons Through 199 Tons, Or 150' Of Boom (Including Jib With Attachments) $59.28 7A 3C 8P Yakima Power Equipment Operators Cranes: 200 tons- 299 tons, or 250' of boom including jib with attachments $59.88 7A 3C 8P Yakima Power Equipment Operators Cranes: 300 tons and over or 300' of boom including jib with attachments $60.47 7A 3C 8P Yakima Power Equipment Operators Cranes: 45 Tons Through 99 Tons, Under 150' Of Boom (including Jib With Attachments) $58.69 7A 3C 8P Yakima Power Equipment Operators Cranes: A -frame - 10 Tons And Under $55.21 7A 3C 8P Yakima Power Equipment Operators Cranes: Friction cranes through 199 tons $59.88 7A 3C 8P Yakima Power Equipment Operators Cranes: Through 19 Tons With Attachments A -frame Over 10 Tons $57.72 7A 3C 8P Yakima Power Equipment Operators Crusher $58.17 7A 3C 8P Yakima Power Equipment Operators Deck Engineer/deck Winches (power) $58.17 7A 3C 8P Yakima Power Equipment Operators Derricks, On Building Work $58.69 7A 3C 8P Yakima Power Equipment Operators Dozers D-9 Et Under $57.72 7A 3C 8P Yakima Power Equipment Operators Drill Oilers: Auger Type, Truck Or Crane Mount $57.72 7A 3C 8P Yakima Power Equipment Operators Drilling Machine $59.28 7A 3C 8P Yakima Power Equipment Operators Elevator And Man -lift: Permanent And Shaft Type $55.21 7A 3C 8P Yakima Power Equipment Operators Finishing Machine, Bidwell And Gamaco Et Similar Equipment $58.17 7A 3C 8P Yakima Power Equipment Operators Forklift: 3000 Lbs And Over With Attachments $57.72 7A 3C 8P Yakima Power Equipment Operators Forklifts: Under 3000 Lbs. With Attachments $55.21 7A 3C 8P Yakima Power Equipment Operators Grade Engineer: Using Blue Prints, Cut Sheets, Etc $58.17 7A 3C 8P Yakima Power Equipment Operators Gradechecker/stakeman $55.21 7A 3C 8P Yakima Power Equipment Operators Guardrail Punch $58.17 7A 3C 8P Yakima Power Equipment Operators Hard Tail End Dump Articulating Off- Road Equipment 45 Yards. Et Over $58.69 7A 3C 8P Yakima Power Equipment Operators Hard Tail End Dump Articulating Off-road Equipment Under 45 Yards $58.17 7A 3C 8P Yakima Power Equipment Operators Horizontal/directional Drill Locator $57.72 7A 3C 8P https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 4/3/2017 1 1 1 1 1 1 1 1 t i 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 e 1 1 Yakima Power Equipment Operators Page 7 of 14 Horizontal/directional Drill $58.17 7A 3C 8P Operator Yakima Power Equipment Operators • Hydralifts/boom Trucks Over 10 Tons $57.72 7A 3C 8P Yakima Power Equipment Operators Hydralifts/boom Trucks, 10 Tons And Under $55.21 7A 3C 8P Yakima Power Equipment Operators Loader, Overhead 8 Yards. Et Over $59.28 7A 3C 8P Yakima Power Equipment Operators Loader, Overhead, 6 Yards. But Not Including 8 Yards $58.69 7A 3C 8P Yakima Power Equipment Operators Loaders, Overhead Under 6 Yards $58.17 7A 3C 8P Yakima Power Equipment Operators Loaders, Plant Feed $58.17 7A 3C 8P Yakima Power Equipment Operators Loaders: Elevating Type Belt $57.72 7A 3C 8P Yakima Power Equipment Operators Locomotives, All $58.17 7A 3C 8P Yakima Power Equipment Operators Material Transfer Device $58.17 7A 3C 8P Yakima Power Equipment Operators Mechanics, All (leadmen - $0.50 Per Hour Over Mechanic) $59.28 7A 3C 8P Yakima Power Equipment Operators Motor Patrol Graders $58.69 7A 3C 8P Yakima Power Equipment Operators Mucking Machine, Mole, Tunnel Drill, Boring, Road Header And/or Shield $58.69 7A 3C 8P Yakima Power Equipment Operators Oil Distributors, Blower Distribution Et Mulch Seeding Operator $55.21 7A 3C 8P Yakima Power Equipment Operators Outside Hoists (elevators And Manlifts), Air Tuggers,strato $57.72 7A 3C 8P Yakima Power Equipment Operators Overhead, Bridge Type Crane: 20 Tons Through 44 Tons $58.17 7A 3C 8P Yakima Power Equipment Operators Overhead, Bridge Type: 100 Tons And Over $59.28 7A 3C 8P Yakima Power Equipment Operators Overhead, Bridge Type: 45 Tons Through 99 Tons $58.69 7A 3C 8P Yakima Power Equipment Operators Pavement Breaker $55.21 7A 3C 8P Yakima Power Equipment Operators Pile Driver (other Than Crane Mount) $58.17 7A 3C 8P Yakima Power Equipment Operators Plant Oiler - Asphalt, Crusher $57.72 7A 3C 8P Yakima Power Equipment Operators Posthole Digger, Mechanical $55.21 7A 3C 8P Yakima Power Equipment Operators Power Plant $55.21 7A 3C 8P Yakima Power Equipment Operators Pumps - Water $55.21 7A 3C 8P Yakima Power Equipment Operators Quad 9, Hd 41, D10 And Over $58.69 7A 3C 8P Yakima Power Equipment Operators Quick Tower - No Cab, Under 100 Feet In Height Based To Boom $55.21 7A 3C 8P Yakima Power Equipment Operators Remote Control Operator On Rubber Tired Earth Moving Equipment $58.69 7A 3C 8P Yakima Power Equipment Operators Rigger And Bellman $55.21 7A 3C 8P Yakima Power Equipment Operators Rigger/Signal Person, Bellman (Certified) $57.72 7A 3C 8P Yakima Power Equipment Operators Rollagon $58.69 7A 3C 8P Yakima Power Equipment Operators Roller, Other Than Plant Mix $55.21 7A 3C 8P Yakima Power Equipment Operators Roller, Plant Mix Or Multi -lift Materials $57.72 7A 3C 8P Yakima Power Equipment Operators Roto -mill, Roto -grinder $58.17 7A 3C 8P https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 4/3/2017 Page 8 of 14 (Yakima Power Equipment Operators Saws - Concrete $57.72 7A 3C 8P Yakima Power Equipment Operators Scraper, Self Propelled Under 45 Yards $58.17 7A 3C 8P Yakima Power Equipment Operators Scrapers - Concrete & Carry All $57.72 7A 3C 8P Yakima Power Equipment Operators Scrapers, Self-propelled: 45 Yards And Over $58.69 7A 3C 8P Yakima Power Equipment Operators Service Engineers - Equipment $57.72 7A 3C 8P Yakima Power Equipment Operators Shotcrete/gunite Equipment $55.21 7A 3C 8P Yakima Power Equipment Operators Shovel , Excavator, Backhoe, Tractors Under 15 Metric Tons. $57.72 7A 3C 8P Yakima Power Equipment Operators Shovel, Excavator, Backhoe: Over 30 Metric Tons To 50 Metric Tons $58.69 7A 3C 8P Yakima Power Equipment Operators Shovel, Excavator, Backhoes, Tractors: 15 To 30 Metric Tons $58.17 7A 3C 8P Yakima Power Equipment Operators Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons $59.28 7A 3C 8P Yakima Power Equipment Operators Shovel, Excavator, Backhoes: Over 90 Metric Tons $59.88 7A 3C 8P Yakima Power Equipment Operators Slipform Pavers $58.69 7A 3C 8P Yakima Power Equipment Operators Spreader, Topsider & Screedman $58.69 7A 3C 8P Yakima Power Equipment Operators Subgrader Trimmer $58.17 7A 3C 8P Yakima Power Equipment Operators Tower Bucket Elevators $57.72 7A 3C 8P Yakima Power Equipment Operators Tower Crane Up To 175' In Height Base To Boom $59.28 7A 3C 8P Yakima Power Equipment Operators Tower Crane: over 175' through 250' in height, base to boom $59.88 7A 3C 8P Yakima Power Equipment Operators Tower Cranes: over 250' in height from base to boom $60.47 7A 3C 8P Yakima Power Equipment Operators Transporters, All Track Or Truck Type $58.69 7A 3C 8P Yakima Power Equipment Operators Trenching Machines $57.72 7A 3C 8P Yakima Power Equipment Operators Truck Crane Oiler/driver - 100 Tons And Over $58.17 7A 3C 8P Yakima Power Equipment Operators Truck Crane Oiler/driver Under 100 Tons $57.72 7A 3C 8P Yakima Power Equipment Operators Truck Mount Portable Conveyor $58.17 7A 3C 8P Yakima Power Equipment Operators Welder $58.69 7A 3C 8P Yakima Power Equipment Operators Wheel Tractors, Farman Type $55.21 7A 3C 8P Yakima Power Equipment Operators Yo Yo Pay Dozer $58.17 7A 3C 8P Yakima Power Equipment Operators- Asphalt Plant Operators $58.69 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Assistant Engineer $55.21 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Barrier Machine (zipper) $58.17 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Batch Plant Operator, Concrete $58.17 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Bobcat $55.21 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Brokk - Remote Demolition Equipment $55.21 7A 3C 8P Underground Sewer & Water Yakima Brooms $55.21 7A 3C 8P https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 4/3/2017 1 1 1 t 1 1 1 1 t 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 e 1 t 1 1 1 1 Page 9 of 14 https://fortress.wa.gov/lni/wagelookup/mWagelookup.aspx 4/3/2017 Power Equipment Operators - Underground Sewer & Water Yakima Power Equipment Operators- Bump Cutter $58.17 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Cableways $58.69 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Chipper $58.17 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Compressor $55.21 7A 3C 8P Underground Sewer E Water Yakima Power Equipment Operators- Concrete Pump: Truck Mount With Boom Attachment Over 42 M $58.69 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Concrete Finish Machine -laser Screed $55.21 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Concrete Pump - Mounted Or Trailer High Pressure Line Pump, Pump High Pressure. $57.72 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Concrete Pump: Truck Mount With Boom Attachment Up To 42m $58.17 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Conveyors $57.72 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Cranes Friction: 200 tons and over $60.47 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Cranes: 20 Tons Through 44 Tons With Attachments $58.17 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Cranes: 100 Tons Through 199 Tons, Or 150' Of Boom (Including Jib With Attachments) $59.28 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Cranes: 200 tons- 299 tons, or 250' of boom including jib with attachments $59.88 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Cranes: 300 tons and over or 300' of boom including jib with attachments $60.47 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Cranes: 45 Tons Through 99 Tons, Under 150' Of Boom (including Jib With Attachments) $58.69 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Cranes: A -frame - 10 Tons And Under $55.21 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Cranes: Friction cranes through 199 tons $59.88 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Cranes: Through 19 Tons With Attachments A -frame Over 10 Tons $57.72 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Crusher $58.17 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Deck Engineer/deck Winches (power) $58.17 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Derricks, On Building Work $58.69 7A 3C 8P Underground Sewer & Water Yakima Yakima Power Equipment Operators- Dozers D-9 & Under $57.72 7A 3C 8P Underground Sewer & Water Power Equipment Operators- Drill Oilers: Auger Type, Truck Or Crane Mount $57.72 7A 3C 8P Underground Sewer Et Water https://fortress.wa.gov/lni/wagelookup/mWagelookup.aspx 4/3/2017 Page 10 of 14 Yakima Power Equipment Operators- Drilling Machine $59.28 7A 3C 8P Underground Sewer £t Water Yakima Power Equipment Operators- Elevator And Man -lift: Permanent And Shaft Type $55.21 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Finishing Machine, Bidwell And Gamaco & Similar Equipment $58.17 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Forklift: 3000 Lbs And Over With Attachments $57.72 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Forklifts: Under 3000 Lbs. With Attachments $55.21 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Grade Engineer: Using Blue Prints, Cut Sheets, Etc $58.17 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Gradechecker/stakeman $55.21 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Guardrail Punch $58.17 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Hard Tail End Dump Articulating Off- Road Equipment 45 Yards. & Over $58.69 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Hard Tail End Dump Articulating Off-road Equipment Under 45 Yards $58.17 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Horizontal/directional Drill Locator $57.72 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Horizontal/directional Drill Operator $58.17 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Hydralifts/boom Trucks Over 10 Tons $57.72 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Hydralifts/boom Trucks, 10 Tons And Under $55.21 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Loader, Overhead 8 Yards. & Over $59.28 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Loader, Overhead, 6 Yards. But Not Including 8 Yards $58.69 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Loaders, Overhead Under 6 Yards $58.17 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Loaders, Plant Feed $58.17 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Loaders: Elevating Type Belt $57.72 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Locomotives, All $58.17 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Material Transfer Device $58.17 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Mechanics, All (leadmen - $0.50 Per Hour Over Mechanic) $59.28 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Motor Patrol Graders $58.69 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Mucking Machine, Mole, Tunnel Drill, Boring, Road Header And/or Shield $58.69 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Oil Distributors, Blower Distribution & Mulch Seeding Operator $55.21 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Outside Hoists (elevators And Manlifts), Air Tuggers,strato $57.72 7A 3C 8P Underground Sewer & Water Yakima $58.17 7A 3C 8P haps://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 4/3/2017 1 1 1 1 i 1 1 1 1 1 1 1 1 i 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Page 11 of 14 Power Equipment Operators- Overhead, Bridge Type Crane: Underground Sewer a Water 20 Tons Through 44 Tons Yakima Power Equipment Operators- Overhead, Bridge Type: 100 Tons And Over $59.28 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Overhead, Bridge Type: 45 Tons Through 99 Tons $58.69 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Pavement Breaker $55.21 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Pile Driver (other Than Crane Mount) $58.17 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Plant Oiler - Asphalt, Crusher $57.72 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Posthole Digger, Mechanical $55.21 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Power Plant $55.21 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Pumps - Water $55.21 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Quad 9, Hd 41, D10 And Over $58.69 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Quick Tower - No Cab, Under 100 Feet In Height Based To Boom $55.21 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Remote Control Operator On Rubber Tired Earth Moving Equipment $58.69 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Rigger And Bellman $55.21 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Rigger/Signal Person, Bellman (Certified) $57.72 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Rollagon $58.69 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Roller, Other Than Plant Mix $55.21 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Roller, Plant Mix Or Multi -lift Materials $57.72 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Roto -mill, Roto -grinder $58.17 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Saws - Concrete $57.72 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Scraper, Self Propelled Under 45 Yards $58.17 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Scrapers - Concrete & Carry All $57.72 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Scrapers, Self-propelled: 45 Yards And Over $58.69 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Service Engineers - Equipment $57.72 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Shotcrete/gunite Equipment $55.21 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Shovel , Excavator, Backhoe, Tractors Under 15 Metric Tons. $57.72 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Shovel, Excavator, Backhoe: Over 30 Metric Tons To 50 Metric Tons $58.69 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Shovel, Excavator, Backhoes, Tractors: 15 To 30 Metric Tons $58.17 7A 3C 8P Underground Sewer & Water https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 4/3/2017 Page 12 of 14 'Yakima Power Equipment Operators- Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons $59.28 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Shovel, Excavator, Backhoes: Over 90 Metric Tons $59.88 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Slipform Pavers $58.69 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Spreader, Topsider Et Screedman $58.69 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Subgrader Trimmer $58.17 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Tower Bucket Elevators $57.72 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Tower Crane Up To 175' In Height Base To Boom $59.28 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Tower Crane: over 175' through 250' in height, base to boom $59.88 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Tower Cranes: over 250' in height from base to boom $60.47 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Transporters, All Track Or Truck Type $58.69 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Trenching Machines $57.72 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Truck Crane Oiler/driver - 100 Tons And Over $58.17 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Truck Crane Oiler/driver Under 100 Tons $57.72 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Truck Mount Portable Conveyor $58.17 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Welder $58.69 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Wheel Tractors, Farmall Type $55.21 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Yo Yo Pay Dozer $58.17 7A 3C 8P Underground Sewer Et Water Yakima Power Line Clearance Tree Journey Level In Charge $47.08 5A 4A Trimmers Yakima Power Line Clearance Tree Spray Person $44.64 5A 4A Trimmers Yakima Power Line Clearance Tree Tree Equipment Operator $47.08 5A 4A Trimmers Yakima Power Line Clearance Tree Tree Trimmer $42.01 5A 4A Trimmers Yakima Power Line Clearance Tree Tree Trimmer Groundperson $31.65 5A 4A Trimmers Yakima Refrigeration Et Air Conditioning Journey Level $28.11 1 Mechanics Yakima Residential Brick Mason Journey Level $29.00 1 Yakima Residential Carpenters Journey Level $17.14 1 Yakima Residential Cement Masons Journey Level $11.86 1 Yakima Residential Drywall Applicators Journey Level $18.00 1 Yakima Residential Drywall Tapers Journey Level $17.00 1 Yakima Residential Electricians Journey Level $21.98 1 Yakima Residential Glaziers Journey Level $22.43 61 1B Yakima Journey Level $14.38 1 https://fortress.wa.gov/Ini/wagelookup/prvWagelookup.aspx 4/3/2017 1 s 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 t 1 1 1 1 1 Page 13 of 14 https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 4/3/2017 Residential Insulation Applicators Yakima Residential Laborers Journey Level $11.02 1 Yakima Residential Marble Setters Journey Level $29.00 1 Yakima Residential Painters Journey Level $16.32 1 Yakima Residential Plumbers Et Journey Level $20.55 1 Pipefitters Yakima Residential Refrigeration Et Air Journey Level ' $28.11 1 Conditioning Mechanics Yakima Residential Sheet Metal Journey Level (Field or Shop) $41.28 5A 1X Workers Yakima Residential Soft Floor Layers Journey Level $17.55 1 Yakima Residential Sprinkler Fitters Journey Level $11.00 1 (Fire Protection) Yakima Residential Stone Masons Journey Level $16.00 1 Yakima Residential Terrazzo Workers Journey Level $11.00 1 Yakima Residential Terrazzo/Tile Journey Level $17.00 1 Finishers Yakima Residential Tile Setters Journey Level $16.78 1 Yakima Roofers Journey Level $12.00 1 Yakima Sheet Metal Workers Journey Level (Field or Shop) $56.06 5A 1X Yakima Sign Makers a Installers Journey Level $14.65 1 (Electrical) Yakima Sign Makers Et Installers (Non- Journey Level $14.65 1 Electrical) Yakima Soft Floor Layers Journey Level $23.11 5A 1N Yakima Solar Controls For Windows Journey Level $11.00 1 Yakima Sprinkler Fitters (Fire Journey Level $26.43 1 Protection) Yakima Stage Rigging Mechanics (Non Journey Level $13.23 1 Structural) Yakima Stone Masons Journey Level $46.34 5A 1M Yakima Street And Parking Lot Sweeper Journey Levet $11.00 1 Workers Yakima Surveyors Assistant Construction Site Surveyor $57.72 7A 3C 8P Yakima Surveyors Chainman $57.17 7A 3C 8P Yakima Surveyors Construction Site Surveyor $58.69 7A 3C 8P Yakima Telecommunication Technicians Journey Level $20.00 1 Yakima Telephone Line Construction - Cable Splicer $38.84 5A 26 Outside Yakima Telephone Line Construction - Hole Digger/Ground Person $21.45 5A 2B Outside Yakima Telephone Line Construction - Installer (Repairer) $37.21 5A 2B Outside Yakima Telephone Line Construction - Special Aparatus Installer I $38.84 5A 28 Outside Yakima Telephone Line Construction - Special Apparatus Installer 11 $38.03 5A 2B Outside Yakima Telephone Line Construction - Telephone Equipment Operator (Heavy) $38.84 5A 2B Outside Yakima Telephone Line Construction - Telephone Equipment Operator (Light) $36.09 5A 2B Outside Yakima Telephone Lineperson $36.09 5A 28 https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 4/3/2017 Page 14 of 14 Telephone Line Construction - Outside Yakima Telephone Line Construction - Television Groundperson $20.33 5A 2B Outside Yakima Telephone Line Construction - Television Lineperson/Installer $27.21 5A 2B Outside Yakima Telephone Line Construction - Television System Technician $32.55 5A 2B Outside Yakima Telephone Line Construction - Television Technician $29.18 5A 2B Outside Yakima Telephone Line Construction - Tree Trimmer $36.09 5A 2B Outside Yakima Terrazzo Workers Journey Level $39.42 5A 1M Yakima Tile Setters Journey Level $39.42 5A 1M Yakima Tile, Marble & Terrazzo Journey Level $32.20 5A 1M Finishers Yakima Traffic Control Stripers Journey Level $44.85 7A 1K Yakima Truck Drivers Asphalt Mix $14.19 1 Yakima Truck Drivers Dump Truck & Trailer(c.wa- 760) $40.58 61 2G Yakima Truck Drivers Dump Truck(c.wa-760) $40.58 61 2G Yakima Truck Drivers Other Trucks(c.wa-760) $40.58 61 2G Yakima Truck Drivers Transit Mixer $38.96 1 Yakima Well Drillers & Irrigation Pump Irrigation Pump Installer $25.44 1 Installers Yakima Well Drillers & Irrigation Pump Oiler $11.00 1 Installers Yakima Welt Drillers & Irrigation Pump Well Driller $18.00 1 Installers https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 4/3/2017 1 1 1 1 1 1 1 1 1 t 1 1 1 1 t 1 1 Benefit Code Key — Effective 3/3/2017 thru 8/30/2017 ************************************************************************************************************ Overtime Codes Overtime calculations are based on the hourly rate actually paid to the worker On public works projects, the hourly rate must be not less than the prevailing rate of wage minus the hourly rate of the cost of fringe benefits actually provided for the worker 1. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. C. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage D The first two (2) hours before or after a five -eight (8) hour workweek day or a four -ten (10) hour workweek day and the first eight (8) hours worked the next day after either workweek shall be paid at one and one-half times the hourly rate of wage. All additional hours worked and all worked on Sundays and holidays shall be paid at double the hourly rate of wage. 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 tines the hourly rate of wage. All other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage G. The first ten (10) hours worked on Saturdays and the first ten (10) hours worked on a fifth calendar weekday in a four -ten hour schedule, shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. H. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions or equipment breakdown) shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. I. All hours worked on Sundays and holidays shall also be paid at double the hourly rate of wage. J. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over ten (10) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. K. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage All hours worked on holidays shall be paid at double the hourly rate of wage. M. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 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. 1 Benefit Code Key — Effective 3/3/2017 thru 8/30/2017 Overtime Codes Continued 0 The first ten (10) hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays, holidays and after twelve (12) hours, Monday through Friday and after ten (10) hours on Saturday shall be paid at double the hourly rate of wage. P. All hours worked on Saturdays (except makeup days if circumstances warrant) and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. Q. The first two (2) hours after eight (8) regular hours Monday through Friday and up to ten (10) hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays (except Christmas day) shall be paid at double the hourly rate of wage. All hours worked on Christmas day shall be paid at two and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays shall be paid at two times the hourly rate of wage. S The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage All hours worked on holidays and all other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage All hours worked on Sundays and holidays (except Labor Day) shall be paid at two times the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. V All hours worked on Sundays and holidays (except Thanksgiving Day and Christmas day) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Thanksgiving Day and Christmas day shall be paid at double the hourly rate of wage W All hours worked on Saturdays and Sundays (except make-up days due to conditions beyond the control of the employer)) shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage X. The first four (4) hours after eight (8) regular hours Monday through Friday and the first twelve (12) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over twelve (12) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. When holiday falls on Saturday or Sunday. the day before Saturday, Friday, and the day after Sunday, Monday, shall be considered the holiday and all work performed shall be paid at double the hourly rate of wage. Y. All hours worked outside the hours of 5.00 am and 5 00 pm (or such other hours as may be agreed upon by any employer and the employee) and all hours worked in excess of eight (8) hours per day (10 hours per day for a 4 x 10 workweek) and on Saturdays and holidays (except labor day) shall be paid at one and one-half times the hourly rate of wage (except for employees who are absent from work without prior approval on a scheduled workday during the workweek shall be paid at the straight -time rate until they have worked 8 hours in a day (10 in a 4 x 10 workweek) or 40 hours during that workweek.) All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and Labor Day shall be paid at double the hourly rate of wage. Z. All hours worked on Saturdays and Sundays shalt be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid the straight time rate of pay in addition to holiday pay. 2 Benefit Code Key — Effective 3/3/2017 thru 8/30/2017 Overtime Codes Continued 2. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. C. All hours worked on Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at two times the hourly rate of wage. F. The first eight (8) hours worked on holidays shall be paid at the straight hourly rate of wage in addition to the holiday pay. All hours worked in excess of eight (8) hours on holidays shall be paid at double the hourly rate of wage. G. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on paid holidays shall be paid at two and one-half times the hourly rate of wage including holiday pay. H. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. O. All hours worked on Sundays and holidays shall be paid at one and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays and all hours worked over sixty (60) in one week shall be paid at double the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked over 12 hours in a day or on Sundays and holidays shall be paid at double the hourly rate of wage. W The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four-day, ten-hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage. The first eight (8) hours worked on the fifth day shall be paid at one and one-half times the hourly rate of wage. All other hours worked on the fifth, sixth, and seventh days and on holidays shall be paid at double the hourly rate of wage 3. ALL I-IOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at time and one-half the straight time rate. Hours worked over twelve hours (12) in a single shift and all work performed after 6:00 pm Saturday to 6:00 am Monday and holidays shall be paid at double the straight time rate of pay Any shift starting between the hours of 6:00 pm and midnight shall receive an additional one dollar ($1.00) per hour for all hours worked that shift. The employer shall have the sole discretion to assign overtime work to employees. Primary consideration for overtime work shall be given to employees regularly assigned to the work to be performed on overtime situations. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. C Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at one and one-half times the hourly rate of wage. All work performed after 6:00 pm Saturday to 5.00 am Monday and Holidays shall be paid at double the hourly rate of wage After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. 3 Benefit Code Key — Effective 3/3/2017 thru 8/30/2017 Overtime Codes Continued 3 D All hours worked between the hours of 6.00 pm and 6.00 am, Monday through Saturday, shall be paid at a premium rate of 15% over the hourly rate of wage. All other hours worked after 6.00 am on Saturdays, shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. E. All hours worked Sundays and holidays shall be paid at double the hourly rate of wage. Each week, once 40 hours of straight time work is achieved, then any hours worked over 10 hours per day Monday through Saturday shall be paid at double the hourly wage rate F All hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sunday shall be paid at two tunes 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 work performed on Sundays between March 16th and October 14th and all Holidays shall be compensated for at two (2) times the regular rate of pay Work performed on Sundays between October 15th and March 15th shall be compensated at one and one half (1-1/2) times the regular rate of pay All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. In the event the fob is down due to weather conditions dunng a five day work week (Monday through Friday) or a four day -ten hour work week (Tuesday through Friday) then Saturday may be worked as a voluntary make-up day at the straight time rate However, Saturday shall not be utilized as a make-up day when a holiday falls on Friday 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 4 ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. All hours worked in excess of eight (8) hours per day or forty (40) hours per week shall be paid at double the hourly rate of wage. All hours worked on Saturdays, Sundays and holidays shall be paid at double the hourly rate of wage. B All hours worked over twelve (12) hours per day and all hours worked on holidays shall be paid at double the hourly rate of wage. C On Monday through Friday, the first four (4) hours of overtime after eight (8) hours of straight time work shall be paid at one and one half (1-1/2) times the straight time rate of pay, unless a four (4) day ten (10) hour workweek has been established. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday through Friday, the first two (2) hours of overtime after ten (10) hours of straight time work shall be paid at one and one half (1-1/2) times the straight time rate of pay On Saturday, the first twelve (12) hours of work shall be paid at one and one half (1-1/2) times the straight time rate of pay, except that if the fob is down on Monday through Friday due to weather conditions or other conditions outside the control of the employer, the first ten (10) hours on Saturday may be worked at the straight time rate of pay. All hours worked over twelve (12) hours in a day and all hours worked on Sunday and Holidays shall be paid at two (2) times the straight time rate of pay. 4 Benefit Code Key — Effective 3/3/2017 thru 8/30/2017 Overtime Codes Continued 4. D. 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 Saturday, Sundays and holidays shall be paid at double the hourly rate of pay. Rates include all members of the assigned crew EXCEPTION• On all multipole structures and steel transmission lines, switching stations, regulating, capacitor stations, generating plants, industrial plants, associated installations and substations, except those substations whose primary function is to feed a distribution system, will be paid overtime under the following rates: The first two (2) hours after eight (8) regular hours Monday through Friday of overtime on a regular workday, shall be paid at one and one-half times the hourly rate of wage. All hours in excess of ten (10) hours will be at two (2) times the hourly rate of wage. The first eight (8) hours worked on Saturday will be paid at one and one-half (1-1/2) 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 will be at the double the hourly rate of wage. All overtime eligible hours performed on the above described work that is energized, shall be paid at the 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 On a four-day, ten-hour weekly schedule, either Monday thni Thursday or Tuesday thru Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage The Monday or Friday not utilized in the normal four-day, ten hour work week, and Saturday shall be paid at one and one half (11/2) times the regular shift rate for the first eight (8) hours. 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. All hours worked between the hours of 6:00 pm and 6.00 am, Monday through Saturday, shall be paid at a premium rate of 20% over the hourly rate of wage. 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 double the hourly rate of wage. G. All hours worked on Saturdays shall be paid at one and one-half tunes 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 H. 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, and all hours on Sunday 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. Holiday Codes 5 A. Holidays. New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Fnday after Thanksgiving Day, and Christmas Day (7). B Holidays. New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Fnday 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 5 Benefit Code Key — Effective 3/3/2017 thru 8/30/2017 Saturday after Thanksgiving Day, And Christmas Day (8) H. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Day after Thanksgiving Day, And Christmas (6) Holiday Codes Continued 5 I Holidays New Year's Day, Memonal 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, Chnstmas 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 Chnstmas Day (9). L. Holidays. New Year's Day, Martin Luther King Jr Day, Memonal Day, Independence Day, Labor Day, Thanksgiving Day, Fnday after Thanksgiving Day, And Christmas Day (8) N Holidays. New Year's Day, Presidents' Day, Memonal Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day, The Friday After Thanksgiving Day, And Christmas Day (9). P. Holidays. New Year's Day, Memonal Day, Independence Day, Labor Day, Thanksgiving Day, Friday And Saturday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). If A Holiday Falls On Sunday, The Following Monday Shall Be Considered As A Holiday Q Paid I-Iolidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6) R. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day After Thanksgiving Day, One -Half Day Before Christmas Day, And Christmas Day (7 1/2) S Paid I-Iolidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, And Chnstmas Day (7). T Paid Holidays: New Year's Day, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, Christmas Day, And The Day Before Or After Christmas (9) 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). 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, the Friday after Thanksgiving Day, Christmas Day, and a Half -Day On Christmas Eve Day (9 1/2). G Paid Holidays. New Year's Day, Martin Luther King Jr Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day, the Friday after Thanksgiving Day, Chnstmas Day, and Christmas Eve Day (11) H. Paid Holidays. New Year's Day, New Year's Eve Day, Memonal Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, Christmas Day, The Day After Chnstmas, And A Floating 6 Benefit Code Key — Effective 3/3/2017 thru 8/30/2017 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). Holiday Codes Continued 6. T. Paid Holidays• New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, The Last Working Day Before Christmas Day, And Chnstmas Day (9) Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (7) If a holiday falls on Saturday, the preceding Friday shall be considered as the holiday If a holiday falls on Sunday, the following Monday shall be considered as the holiday 7. A. Holidays New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Chnstmas Day (8) Any I-Ioliday Which Falls On A Sunday Shall Be Observed As A Holiday On The Following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day B Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. C. Holidays. New Year's Day, Martin Luther King Jr. Day, Memonal Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Chnstmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. D. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Unpaid Holidays President's Day Any paid holiday which falls on a Sunday shall be observed as a holiday on the following Monday Any paid holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday E. Holidays. New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday F Holidays. New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the last working day before Christmas day and Christmas day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. G Holidays. New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Chnstmas Day (6) Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday H. Holidays. New Year's Day, Martin Luther King Jr Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before- Christmas Day and Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Fnday. I. Holidays. New Year's Day, President's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, The Day Before Christmas Day And Christmas Day (9) Any holiday which falls 7 Benefit Code Key — Effective 3/3/2017 thru 8/30/2017 on a Sunday shall be observed as a holiday on the following Monday Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Fnday. J. Holidays: New Year's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day and Christmas Day (6) Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday Holiday Codes Continued 7. K. Holidays. New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Chnstmas Day (8) Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday L. Holidays. New Year's Day, Memorial Day, Labor Day, Independence Day, Thanksgiving Day, the Last Work Day before Christmas Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday M. Paid Holidays: New Year's Day, The Day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, And the Day after or before Chnstmas Day (10) Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday N Holidays. New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (7) Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday When Christmas falls on a Saturday, the preceding Fnday shall be observed as a holiday P Holidays New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Fnday after Thanksgiving Day, And Christmas Day (7) Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Q. Holidays. New Year's Day, Memonal Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day R. Paid Holidays. New Year's Day, the day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day after or before Christmas Day (10) If any of the listed holidays fall on Saturday, the preceding Friday shall be observed as the holiday. If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly S Paid I-Iolidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Day, the Day after Christmas, and A Floating Holiday (9). If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly T Paid I-Iolidays: New Year's Day, the Day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and The Day after or before Christmas Day (10). If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday 8 Benefit Code Key — Effective 3/3/2017 thru 8/30/2017 Note Codes 8 A. In addition to the hourly wage and fringe benefits, the following depth premiums apply to depths of fifty feet or more • Over 50' To 100' -$2.00 per Foot for Each Foot Over 50 Feet Over 100' To 150' -$3.00 per Foot for Each Foot Over 100 Feet Over 150' To 220' -$4 00 per Foot for Each Foot Over 150 Feet Over 220' -$5.00 per Foot for Each Foot Over 220 Feet Note Codes Continued 8. C In addition to the hourly wage and fringe benefits, the following depth premiums apply to depths of fifty feet or more: Over 50' To 100' -$1.00 per Foot for Each Foot Over 50 Feet Over 100' To 150' -$1.50 per Foot for Each Foot Over 100 Feet Over 150' To 200' -$2.00 per Foot for Each Foot Over 150 Feet Over 200' -Divers May Name Their Own Price D Workers working with supplied air on hazmat projects receive an additional $1 00 per hour. L. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $0 75, Level B: $0.50, And Level C: $0.25. M. Workers on hazmat projects receive additional hourly premiums as follows: Levels A & B $1.00, Levels C & D• $0.50. N. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $1.00, Level B. $0.75, Level C• $0.50, And Level D: $0.25. P. Workers on hazmat projects receive additional hourly premiums as follows -Class A Suit: $2.00, Class B Suit: $1.50, Class C Suit: $1 00, And Class D Suit $0.50. The highest pressure registered on the gauge for an accumulated time of more than fifteen (15) minutes during the shift shall be used in determining the scale paid. R. Effective August 31, 2012 — A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized. A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. These classifications are only effective on or after August 31, 2012. S. Effective August 31, 2012 — A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31, 2012. 9 Benefit Code Key — Effective 3/3/2017 thru 8/30/2017 T Effective August 31, 2012 — A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho This classification is only effective on or after August 31, 2012. U Workers on hazmat projects receive additional hourly premiums as follows — Class A Suit: $2.00, Class B Suit: $1.50, And Class C Suit: $1 00 Workers performing underground work receive an additional $0.40 per hour for any and all work performed underground, including operating, servicing and repainng of equipment. The premum for underground work shall be paid for the entire shift worked. Workers who work suspended by a rope or cable receive an additional $0.50 per hour The premium for work suspended shall be paid for the entire shift worked. Workers who do "pioneer" work (break open a cut, build road, etc.) more than one hundred fifty (150) feet above grade elevation receive an additional $0.50 per hour 10 Washington State Department of Labor and Industries Policy Statement (Regarding the Production of "Standard" or "Non-standard" Items) Below is the department's (State L&I's) list of criteria to be used in determining whether a prefabricated item is "standard" or "non-standard". For items not appearing on WSDOT's predetermined list, these criteria shall be used by the Contractor (and the Contractor's subcontractors, agents to subcontractors, suppliers, manufacturers, and fabricators) to determine coverage under RCW 39.12. The production, in the State of Washington, of non-standard items is covered by RCW 39.12, and the production of standard items is not. The production of any item outside the State of Washington is not covered by RCW 39.12. 1. Is the item fabricated fora 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 03/02/2017 Edition, Published February 1st, 2017 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator Below is a list of potentially prefabricated items, originally furnished by WSDOT to Washington State Department of Labor and Industries, that may be considered non- standard and therefore covered by the prevailing wage law, RCW 39.12. Items marked with an X in the "YES" column should be considered to be non-standard and therefore covered by RCW 39 12. Items marked with an X in the "NO" column should be considered to be standard and therefore not covered.) Of course, exceptions to this general list may occur, and in that case shall be evaluated according to the criteria described in State and L&I's policy statement. ITEM DESCRIPTION 1. Metal rectangular frames, solid metal covers, herringbone grates, and bi-directional vaned grates for Catch Basin Types 1, IL, 1P, and 2 and Concrete Inlets See Std. Plans YES NO X 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. 4. Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes smaller than 60 inch diameter. 5. Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes larger than 60 inch diameter. 6. Corrugated Steel Pipe Steel lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in diameter. May also be treated, 1 thru 5. X X X X X 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 03/02/2017 Edition, Published February 1st, 2017 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. See Contract Plans and Std. Plans for size and material type. 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). 10. Major Structural Steel Fabrication - Fabrication of major steel items such as trusses, beams, girders, etc., for bridges. 11. Minor Structural Steel Fabrication - Fabrication of minor steel Items such as special hangers, brackets, access doors for structures, access ladders for irrigation boxes, bridge expansion joint systems, etc., involving welding, cutting, punching and/or boring of holes. See Contact Plans for item description and shop drawings. 12. Aluminum Bridge Railing Type BP - Metal bridge railing conforming to the type and material specifications set forth in the Contract Plans. Welding of aluminum shall be in accordance with Section 9-28.14(3). 13. Concrete Piling--Precast-Prestressed concrete piling for use as 55 and 70 ton concrete piling. Concrete to conform to Section 9-19.1 of Std. Spec.. 14. 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 16. Precast Catch Basin - Catch Basin type 1, 1 L, 1 P, and 2 With adjustment sections. See Std. Plans. Supplemental to Wage Rates 3 03/02/2017 Edition, Published February 1st, 2017 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. See Std. Plans. 19. Precast Grate Inlet Type 2 with extension and top units. See Std Plans X 20. Metal frames, vaned grates, and hoods for Combination Inlets See Std. Plans X 21. Precast Concrete Utility Vaults - Precast Concrete utility vaults of various sizes. Used for in ground storage of utility facilities and controls. See Contract Plans for size and construction requirements. Shop drawings are to be provided for approval prior to casting 22. Vault Risers - For use with Valve Vaults and Utilities X Vaults. 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 used. See Shop Drawing. Fabrication at other locations may be approved, after facilities inspection, contact HQ Lab. 26 Precast Concrete Walls - Precast Concrete Walls - tilt -up wall panel in size and shape as shown in Plans. Fabrication plant has annual approval for methods and materials to be used X Supplemental to Wage Rates 4 03/02/2017 Edition, Published February 1St, 2017 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ITEM DESCRIPTION YES NO 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 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. X 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. Supplemental to Wage Rates 03/02/2017 Edition, Published February 1st, 2017 5 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 AASHTO-M-111. 35. Mono -tube Sign Structures - Mono -tube Sign Bridge fabricated to details shown in the Plans. Shop drawings for approval are required prior to fabrication. 36 Steel Sign Bridges - Steel Sign Bridges fabricated from steel tubing meeting AASHTO-M-138 for Aluminum Alloys. See Std. Plans, and Contract Plans for details. The steel structure shall be galvanized after fabrication in accordance with AASHTO-M-111. 37. Steel Sign Post - Fabricated Steel Sign Posts as detailed in Std Plans. Shop drawings for approval are to be provided prior to fabrication 38. Light Standard -Prestressed - Spun, prestressed, hollow concrete poles. 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. X 40 Traffic Signal Standards - Traffic Signal Standards for use on highway and/or street signal systems. Standards to be fabricated to conform with methods and material as specified on Std. Plans. See Special Provisions for pre -approved drawings 41. Precast Concrete Sloped Mountable Curb (Single and DualFaced) See Std. Plans. Supplemental to Wage Rates 03/02/2017 Edition, Published February 1st, 2017 X 1 1 1 1 1 1 1 1 1 ITEM DESCRIPTION YES NO 42. Traffic Sins - Prior to approval of a Fabricator of Traffic Sino, the sources of the foliowing materials must be submitted and approved for reflective sheeting, legend material, and aluminum hJOTE: Fabrication inspection required. OnIy signs tagged NOTE: "Fabrication Approved" by WSDOT Sign Fabrication Inspector to be installed �� "~ sheeting. Custom Message Std Sinning Moaao0* 43. Cutting & bending reinforcing steel �� ~~ 44. Guardrail components X Custom End Sec X Standard Sec --------------'--------- -- ------'--' 45. Aggregates/Concrete mixes Covered by WAC 296-127-018 46. Asphalt 47.Fiberfa�rica - - -- -- -- --- — 48. Electrical wiring/components Covered WAC aes-1u7'o10 — by X -- X 49. treated or untreated timber pile �� ~~ 50. Girder pads (elastomeric bearing) �� ~~ 51.StandardOirnaneion|unnber X 52. Irrigation components X 1 1 1 1 Supplemental to Wage Rates 03/02/2017 Edition, Published February 1t, 2017 1 7 ITEM DESCRIPTION YES NO 53. Fencing materials x 54. Guide Posts X 55. Traffic Buttons x 56. Epoxy x 57. Cribbing 58. Water distribution materials x 59. Steel "H" piles x 60. Steel pipe for concrete pile casings x 61 Steel pile tips, standard x 62 Steel pile tips, custom x Prefabricated items specifically produced for public works projects that are prefabricated in a county other than the county wherein the public works project is to be completed, the wage for the offsite prefabrication shall be the.applicable prevailing wage for the county in which the actual prefabrication takes place. It is the manufacturer of the prefabricated product to verify that the correct county wage rates are applied to work they perform. See RCW 39.12.010 (The definition of "locality" in RCW 39.12.010(2) contains the phrase "wherein the physical work is being performed." The department interprets this phrase to mean the actual work site. Supplemental to Wage Rates 03/02/2017 Edition, Published February 1st, 2017 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 8 1 1 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. • Building Service Employees • Electrical Fixture Maintenance Workers O Electricians - Motor Shop O Heating Equipment Mechanics • Industrial Engine and Machine Mechanics • Industrial Power Vacuum Cleaners • Inspection, Cleaning, Sealing of Water Systems by Remote Control • Laborers - Underground Sewer & Water • Machinists (Hydroelectric Site Work) • Modular Buildings • Playground & Park Equipment Installers O Power Equipment Operators - Underground Sewer & Water O Residential *** ALL ASSOCIATED RATES *** O 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" O Fabricated Precast Concrete Products O 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 9 03/02/2017 Edition, Published February 1St, 2017 Washington State Department of Labor and Industries Policy Statements (Regarding Production and Delivery of Gravel, Concrete, Asphalt, etc.) WAC 296-127-018 Agency filings affecting this section Coverage and exemptions of workers involved in the production and delivery of gravel, concrete, asphalt, or similar materials. (1) The materials covered under this section include but are not limited to: Sand, gravel, crushed rock, concrete, asphalt, or other similar materials. (2) All workers, regardless of by whom employed, are subject to the provisions of chapter 39.12 RCW when they perform any or all of the following functions: (a) They deliver or discharge any of the above -listed materials to a public works project site: (i) At one or more point(s) directly upon the location where the material will be incorporated into the project; or , (ii) At multiple points at the project; or (iii) Adjacent to the location and coordinated with the incorporation of those materials. (b) They wait at or near a public works project site to perform any tasks subject to this section of the rule. (c) They remove any materials from a public works construction site pursuant to contract requirements or specifications (e.g., excavated materials, materials from demolished structures, clean-up materials, etc.). (d) They work in a materials production facility (e.g., batch plant, borrow pit, rock quarry, etc.,) which is established for a public works project for the specific, but not necessarily exclusive, purpose of supplying materials for the project. (e) They deliver concrete to a public works site regardless of the method of incorporation. (f) They assist or participate in the incorporation of any materials into the public works project. Supplemental to Wage Rates 10 03/02/2017 Edition, Published February 1st, 2017 (3) All travel time that relates to the work covered under subsection (2) of this section requires the payment of prevailing wages. Travel time includes time spent waiting to load, loading, transporting, waiting to unload, and delivering materials. Travel time would include all time spent in travel in support of a public works project whether the vehicle is empty or full. For example, travel time spent returning to a supply source to obtain another load of material for use on a public works site or returning to the public works site to obtain another load of excavated material is time spent in travel that is subject to prevailing wage. Travel to a supply source, including travel from a public works site, to obtain materials for use on a private project would not be travel subject to the prevailing wage. (4) Workers are not subject to the provisions of chapter 39.12 RCW when they deliver materials to a stockpile. (a) A "stockpile" is defined as materials delivered to a pile located away from the site of incorporation such that the stockpiled materials must be physically moved from the stockpile and transported to another location on the project site in order to be incorporated into the project. (b) A stockpile does not include any of the functions described in subsection (2)(a) through (f) of this section; nor does a stockpile include materials delivered or distributed to multiple locations upon the project site; nor does a stockpile include materials dumped at the place of incorporation, or adjacent to the location and coordinated with the incorporation. (5) The applicable prevailing wage rate shall be determined by the locality in which the work is performed. Workers subject to subsection (2)(d) of this section, who produce such materials at an off-site facility shall be paid the applicable prevailing wage rates for the county in which the off-site facility is located. Workers subject to subsection (2) of this section, who deliver such materials to a public works project site shall be paid the applicable prevailing wage rates for the county in which the public works project is located. [Statutory Authority. Chapter 39.12 RCW, RCW 43.22.051 and 43.22.270. 08-24-101, § 296-127-018, filed 12/2/08, effective 1/2/09. Statutory Authority: Chapters 39.04 and 39.12 RCW and RCW 43.22.270. 92-01-104 and 92-08-101, § 296-127-018, filed 12/18/91 and 4/1/92, effective 8/31/92.] Supplemental to Wage Rates 11 03/02/2017 Edition, Published February 1st, 2017 SECTION 6 - TECHNICAL SPECIFICATIONS G:\PROJECTS\2017\17031E\SPEC\17031 SPEC.Docx 6-1 CITY OF YAKIMA YAKIMA COUNTY, WASHINGTON SPECIAL PROVISIONS FOR E. VIOLA AVE. (1-82) AND S. 22ND ST. WATER MAIN REPLACEMENT CITY OF YAKIMA PROJECT NO AC2262 HLA PROJECT NO. 17031 TABLE OF CONTENTS PAGE NO. INTRODUCTION TO THE SPECIAL PROVISIONS 6-3 DESCRIPTION OF WORK 6-3 1-01 DEFINITIONS AND TERMS .. ......... ... ................. ........ 6-4 1-02 BID PROCEDURES AND CONDITIONS . ............. 6-6 1-03 AWARD AND EXECUTION OF CONTRACT... .6-12 1-04 SCOPE OF THE WORK .6-14 1-05 CONTROL OF WORK .6-16 1-06 CONTROL OF MATERIAL . .... 6-23 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC....... .. 6-23 1-08 PROSECUTION AND PROGRESS . 6-29 REQUEST TO SUBLET FORM .... . 6-32 1-09 MEASUREMENT AND PAYMENT ........ 6-35 1-10 TEMPORARY TRAFFIC CONTROL . 6-40 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP ..... ... 6-41 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS ......... 6-43 2-04 HAUL . . .. 6-43 2-07 WATERING ... .6-44 2-09 STRUCTURE EXCAVATION. 6-44 2-11 TRIMMING AND CLEANUP. 6-45 4-04 BALLAST AND CRUSHED SURFACING 6-45 5-04 HOT MIX ASPHALT . 6-45 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS 6-48 7-09 WATER MAINS.... 6-51 7-12 VALVES FOR WATER MAINS. .6-55 7-14 HYDRANTS .6-56 7-15 SERVICE CONNECTIONS... .. ............. ........ ... 6-57 7-21 CASING PIPES FOR JACKING/BORING (NEW SECTION) .. 6-58 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL . 6-59 8-30 CONTROLLED DENSITY FILL (NEW SECTION).... .6-59 9-30 WATER DISTRIBUTION MATERIALS .6-60 G:\PROJECTS\2017\17031E\SPEC\17031 SPEC.Docx 6-2 SPECIAL PROVISIONS FOR CITY OF YAKIMA E. VIOLA AVE. (1-82) AND S. 22ND ST. WATER MAIN REPLACEMENT CITY OF YAKIMA PROJECT NO. AC2262 HLA PROJECT NO. 17031 INTRODUCTION TO THE SPECIAL PROVISIONS (August 14, 2013 APWA GSP) The work on this project shall be accomplished in accordance with the Standard Specifications for Road, Bridge and Municipal Construction, 2016 edition, as issued by the Washington State Department of Transportation (WSDOT) and the American Public Works Association (APWA), Washington State Chapter (hereafter "Standard Specifications") The Standard Specifications, as modified or supplemented by the Amendments to the Standard Specifications and these Special Provisions, all of which are made a part of the Contract Documents, shall govern all of the Work These Special Provisions are made up of both General Special Provisions (GSPs) from various sources, which may have project -specific fill-ins, and project -specific Special Provisions. Each Provision either supplements, modifies, or replaces the comparable Standard Specification, or is a new Provision. The deletion, amendment, alteration, or addition to any subsection or portion of the Standard Specifications is meant to pertain only to that particular portion of the section, and in no way should it be interpreted that the balance of the section does not apply The project -specific Special Provisions are not labeled as such. The GSPs are labeled under the headers of each GSP, with the effective date of the GSP and its source. For example. (March 8, 2013 APWA GSP) (April 1, 2013 WSDOT GSP) Also incorporated into the Contract Documents by reference are' • Manual on Uniform Traffic Control Devices for Streets and Highways, currently adopted edition, with Washington State modifications, if any • Standard Plans for Road, Bridge and Municipal Construction, WSDOT/APWA, current edition Contractor shall obtain copies of these publications, at Contractor's own expense. DESCRIPTION OF WORK The project consists of the following work Construction of approximately jack/bore 200 LF of 30" casing, 630 LF of 12" water main, resurfacing, and related improvements The quantities of work indicated in the proposal are to be considered as estimates and are for comparative bidding purposes only All payments will be made on the basis of actual field measurement of Contract work completed All work shall be done in accordance with the Plans, the Standard Specifications for Road, Bridge, and Municipal Construction prepared by the Washington State Department of Transportation dated 2016, referenced codes and organizations, and these Special Provisions G:\PROJECTS\2017\17031E\SPEC\17031 SPEC.Docx 6-3 1-01 DEFINITIONS AND TERMS 1-01.3 Definitions (January 4, 2016 APWA GSP) Delete the heading Completion Dates and the three paragraphs that follow it, and replace them with the following Dates Bid Opening Date The date on which the Contracting Agency publicly opens and reads the Bids Award Date The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive Bidder for the Work. Contract Execution Date The date the Contracting Agency officially binds the Agency to the Contract. 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, any remaining traffic disruptions will be rare and brief, and only minor incidental work, replacement of temporary substitute facilities, plant establishment periods, or correction or repair remains for the Physical Completion of the total Contract. Physical Completion Date The day all of the Work is physically completed on the project. All documentation required by the Contract and required by law does not necessarily need to be furnished by the Contractor by this date Completion Date The day all the Work specified in the Contract is completed and all the obligations of the Contractor under the contract are fulfilled by the Contractor All documentation required by the Contract and required by law must be furnished by the Contractor before establishment of this date Final Acceptance Date The date on which the Contracting Agency accepts the work as complete Supplement this Section with the following: All references in the Standard Specifications, Amendments, or WSDOT General Special Provisions, to the terms "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 the terms "State" or "state" shall be revised to read "Contracting Agency" unless the reference is to an administrative agency of the State of Washington, a State statute or regulation, or the context reasonably indicates otherwise All references to "State Materials Laboratory" shall be revised to read "Contracting Agency designated location" All references to "final contract voucher certification" shall be interpreted to mean the Contracting Agency form(s) by which final payment is authorized, and final completion and acceptance granted G:\PROJECTS\2017\17031 E\SPEC\17031 SPEC Docx 6-4 Additive A supplemental unit of work or group of bid items, identified separately in the Bid Proposal, which may, at the discretion of the Contracting Agency, be awarded in addition to the base bid. Alternate One of two or more units of work or groups of bid items, identified separately in the Bid Proposal, from which the Contracting Agency may make a choice between different methods or material of construction for performing the same work. Business Day A business day is any day from Monday through Friday except holidays as listed in Section 1-08.5. Contract Bond The definition in the Standard Specifications for "Contract Bond" applies to whatever bond form(s) are required by the Contract Documents, which may be a combination of a Payment Bond and a Performance Bond 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. Notice of Award The written notice from the Contracting Agency to the successful Bidder signifying the Contracting Agency's acceptance of the Bid Proposal Notice to Proceed The written notice from the Contracting Agency or Engineer to the Contractor authorizing and directing the Contractor to proceed with the Work and establishing the date on which the Contract time begins Traffic Both vehicular and non -vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and equestrian traffic. The terms defined in Section 1-01 3 of the Standard Specifications shall be further described by the following. Contracting Agency City of Yakima 129 North Second Street Yakima, WA 98901 The terms "Contracting Agency", `Agency" and "Owner" are interchangeable. Engineer HLA Engineering and Land Surveying, Inc. (HLA) 2803 River Road Yakima, WA 98902 Inspector The Contracting Agency's designated Inspector (Resident Engineer) who observes the Contractor's performance Working Drawings Working drawings are further defined as electrical diagrams, catalog cut sheets, manufacturer's infor- mational sheets describing salient features, performance curves, or samples of fabricated and manufactured items (including mechanical and electrical equipment) required for the construction project. G:\PROJECTS12017117031E\SPEC\17031 SPEC.Docx 6-5 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 (January 24, 2011 APWA GSP) Before award of a public works contract, a bidder must meet at least the minimum qualifications of RCW 39 04 350(1) to be considered a responsible bidder and qualified to be awarded a public works project. 1-02.2 Plans and Specifications 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, electronic PDF Plans and Specifications will be emailed to the Contractor No paper copies will be provided 1-02.4 Examination of Plans, Specifications, and Site of Work 1-02.4(1) General (August 15, 2016 APWA GSP Option B) The first sentence of the last paragraph is revised to read Any prospective Bidder desiring an explanation or interpretation of the Bid Documents, shall request the explanation or interpretation in writing by close of business four (4) days preceding the bid opening to allow a written reply to reach all prospective Bidders before the submission of their Bids Add the following paragraph No pre-bid approval on any proposed substitute equipment shall be granted prior to the bid opening unless specified otherwise in these Specifications 1-02.4(2) Subsurface Information (March 8, 2013 APWA GSP) The second sentence in the first paragraph is revised to read: The Summary of Geotechnical Conditions and the boring logs, if and when included as an appendix to the Special Provisions, shall be considered as part of the contract. 1-02.5 Proposal Forms (June 27, 2011 APWA GSP) Delete this section and replace it with the following: The Proposal Form will identify the project and its location and describe the work. It will also list estimated quantities, units of measurement, the items of work, and the materials to be furnished at the unit bid prices The bidder shall complete spaces on the proposal form that call for, but are not limited to, unit prices, extensions; summations, the total bid amount; signatures, date; and, where applicable, retail sales taxes and acknowledgment of addenda; the bidder's name, address, telephone number, and signature; the bidder's D/M/WBE commitment, if applicable, a State of Washington Contractor's Registration Number; and a Business License Number, if applicable Bids shall be completed by typing or shall be printed in ink by hand, preferably in black ink The required certifications are included as part of the Proposal Form G:\PROJECTS\2017\17031E\SPEC\17031 SPEC.Docx 6-6 The Contracting Agency reserves the right to arrange the proposal forms with alternates and additives, if such be to the advantage of the Contracting Agency. The bidder shall bid on all alternates and additives set forth in the Proposal Form unless otherwise specified. 1-02.6 Preparation of Proposal (June 27, 2011 APWA GSP) Supplement the second paragraph with the following: 4 If a minimum bid amount has been established for any item, the unit or lump sum price must equal or exceed the minimum amount stated 5. Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by the signer of the bid Delete the last paragraph, and replace it with the following: The Bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner. A bid by a corporation shall be executed in the corporate name, by the president or a vice president (or other corporate officer accompanied by evidence of authority to sign). A bid by a partnership shall be executed in the partnership name, and signed by a partner. A copy of the partnership agreement shall be submitted with the Bid Form if any D/M/WBE requirements are to be satisfied through such an agreement. A bid by a joint venture shall be executed in the joint venture name and signed by a member of the joint venture. A copy of the joint venture agreement shall be submitted with the Bid Form if any D/W/MBE requirements are to be satisfied through such an agreement. Supplement this section with the following Any bid item which has a unit price but no extension column amount shall have the extension amount determined by multiplying the unit price times the unit quantity Any bid item which does not have a unit price but does have an extension column amount shall have the unit price determined by dividing the extension amount by the unit quantity. Should both the unit price and the extension column amount be left blank, then the entire bid shall be considered non-responsive. 1-02.7 Bid Deposit (March 8, 2013 APWA GSP) Supplement this section with the following• Bid bonds shall contain the following. 1. Contracting Agency -assigned number for the project; 2 Name of the project; 3. The Contracting Agency named as obligee, 4 The amount of the bid bond stated either as a dollar figure or as a percentage which represents five percent of the maximum bid amount that could be awarded; 5. Signature of the bidder's officer empowered to sign official statements The signature of the person authorized to submit the bid should agree with the signature on the bond, and the title of the person must accompany the said signature, 6. The signature of the surety's officer empowered to sign the bond and the power of attorney. G:\PROJECTS\2017\17031E\SPEC\17031 SPEC.Docx 6-7 If so stated in the Contract Provisions, bidder must use the bond form included in the Contract Provisions If so stated in the Contract Provisions, cash will not be accepted for a bid deposit. 1-02.9 Delivery of Proposal (August 15, 2016 APWA GSP, Option A) Delete this section and replace it with the following. Each proposal shall be submitted in a sealed envelope, with the Project Title and Project Number as stated in the Call for Bids clearly marked on the outside of the envelope, or as otherwise required in the Bid Documents, to ensure proper handling and delivery If the project has FHWA funding and requires DBE Written Confirmation Document(s) or Good Faith Effort (GFE) Documentation, then to be considered responsive, the Bidder shall submit written Confirmation Documentation from each DBE firm listed on the Bidder's completed DBE Utilization Certification, form 272-056 EF, as required by Section 1-02.6. The DBE Written Confirmation Document(s) and/or GFE (if any) shall be received either with the Bid Proposal or as a Supplement to the Bid. The document(s) shall be received no later than 24 hours (not including Saturdays, Sundays and Holidays) after the time for delivery of the Bid Propoal. If submitted after the Bid Proposal is due, the document(s) must be submitted in a sealed envelope labeled the same as for the Proposal, with "DBE Supplemental Information" added. All other information required to be submitted with the Bid Proposal must be submitted with the Bid Proposal itself, at the time stated in the Call for Bids. The Contracting' Agency will not open or consider any Bid Proposal that is received after the time specified in the Call for Bids for receipt of Bid Proposals, or received in a location other than that specified in the Call for Bids The Contracting Agency will not open or consider any DBE confirmations or GFE documentation proposal that is received after the time specified above, or received in a location other than that specified in the Call for Bids. 1-02.10 Withdrawing, Revising, or Supplementing Proposal (July 23, 2015 APWA GSP) Delete this section, and replace it with the following After submitting a physical Bid Proposal to the Contracting Agency, the Bidder may withdraw, revise, or supplement it if. 1 The Bidder submits a written request signed by an authorized person and physically delivers it to the place designated for receipt of Bid Proposals, and 2. The Contracting Agency receives the request before the time set for receipt of Bid Proposals, and 3. The revised or supplemented Bid Proposal (if any) is received by the Contracting Agency before the time set for receipt of Bid Proposals. If the Bidder's request to withdraw, revise, or supplement its Bid Proposal is received before the time set for receipt of Bid Proposals, the Contracting Agency will return the unopened Proposal package to the Bidder The Bidder must then submit the revised or supplemented package in its entirety If the Bidder does not submit a revised or supplemented package, then its bid shall be considered withdrawn Late revised or supplemented Bid Proposals or late withdrawal requests will be date recorded by the Contracting Agency and returned unopened. Mailed, emailed, or faxed requests to withdraw, revise, or supplement a Bid Proposal are not acceptable G \PROJECTS\2017\17031E\SPEC\17031 SPEC.Docx 6-8 1-02.13 Irregular Proposals (January 4, 2016 APWA GSP) Delete this section and replace it with the following* 1. A proposal will be considered irregular and will be rejected if: a. The Bidder is not prequalified when so required, b The authorized proposal form furnished by the Contracting Agency is not used or is altered; c The completed proposal form contains any unauthorized additions, deletions, alternate Bids, or conditions, d. The Bidder adds provisions reserving the right to reject or accept the award, or enter into the Contract; e. A price per unit cannot be determined from the Bid Proposal; f. The Proposal form is not properly executed, g. The Bidder fails to submit or properly complete a Subcontractor list, if applicable, as required in Section 1-02 6, h The Bidder fails to submit or properly complete a Disadvantaged Business Enterprise Certification, if applicable, as required in Section 1-02.6; i. The Bidder fails to submit written confirmation from each DBE firm listed on the Bidder's completed DBE Utilization Certification that they are in agreement with the bidders DBE participation commitment, if applicable, as required in Section 1-02.6, or if the written confirmation that is submitted fails to meet the requirements of the Special Provisions, j The Bidder fails to submit DBE Good Faith Effort documentation, if applicable, as required in Section 1-02 6, or if the documentation that is submitted fails to demonstrate that a Good Faith Effort to meet the Condition of Award was made, k. The Bid Proposal does not constitute a definite and unqualified offer to meet the material terms of the Bid invitation; or I. More than one proposal is submitted for the same project from a Bidder under the same or different names. 2. A Proposal may be considered irregular and may be rejected if* a. The Proposal does not include a unit price for every Bid item, b. Any of the unit prices are excessively unbalanced (either above or below the amount of a reasonable Bid) to the potential detriment of the Contracting Agency; c. Receipt of Addenda is not acknowledged; d. A member of a joint venture or partnership and the joint venture or partnership submit Proposals for the same project (in such an instance, both Bids may be rejected); or e If Proposal form entries are not made in ink. 1-02.14 Disqualification of Bidders (March 8, 2013 APWA GSP, Option 8) Delete this section and replace it with the following. A Bidder will be deemed not responsible if the Bidder does not meet the mandatory bidder responsibility criteria in RCW 39.04 350(1), as amended; or does not meet the following Supplemental Criteria* 1 Delinquent State Taxes A. Criterion: The Bidder shall not owe delinquent taxes to the Washington State Department of Revenue without a payment plan approved by the Department of Revenue. B. Documentation. The Bidder shall not be listed on the Washington State Department of Revenue's "Delinquent Taxpayer List" website. http.//dor wa.gov/content/fileandpaytaxes/latefiling/dtlwest.aspx, or if they are so listed, they must submit a written payment plan approved by the Department of Revenue, to the Contracting Agency by the deadline listed below G:\PROJECTS\2017\17031E\SPEC\17031 SPEC.Docx 6-9 2 Federal Debarment A. Criterion: The Bidder shall not currently be debarred or suspended by the Federal government. B Documentation The Bidder shall not be listed as having an "active exclusion" on the U S. government's "System for Award Management" database (www sam gov) 3. Subcontractor Responsibility A. Criterion The Bidder's standard subcontract form shall include the subcontractor responsibility language required by RCW 39 06 020, and the Bidder shall have an established procedure which it utilizes to validate the responsibility of each of its subcontractors The Bidder's subcontract form shall also include a requirement that each of its subcontractors shall have and document a similar procedure to determine whether the sub -tier subcontractors with whom it contracts are also "responsible" subcontractors as defined by RCW 39 06 020 B. Documentation• The Bidder, if and when required as detailed below, shall submit a copy of its standard subcontract form for review by the Contracting Agency, and a written description of its procedure for validating the responsibility of subcontractors with which it contracts. 4 Prevailing Wages A Criterion The Bidder shall not have a record of prevailing wage violations as determined by the Washington State Department of Labor & Industries in the five years prior to the bid submittal date, that demonstrates a pattern of failing to pay workers prevailing wages, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency B Documentation The Bidder, if and when required as detailed below, shall submit a list of all prevailing wage violations in the five years prior to the bid submittal date, along with an explanation of each violation and how it was resolved The Contracting Agency will evaluate these explanations and the resolution of each complaint to determine whether the violation demonstrate a pattern of failing to pay its workers prevailing wages as required 5 Claims Against Retainage and Bonds A Criterion The Bidder shall not have a record of excessive claims filed against the retainage or payment bonds for public works projects in the three years prior to the bid submittal date, that demonstrate a lack of effective management by the Bidder of making timely and appropriate payments to its subcontractors, suppliers, and workers, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency B. Documentation. The Bidder, if and when required as detailed below, shall submit a list of the public works projects completed in the three years prior to the bid submittal date that have had claims against retainage and bonds and include for each project the following information. • Name of project; • The owner and contact information for the owner; • A list of claims filed against the retainage and/or payment bond for any of the projects listed, and • A written explanation of the circumstances surrounding each claim and the ultimate resolution of the claim. G:\PROJECTS\2017\17031E\SPEC\17031 SPEC Docx 6-10 1 1 t 6 Public Bidding Crime A Criterion. The Bidder and/or its owners shall not have been convicted of a crime involving bidding on a public works contract in the five years prior to the bid submittal date. B. Documentation The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that the Bidder and/or its owners have not been convicted of a crime involving bidding on a public works contract. 7. Termination for Cause / Termination for Default A Criterion. The Bidder shall not have had any public works contract terminated for cause or terminated for default by a government agency in the five years prior to the bid submittal date, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency. B Documentation: The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that the Bidder has not had any public works contract terminated for cause or terminated for default by a government agency in the five years prior to the bid submittal date, or if Bidder was terminated, describe the circumstances 8. Lawsuits A Criterion The Bidder shall not have lawsuits with judgments entered against the Bidder in the five years prior to the bid submittal date that demonstrate a pattern of failing to meet the terms of contracts, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency. B. Documentation. The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that the Bidder has not had any lawsuits with judgments entered against the Bidder in the five years prior to the bid submittal date that demonstrate a pattern of failing to meet the terms of contracts, or shall submit a list of all lawsuits with judgments entered against the Bidder in the five years prior to the bid submittal date, along with a written explanation of the circumstances surrounding each such lawsuit. The Contracting Agency shall evaluate these explanations to determine whether the lawsuits demonstrate a pattern of failing to meet of terms of construction related contracts. The Bidder shall sign this Bidder's Responsibility Statement as evidence that the Bidder meets the mandatory and supplemental responsibility criteria stated above, and shall submit with bid. The Contracting Agency reserves the right to request further documentation as needed to assess Bidder responsibility. The Contracting Agency also reserves the right to obtain information from third -parties and independent sources of information concerning a Bidder's compliance with the mandatory and supplemental criteria, and to use that information in their evaluation. The Contracting Agency may (but is not required to) consider mitigating factors in determining whether the Bidder complies with the requirements of the supplemental criteria. The basis for evaluation of Bidder compliance with these mandatory and supplemental criteria shall include any documents or facts obtained by Contracting Agency (whether from the Bidder or third parties) including but not limited to. (i) financial, historical, or operational data from the Bidder; (ii) information obtained directly by the Contracting Agency from others for whom the Bidder has worked, or other public agencies or private enterprises, and (iii) any additional information obtained by the Contracting Agency which is believed to be relevant to the matter. G:\PROJECTS\2017\17031E\SPEC\17031 SPEC.Docx 6-11 If the Contracting Agency determines the Bidder does not meet the bidder responsibility criteria above and is therefore not a responsible Bidder, the Contracting Agency shall notify the Bidder in writing, with the reasons for its determination. If the Bidder disagrees with this determination, it may appeal the determination within two (2) business days of the Contracting Agency's determination by presenting its appeal and any additional information to the Contracting Agency The Contracting Agency will consider the appeal and any additional information before issuing its final determination If the final determination affirms that the Bidder is not responsible, the Contracting Agency will not execute a contract with any other Bidder until at least two business days after the Bidder determined to be not responsible has received the Contracting Agency's final determination Request to Change Supplemental Bidder Responsibility Criteria Prior To Bid• Bidders with concerns about the relevancy or restrictiveness of the Supplemental Bidder Responsibility Criteria may make or submit requests to the Contracting Agency to modify the criteria. Such requests shall be in writing, describe the nature of the concerns, and propose specific modifications to the criteria Bidders shall submit such requests to the Contracting Agency no later than five (5) business days prior to the bid submittal deadline and address the request to the Project Engineer or such other person designated by the Contracting Agency in the Bid Documents. 1-02.15 Pre -Award Information (August 14, 2013 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 Any other information or action taken that is deemed necessary to ensure that the bidder is the lowest responsible bidder The low Bidder shall submit a plan to support in place all existing utilities within pit limits Any engineered shoring shall be the Contractor's responsibility 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 G:\PROJECTS\2017\17031E\SPEC\17031 SPEC.Docx 6-12 1-03.2 Award of Contract Supplement this section with the following: The Contract will be awarded to the apparent low bidder on the basis of the total of all bid items and schedules accepted by the Contracting Agency The Contractor shall submit bids for all bid schedules, including all alternate and/or additive bid schedules as applicable, to be considered a responsive bidder. 1-03.3 Execution of Contract (October 1, 2005 APWA GSP) Revise this section to read: Copies of the Contract Provisions, including the unsigned Form of Contract, will be available for signature by the successful bidder on the first business day following award. The number of copies to be executed by the Contractor will be determined by the Contracting Agency. Within ten (10) calendar days after the award date, the successful bidder shall return the signed Contracting Agency -prepared contract, an insurance certification as required by Section 1-07.18, and a satisfactory bond as required by law and Section 1-03.4. Before execution of the contract by the Contracting Agency, the successful bidder shall provide any pre -award information the Contracting Agency may require under Section 1-02.15 Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency nor shall any work begin within the project limits or within Contracting Agency -furnished sites. The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the Contracting Agency. If the bidder experiences circumstances beyond their control that prevents return of the contract documents within the calendar days after the award date stated above, the Contracting Agency may grant up to a maximum of twenty (20) additional calendar days for return of the documents, provided the Contracting Agency deems the circumstances warrant it. Supplement this section with the following: Failure to return the required documents within the allotted time shall be considered as non-responsive and shall result in forfeiture of the bid bond or deposit of the bidder in accordance with Section 1-03.5. 1-03.4 Contract Bond (July 23, 2015 APWA GSP) Delete the first paragraph and replace it with the following. The successful bidder shall provide executed payment and performance bond(s) for the full contract amount. The bond may be a combined payment and performance bond; or be separate payment and performance bonds. In the case of separate payment and performance bonds, each shall be for the full contract amount. The bond(s) shall. 1. Be on a Contracting Agency -furnished form(s), 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; G:\PROJECTS\2017\17031E\SPEC\17031 SPEC.Docx 6-13 3 Guarantee that the Contractor will perform and comply with all obligations, duties, and conditions under the Contract, including but not limited to the duty and obligation to indemnify, defend, and protect the Contracting Agency against all losses and claims related directly or indirectly from any failure: a Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors of the Contractor) to faithfully perform and comply with all contract obligations, conditions, and duties 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; 4 Be conditioned upon the payment of taxes, increases, and penalties incurred on the project under titles 50, 51, and 82 RCW; and 5 Be accompanied by a power of attorney for the Surety's officer empowered to sign the bond; and 6. Be signed by an officer of the Contractor empowered to sign official statements (sole proprietor or partner) If the Contractor is a corporation, the bond(s) must be signed by the president or vice president, unless accompanied by written proof of the authority of the individual signing the bond(s) to bind the corporation (i e , corporate resolution, power of attorney, or a letter to such effect by the president or vice president) Supplement this section with the following. The Contractor shall guarantee the material provided and workmanship performed under the Contract for a period of one year from and after the final acceptance thereof by the Contracting Agency. Repair and/or replacement of defective materials and workmanship shall be as specified in Section 1-05 12(1). In addition to the requirements for the Contract Bond according to Section 1-03 4 of the Standard Specifications, the Bond shall further indemnify and hold the Contracting Agency harmless from defects appearing or developing in the material or workmanship provided or performed under the Contract within a period of one year after final acceptance by the Contracting Agency The Contract Bond document is bound in these Specifications. 1-03.7 Judicial Review (July 23, 2015 APWA GSP) Revise this section to read Any decision made by the Contracting Agency regarding the Award and execution of the Contract or Bid rejection shall be conclusive subject to the scope of judicial review permitted under Washington Law. Such review, if any, shall be timely filed in the Superior Court of the county where the Contracting Agency headquarters is located, provided that where an action is asserted against a county, RCW 36.01.05 shall control venue and iurisdiction. 1-04 SCOPE OF THE WORK 1-04.1 Intent of the Contract 1-04.1(2) Bid Items Not Included in the Proposal Delete the first paragraph in its entirety and replace it with the following If work is required to complete the project according to the intent of the Plans and Specifications but no bid item is provided in the Bid Schedule, then the Contractor shall include the cost for providing the necessary work in the unit or lump sum price for the bid item most closely related to the work. G:\PROJECTS\2017\17031E\SPEC117031 SPEC.Docx 6-14 1 1 7 1 1 1 1 1 1 1 1 i 1 1 1 1 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda (March 13, 2012 APWA GSP) Revise the second paragraph to read. Any inconsistency in the parts of the contract shall be resolved by following this order of precedence (e g , 1 presiding over 2, 2 over 3, 3 over 4, and so forth)• 1 Addenda, 2. Proposal Form, 3. Special Provisions, 4. Contract Plans, 5. Amendments to the Standard Specifications, 6. Standard Specifications, 7. Contracting Agency's Standard Plans or Details (if any), and 8 WSDOT Standard Plans for Road, Bridge, and Municipal Construction. 1-04.4 Changes Supplement this section with the following. No changes in the work covered by the approved Contract Documents shall be made without having prior written or oral (as deemed appropriate due to urgency of change) approval of the Owner If oral approval is granted, it shall be documented in writing shortly thereafter. Charges or credits for the work covered by the approved change shall be determined by one or more, or a combination of the following methods' a Unit bid prices previously approved. b An agreed lump sum. c. The actual costs of. (1) Labor, including foremen; (2) Materials entering permanently into the work, (3) The ownership or rental costs of construction plant and equipment during the time of use on the extra work, (4) Power and consumable supplies for the operation of power equipment; (5) Insurance; (6) Social Security and old age and unemployment contributions Should authorized changes be made based upon the actual cost of material and labor, the costs thereof and costs allowed for overhead profit, bonds, insurance, etc., shall be determined via Section 1-09 6 Force Account of the Standard Specifications. 1-04.4(1) Minor Changes Supplement this section with the following: The Contractor is advised that this item may or may not be utilized in this project. G:\PROJECTS\2017\17031E\SPEC\17031 SPEC Docx 6-15 1-04.6 Variation in Estimated Quantities Supplement this section with the following. The quantities listed in the unit price Bid Proposal are estimates for bidding purposes only There will be no adjustments in price due to increases or decreases in quantities regardless of the magnitude The 25 percent provisions of this Section 1-04 6 shall not apply to All Bid Items. Payment will be made at the unit contract price for actual quantities of work completed 1-04.11 Final Cleanup Supplement this section with the following Partial cleanup shall be done by the Contractor when he feels it is necessary or when, in the opinion of the Contracting Agency, partial cleanup should be done prior to either final cleanup or final inspection The cleanup work shall be done immediately upon written notification of the Engineer and other work shall not proceed until this partial cleanup is accomplished Should the Contractor not conduct the cleanup as directed and in a timely manner, the Owner shall take action to have such cleanup work completed by others and will deduct such costs from any payment due the Contractor 1-05 CONTROL OF WORK 1-05.1 Authority of the Engineer Supplement this section with the following• Unless otherwise expressly provided in the Contract Drawings, Specifications, and Addenda, the means and methods of construction shall be such as the Contractor may choose, subject, however, to the Engineer's right to reject means and methods proposed by the Contractor which (1) will constitute or create a hazard to the work, or to persons or property; or (2) will not produce finished work in accor- dance with the terms of the Contract. The Engineer's approval of the Contractor's means and methods of construction or his failure to exercise his right to reject such means or methods shall not relieve the Contractor of the obligation to accomplish the result intended by the Contract; nor shall the exercise of such right to reject create a cause for action for damages At the Contractor's risk, the Engineer may suspend all or part of the work according to Section 1-08 6 1-05.3 Working Drawings Supplement this section with the following Working Drawings shall be transmitted to HLA with the Submittal Transmittal sheet provided to the Contractor after project award, also found at: http.//hlacivil.com/forms. The Submittal Transmittal form includes certification language stating the submittal has been reviewed by the Contractor and complies with the Plans and Specifications. Catalog cuts shall include marks to indicate the specific item that is to be provided for the project. If alternate items are submitted for approval, the Contractor shall indicate the proposed location and use of the item If PDF format is found to be unacceptable, the Contractor shall submit to the Engineer for review and approval, six copies of all Working Drawings required in the project documents The data shown on the Working Drawings will be complete with respect to dimensions, design criteria, products and materials of construction, and like information to enable the Engineer to review the submittal At the time of submittal, the Contractor shall, in writing, call attention to any deviations that the item or material submitted may have from the requirements of the Contract Specifications. When the Contractor does call such deviations to the attention of the Engineer, the Contractor shall state in his letter whether or not such deviations involve any deduction or extra cost adjustment. G:\PROJECTS\2017\17031E\SPEC\17031 SPEC.Docx 6-16 1 t 1 1 1 1 1 Y 1 1 1 1 1 1 1 1 Unless otherwise approved by the Engineer, Working Drawings and samples shall be submitted only by the Prime Contractor, who shall indicate by a signed stamp on the Working Drawing, or other means, that he (the Prime Contractor) has checked the Working Drawing The Contractor's stamp of approval on the Working Drawings shall constitute a representation to the Owner and Engineer that the Contractor has either determined and verified all quantities, dimensions, field construction criteria, materials, catalog numbers, or similar data and assumes full responsibility for doing so, and that he has reviewed or coordinated each Working Drawing or sample with the requirements of the Contract Documents Working Drawings submitted by subcontractors, directly to the Owner or sub -consultants, will be rejected for the purpose of approval The practice of submitting incomplete or unchecked Working Drawings for the Engineer to correct or finish will not be acceptable, and Working Drawings which, in the opinion of the Engineer, clearly indicate that they have not been checked by the Contractor will be considered as not complying with the intent of the Contract Documents and will be returned to the Contractor for resubmission in proper form The Engineer will review with reasonable promptness Working Drawings and samples, but the Engineer's review shall be only for conformance with the designconcept of the Project and for compliance with the information given in the Contract Documents and shall not extend to the means, methods, sequences, techniques or procedures of construction, or to safety precautions or programs incidental thereto The review by the Engineer of a separate item as such will not indicate review of the assembly in which the item functions When the Working Drawings have been reviewed by the Engineer, an electronic (.pdf) copy including a transmittal memo will be returned to the -Contractor. No submittal or Working Drawing will be recognized without the Engineer's review attached In case of dispute, the Engineer's electronic copy will be recognized as the accepted copy of record. Two sets of submittals will be returned to the Contractor appropriately stamped. If major changes or corrections are necessary, the Working Drawings may be rejected and one set will be returned to the Contractor with such changes or corrections indicated. The Contractor shall make any corrections required by the Engineer and shall resubmit the required number of corrected Working Drawings or samples for review. No changes shall be made by the Contractor to resubmitted Working Drawings other than those changes indicated by the Engineer, unless such changes are clearly described in a letter accompanying the resubmitted Working Drawings Where a Working Drawing or sample is required by the Specifications, no related work shall be commenced until the submittal has been reviewed and approved by the Engineer 1-05.3(1) Project Record Drawings (New Section) The following new section shall be added to the Standard Specifications The Contractor shall maintain a neatly marked, full-size set of record drawings showing the final location and layout of all new construction Drawings shall be kept current weekly, with all field instruction, change orders, and construction adjustment. The preparation and upkeep of the Record Drawings is to be the assigned responsibility of a single, experienced, and qualified individual The quality of the Record Drawings, in terms of accuracy, clarity, and completeness, is to be adequate to allow the Contracting Agency to modify the computer-aided drafting (CAD) Contract Drawings to produce a complete set of Record Drawings for the Contracting Agency without further investigative effort by the Contracting Agency. G:\PROJECTS\2017\17031E\SPEC\17031 SPEC.Docx 6-17 The Record Drawing markups shall document all changes in the Work, both concealed and visible Items that must be shown on the markups include but are not limited to: • Actual Dimensions, arrangement, and materials used when different than shown in the Plans • Changes made by Change Order or Field Order. • Changes made by the Contractor • Accurate locations of storm sewer, sanitary sewer, water mains and other water appurtenances, structures, conduits, light standards, vaults, width of roadways, sidewalks, landscaping area, building footprints, channelization and pavement markings, etc. Include pipe invert elevations, top of castings (manholes, inlets, etc ) Drawings shall be subject to the inspection of the Engineer at all times Prior to acceptance of the work, the Contractor shall deliver to the Engineer one set of neatly marked record drawings showing the information required above Requests for partial payment will not be approved if the marked -up prints are not kept current, and request for final payment will not be approved until the marked -up prints are delivered to the Engineer. 1-05.4 Conformity with and Deviations from Plans and Stakes Add the following new sub -sections: 1-05.4(1) Roadway and Utility Surveys (New Section) The following new section shall be added to the Standard Specifications The Engineer shall furnish to the Contractor one time only all principal lines, grades, and measurements the Engineer deems necessary for completion of the work. These shall generally consist of one initial set of offset points to establish line and grade for underground utilities such as water, sewers, and storm drains The Engineer will establish the line and grade of proposed construction by offset stakes, the centerline for minor structures, and establish bench marks at convenient locations for use by the Contractor The Contractor shall establish grades from the Engineer's stakes at suitable intervals in accordance with good practice and which meet with the approval of the Engineer Where any information on the Plans is insufficient for establishing line and/or grade, the Contractor shall request additional information from the Engineer. Where new construction adjoins existing construction, the Contractor shall make such adjustments in grade as are directed by the Engineer The Engineer will perform all surveying necessary to check compliance with the Specifications and as required for measuring the quantities of work as specified. The Contractor shall furnish assistance to the Engineer in checking depth and measuring quantities for payment purposes The Engineer will provide slope staking one time only in areas of significant sloping, establish the centerline for minor structures, and establish bench marks at convenient locations for use by the Contractor. Any charges incurred by the Engineer to replace stakes, markers, and monumentation which were not to be disturbed, but were damaged by the Contractor's operations, shall be calculated on an hourly basis at the Engineer's normal hourly billing rates in effect at that time for the individuals and equipment required to do the work, including travel time and overtime The Contractor does hereby authorize the Contracting Agency to deduct such costs from the amounts due or to become due to him Any claim by the Contractor for extra compensation by reason of alterations or reconstruction work allegedly due to error in the Engineer's line and grade, will not be allowed unless the original control points set by the Engineer still exist, or unless other satisfactory substantiating evidence to prove the error is furnished the Engineer. Three consecutive points set on line or grade shall be the minimum points used to determine any variation from a straight line or grade. Any such variation shall, upon discovery, be reported to the Engineer In the absence of such report, the Contractor shall be liable for any error in alignment or grade G:\PROJECTS\2017\17031E\SPEC\17031 SPEC.Docx 6-18 1-05.4(2) Construction Staking Requests (New Section) The following new section shall be added to the Standard Specifications. All staking requests shall be made on the "Construction Staking Request Form" found in Appendix B. The form shall be emailed, faxed, or delivered to the Engineer's office at least three (3) working days prior to the date requested for staking The Contractor shall provide a brief description of the staking requested, the approximate location (station to station), and when the staking will be required. The request shall be reviewed with the Engineer and both parties shall sign the form. When the staking is completed, the survey party chief will initial and date the form. Requests for re -stakes shall be marked boldly in the description and initialed by both the Contractor and the Engineer. 1-05.5 Survey Monuments (New Section) The following new section shall be added to the Standard Specifications The Contracting Agency will, at its own cost, reference all known existing monuments or markers relating to subdivisions, plats, roads, street centerline intersections, etc. The Contractor shall take special care to protect these monuments or markers and also the reference points In the event the Contractor is negligent in preserving such monuments and markers, the points will be reset by a licensed surveyor at the Contractor's expense. 1-05.6 Inspection of Work and Materials. 1-05.6(1) Testing (New Section) The following new section shall be added to the Standard Specifications: The Contractor shall be responsible for scheduling and paying for all material and compaction testing required by these Technical Specifications. The cost of testing shall be considered incidental to the various bid items. All testing services shall be performed by an independent, certified testing firm and/or laboratory meeting the approval of the Engineer. The Contractor shall submit information relating to the qualifications of the proposed testing firm to the Engineer for review and approval prior to the preconstruction conference. The testing firm shall provide a test report to the Engineer within 24 hours of any test completion Test reports shall become the property of the Owner. Testing frequencies listed below may be modified to assure compliance with the Specifications. Trench Backfill Copies of moisture -density curves for each type of material encountered and copies of all test results shall be provided to the Engineer as construction progresses. Compaction tests shall be taken at a frequency and at depths sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for each 100 linear feet of mainline pipeline trench and one (1) test for each street crossing. At alternating 100 -foot locations along the main trench line, tests shall be taken at 1 -foot, 2 -foot, and 3 -foot depths below finish grade The Engineer may request additional tests be performed at the Contractor's expense, if test results do not meet the required trench backfill densities. All trenches shall be backfilled and compacted to at least 95% of maximum density as determined by ASTM D 1557 (Modified Proctor). G:\PROJECTS\2017\17031E\SPEC\17031 SPEC.Docx 6-19 Ballast and Crushed Surfacing Copies of the moisture density curves and gradation for each type of material incorporated into the project and copies of all test results shall be provided to the Engineer or Owner as construction progresses Compaction tests shall be taken at a frequency sufficient to document that the required density has been achieved At a minimum, one (1) compaction test shall be taken for every 1,000 square feet of surface area for each lift of ballast or crushed surfacing The Engineer or Owner may request additional tests be performed at the Contractor's expense, if test results do not meet the required densities Asphalt Paving Copies of the reference maximum density test for each class of Hot Mix Asphalt pavement and copies of all test results shall be provided to the Engineer as construction progresses. Density tests shall be taken at a frequency sufficient to document that the required density has been achieved At a minimum, one (1) compaction test shall be taken for every 1,000 square feet of surface area for each lift of asphalt concrete pavement. The Engineer or Owner may request additional tests be performed at the Contractor's expense, if test results do not meet the required densities Compaction of Hot Mix Asphalt pavement shall be as specified in Section 5-04.3(10)A. 1-05.7 Removal of Defective and Unauthorized Work (October 1, 2005 APWA GSP) Supplement this section with the following: If the Contractor fails to remedy defective or unauthorized work within the time specified in a written notice from the Engineer, or fails to perform any part of the work required by the Contract Documents, the Engineer may correct and remedy such work as may be identified in the written notice, with Contracting Agency forces or by such other means as the Contracting Agency may deem necessary. If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have work the Contractor refuses to perform completed by using Contracting Agency or other forces An emergency situation is any situation when, in the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk of loss or damage to the public. Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor Payment will be deducted by the Engineer from monies due, or to become due, the Contractor Such direct and indirect costs shall include in particular, but without limitation, compensation for additional professional services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized work. No adjustment in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the Contracting Agency's rights provided by this Section. The rights exercised under the provisions of this section shall not diminish the Contracting Agency's right to pursue any other avenue for additional remedy or damages with respect to the Contractor's failure to perform the work as required G:\PROJECTS\2017\17031E\SPEC\17031 SPEC.Docx 6-20 1-05.11 Final Inspection Delete this section and replace it with the following. 1-05.11 Final Inspections and Operational Testing (October 1, 2005 APWA GSP) 1-05.11(1) Substantial Completion Date When the Contractor considers the work to be substantially complete, the Contractor shall so notify the Engineer and request the Engineer establish the Substantial Completion Date. The Contractor's request shall list the specific items of work that remain to be completed in order to reach physical completion The Engineer will schedule an inspection of the work with the Contractor to determine the status of completion. The Engineer may also establish the Substantial Completion Date unilaterally. If, after this inspection, the Engineer concurs with the Contractor that the work is substantially complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the Substantial Completion Date If, after this inspection the Engineer does not consider the work substantially complete and ready for its intended use, the Engineer will, by written notice, so notify the Contractor giving the reasons therefore. Upon receipt of written notice concurring in or denying substantial completion, whichever is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized interruption, the work necessary to reach Substantial and Physical Completion. The Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work. The above process shall be repeated until the Engineer establishes the Substantial Completion Date and the Contractor considers the work physically complete and ready for final inspection 1-05.11(2) Final Inspection and Physical Completion Date When the Contractor considers the work physically complete and ready for final 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 1-05.11(3) Operational Testing It is the intent of the Contracting Agency to have at the Physical Completion Date a complete and operable system Therefore, when the work involves the installation of machinery or other mechanical equipment; street lighting, electrical distribution or signal systems; irrigation systems; buildings, or other similar work it may be desirable for the Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the physical completion date. Whenever items of work are listed in the Contract Provisions for operational testing they shall be fully tested under operating conditions for the time G:\PROJECTS\2017\17031E\SPEC\17031 SPEC.Docx 6-21 period specified to ensure their acceptability prior to the Physical Completion Date During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment which prove faulty, or that are not in first class operating condition Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing, shall be included in the unit contract prices related to the system being tested, unless specifically set forth otherwise in the proposal Operational and test periods, when required by the Engineer, shall not affect a manufacturer's guaranties or warranties furnished under the terms of the contract. 1-05.12(1) One -Year Guarantee Period (New Section) (March 8, 2013 APWA GSP) The following new section shall be added to the Standard Specifications. The Contractor shall return to the project and repair or replace all defects in workmanship and material discovered within one year after Final Acceptance of the Work. The Contractor shall start work to remedy any such defects within 7 calendar days of receiving Contracting Agency's written notice of a defect, and shall complete such work within the time stated in the Contracting Agency's notice. In case of an emergency, where damage may result from delay or where loss of services may result, such corrections may be made by the Contracting Agency's own forces or another contractor, in which case the cost of corrections shall be paid by the Contractor. In the event the Contractor does not accomplish corrections within the time specified, the work will be otherwise accomplished and the cost of same shall be paid by the Contractor When corrections of defects are made, the Contractor shall then be responsible for correcting all defects in workmanship and materials in the corrected work for one year after acceptance of the corrections by Contracting Agency This guarantee is supplemental to and does not limit or affect the requirements that the Contractor's work comply with the requirements of the Contract or any other legal rights or remedies of the Contracting Agency. Supplement this section with the following. The Contractor agrees the above one-year limitation shall not exclude nor diminish the Contracting Agency's rights under any law to obtain damages and recover costs resulting from defective and unauthorized work discovered after one year. 1-05.13 Superintendents, Labor and Equipment of Contractor (August 14, 2013 APWA GSP) Delete the sixth and seventh paragraphs of this section 1-05.15 Method of Serving Notices (March 25, 2009 APWA GSP) Revise the second paragraph to read All correspondence from the Contractor shall be directed to the Project Engineer. All correspondence from the Contractor constituting any notification, notice of protest, notice of dispute, or other correspondence constituting notification required to be furnished under the Contract, must be in paper format, hand delivered or sent via mail delivery service to the Project Engineer's office. Electronic copies such as e-mails or electronically delivered copies of correspondence will not constitute such notice and will not comply with the requirements of the Contract. G.\PROJECTS\2017\17031E\SPEC\17031 SPEC.Docx 6-22 1-06 CONTROL OF MATERIAL 1-06.1(4) Fabrication Inspection Expense Delete this section in its entirety. 1-06.6 Recycled Materials (January 4, 2016 APWA GSP) Delete this section, including its subsections, and replace it with the following• The Contractor shall make their best effort to utilize recycled materials in the construction of this project. Approval of such material use shall be as detailed elsewhere in the Standard Specifications. Prior to Physical Completion the Contractor shall report the quantity of recycled materials that were utilized in the construction of the project for each of the items listed in Section 9-03.21 The report shall include hot mix asphalt, recycled concrete aggregate, recycled glass, steel furnace slag and other recycled materials (e g. utilization of on-site material and aggregates from concrete returned to the supplier). The Contractor's report shall be provided on DOT form 350-075 Recycled Materials Reporting. 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.1 Laws to be Observed (October 1, 2005 APWA GSP) Supplement this section with the following In cases of conflict between different safety regulations, the more stringent regulation shall apply. The Washington State Department of Labor and Industries shall be the sole and paramount administrative agency responsible for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA). The Contractor shall maintain at the project site office, or other well-known place at the project site, all articles necessary for providing first aid to the injured. The Contractor shall establish, publish, and make known to all employees, procedures for ensuring immediate removal to a hospital, or doctor's care, persons, including employees, who may have been injured on the project site. Employees' should not be permitted to work on the project site before the Contractor has established and made known procedures for removal of injured persons to a hospital or a doctor's care The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the Contractor's plant, appliances, and methods, and for any damage or injury resulting from their failure, or improper maintenance, use, or operation The Contractor shall be solely and completely responsible for the conditions of the project site, including safety for all persons and property in the performance of the work. This requirement shall apply continuously, and not be limited to normal working hours The required or implied duty of the Engineer to conduct construction review of the Contractor's performance does not, and shall not, be intended to include review and adequacy of the Contractor's safety measures in, on, or near the project site Amend the second sentence of the first paragraph to read: The Contractor shall indemnify and save harmless the State (including the Commission, the Secretary, and any agents, officers, and employees) and the Contracting Agency (including any agents, officers, employees, and representatives) against any claims which may arise because the Contractor (or any employee of the Contractor or subcontractor or materialman) violated a legal requirement. G:\PROJECTS12017\17031E\SPEC\17031 SPEC.Docx 6-23 1-07.2 State Taxes Delete this section, including its sub -sections, in its entirety and replace it with the following 1-07.2 State Sales Tax (June 27, 2011 APWA GSP) The Washington State Department of Revenue has issued special rules on the State sales tax. Sections 1-07.2(1) through 1-07.2(3) are meant to clarify those rules. The Contractor should contact the Washington State Department of Revenue for answers to questions in this area. The Contracting Agency will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability The Contractor shall include all Contractor -paid taxes in the unit bid prices or other contract amounts. In some cases, however, state retail sales tax will not be included. Section 1-07.2(2) describes this exception. The Contracting Agency will pay the retained percentage (or release the Contract Bond if a FHWA-funded Project) only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all contract -related taxes have been paid (RCW 60.28.051) The Contracting Agency may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of Revenue, whether the amount owed relates to this contract or not. Any amount so deducted will be paid into the proper State fund 1-07.2(1) State Sales Tax - Rule 171 WAC 458-20-171, and its related rules, apply to building, repairing, or improving streets, roads, etc , which are owned by a municipal corporation, or political subdivision of the state, or by the United States, and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included as a part of the street or road drainage system and power lines when such are part of the roadway lighting system For work performed in such cases, the Contractor shall include Washington State Retail Sales Taxes in the various unit bid item prices, or other contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the work 1-07.2(2) State Sales Tax - Rule 170 WAC 458-20-170, and its related rules, apply to the constructing and repairing of new or existing buildings, or other structures, upon real property This includes, but is not limited to, the construction of streets, roads, highways, etc., owned by the state of Washington, water mains and their appurtenances, sanitary sewers and sewage disposal systems unless such sewers and disposal systems are within, and a part of, a street or road drainage system, telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of a street or road lighting system, and installing or attaching of any article of tangible personal property in or to real property, whether or not such personal property becomes a part of the realty by virtue of installation. For work performed in such cases, the Contractor shall collect from the Contracting Agency, retail sales tax on the full contract price The Contracting Agency will automatically add this sales tax to each payment to the Contractor For this reason, the Contractor shall not include the retail sales tax in the unit bid item prices, or in any other contract amount subject to Rule 170, with the following exception Exception The Contracting Agency will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit bid item prices or in any other contract amount. 1-07.2(3) Services The Contractor shall not collect retail sales tax from the Contracting Agency on any contract wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 244) G:\PROJECTS\2017\17031E\SPEC\17031 SPEC.Docx 6-24 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1-07.6 Permits and Licenses Supplement this section with the following. The Contractor and all subcontractors are responsible for obtaining and paying for business licenses in the City of Yakima No hydraulic permits are required for this project unless the Contractor's operations use, divert, obstruct, or change the natural flow or bed of any river or stream, or utilize 'any of the waters of the State or materials from gravel or sand bars, or from stream beds All costs required to comply with this section shall be the responsibility of the Contractor. The Contractor shall familiarize himself and comply with all requirements of Appendix C — WSDOT Permit/Franchise No 50157 AMD 1. 1-07.13 Contractor's Responsibility for Work 1-07.13(3) Relief of Responsibility for Damage by Public Traffic Delete this section and replace it with the following: When it is necessary for public traffic to utilize the street and associated facilities during construction, the Contractor shall be responsible for damages to improvements The Contractor shall provide all necessary protection and temporary facilities to accommodate both vehicular and pedestrian traffic during construction. 1-07.17 Utilities and Similar Facilities Supplement this section with the following. Public and private utilities, or their contractors, will furnish all work necessary to adjust, relocate, replace, or construct their facilities unless otherwise provided for in the Plans or these Special Provisions. Such adjustment, relocation, replacement, or construction will be done during the prosecution of the work for this project. The following addresses and telephone number of utility companies known or suspected of having facilities within the project limits are supplied for the Contractor's convenience Utility Company Address Phone Number City of Yakima Water & Irrigation 2301 Fruitvale Blvd., Yakima, WA 98902 (509) 576-6154 CenturyLink 8 S 2nd Ave , Room 304, Yakima, WA 98902 (509) 575-7185 Charter Communications 1005 N 16th Ave , Yakima, WA 98902 (509) 962-4801 City of Yakima Wastewater Div 2220 E. Viola, Yakima, WA 98901 (509) 575-6077 Cascade Natural Gas Corp 701 S 1St Ave , Yakima, WA 98902 (509) 961-7909 Pacific Power 500 N Keys Road, Yakima, WA 98901 (509) 575-3158 Old Union Canal P 0 Box 1586, Yakima, WA 98907 (509) 930-9001 Locations and dimensions shown on the Plans for existing facilities are in accordance with available information obtained without uncovering, measuring, or other verification. It shall be the Contractor's responsibility to investigate the presence and location of all utilities prior to bid opening and to assess their impacts on his construction activities. The Contractor shall call the Utility Notification Center (One -Call Agency) for field location, not less than two or more than ten business days before the scheduled date for commencement of excavation which may affect underground utility facilities, unless otherwise agreed upon by the parties involved. A business day is defined as any day other than Saturday, Sunday, or a legal local, state, or federal holiday. The telephone number for the One -Call Agency for this project is 1-800-424-5555. If no one- G:\PROJECTS\2017\17031E\SPEC\17031 SPEC.Docx 6-25 number locator service is available, notice shall be provided individually by the Contractor to those owners known to or suspected of having underground facilities within the area of proposed excavation 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 organizations, may be doing utility installations within the area The proposed construction work must be coordinated with these utility installations. The Contractor shall arrange with the owners and operators of the respective utility systems to mark the locations and, if necessary or prudent, to expose the existing utilities prior to construction of the facilities contained in this Contract. The Contractor shall coordinate his work with other contractors who may be working in the project area and cooperate with them 1-07.18 Public Liability and Property Damage Insurance Delete this section in its entirety, and replace it with the following Within ten (10) days following contract award or prior to start of construction, whichever comes first, the Contractor shall furnish the Owner a Certificate of Insurance and the additional insured endorsements as evidence of compliance with these requirements This certificate shall name the CITY OF YAKIMA, its employees, agents, elected and appointed officials, HLA Engineering and Land Surveying, Inc. (HLA), as "additional insureds" and shall stipulate that the policies named thereon cannot be canceled unless at least thirty (30) days written notice has been given to the Owner The certificate shall not contain the following or similar wording regarding cancellation notification. "Failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents, or representatives " The Contractor shall obtain and keep in force the following policies of insurance. The policies shall be with companies or through sources approved by the State Insurance Commissioner pursuant to Chapter 48 05, RCW Unless otherwise indicated below, the policies shall be kept in force from the execution date of the contract until the date of acceptance by the Owner. 1 Commercial General Liability Insurance written under ISO Form C00001 or its equivalent with minimum limits of $10,000,000 per occurrence and in the aggregate for each policy period This protection may be a CGL policy or any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $10,000,000 Products and completed operations coverage shall be provided for a period of one year following final acceptance of the work 2. Commercial Automobile Liability Insurance providing bodily injury and property damage liability coverage for all owned and non -owned vehicles assigned to or used in the performance of the work with a combined single limit of not less than $1,000,000 each occurrence with the Owner named as an additional insured in connection with the Contractor's Performance of the contract. 3 Owners and Contractors Protective (OCP) Insurance providing bodily injury and property damage liability coverage, with limits of $10,000,000 per occurrence and in the aggregate for each policy period, written on Insurance Services Office (ISO) form C00009 together with Washington State Department of Transportation Amendatory Endorsement No. CG 2908, specifying the Contracting Agency as a named insured The Contractor may choose to terminate this insurance after the date of Substantial Completion as determined by the Engineer or, should Substantial Completion not be achieved, after the date of Physical Completion as determined by the Engineer In the event the Contractor elects to terminate this coverage, prior to acceptance of the contract, the Contractor shall first obtain an endorsement to the Commercial General Liability Insurance described below that establishes the Contracting Agency on that policy as an additional insured. G:\PROJECTS\2017\17031E\SPEC\17031 SPEC.Docx 6-26 The Owners and Contractors Protective Insurance policy shall not be subject to a deductible or contain provisions for a deductible. The Commercial General Liability policy and the Commercial Automobile Liability Insurance policy may, at the discretion of the Contractor, contain provisions for a deductible. If a deductible applies to any claim under these policies, then payment of that deductible will be the responsibility of the Contractor, notwithstanding any claim of liability against the Contracting Agency However, in no event shall any provision for a deductible provide for a deductible in excess of $50,000 00 Prior to contract execution, the Contractor shall file with the Engineer ACORD Form Certificates of Insurance evidencing the minimum insurance coverages required under these specifications. All insurance policies and Certificates of Insurance shall include a requirement providing for a minimum of a 30 day prior written notice to the Contracting Agency of any cancellation or reduction of coverage. All insurance coverage required by this section shall be written and provided by "occurrence -based" policy forms rather than by"claims made" forms. 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 a five working day notice to the Contractor to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the Contracting Agency on demand, or at the sole discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting Agency. All costs for insurance, including any payments of deductible amounts, shall be considered incidental to and included in the unit contract prices and no additional payment will be made. The Contractor is responsible for all his subcontractors' actions and omissions 1-07.23 Public Convenience and Safety 1-07.23(1) Construction Under Traffic Add the following after the fourth sentence of the second paragraph Deficiencies not caused by the Contractor's operations shall be repaired by the Contractor when directed by the Engineer, at the Contracting Agency's expense. Replace item 2 of the second paragraph with the following. 2 Keep existing traffic signal and lighting systems in operation as the work proceeds. (The Contracting Agency will continue the routine maintenance on such system ) Add the following to the third paragraph 5. Maintain vehicular and pedestrian access to businesses at all times that businesses are open. Add the following to the sixth paragraph. 7. Open trenches and excavations shall be protected with proper barricades and at night, they shall be distinctively indicated by adequately placed lights. Add the following paragraph: It shall be the responsibility of the Contractor to seek the approval of and notify the Resident Engineer and the Police and Fire Departments at least 24 hours prior to closing any street, in addition to coordinating the proposed closures with the Contracting Agency to ensure proper detouring of traffic When the street is re -opened, it shall again be the responsibility of the Contractor to notify the above named departments and persons. G:\PROJECTS\2017\17031E\SPEC\17031 SPEC.Docx 6-27 1-07.23(2) Construction and Maintenance of Detours Add the following to the third paragraph: The Contractor shall maintain vehicular and pedestrian access to businesses at all times that businesses are open, unless work is occurring immediately in front of the doorway It shall be the responsibility of the Contractor to maintain pedestrian traffic and business access throughout the duration of the project. At a minimum, the Contractor shall 1 Minimize the disruption in front of the business access by removing sidewalk on either side of the access and leaving the existing sidewalk in place as long as possible and, likewise, shall sequence the installation of the new sidewalk to provide access to the business, 2. Provide gravel surfacing (crushed surfacing top course) access across the construction area to the door of the business, 3 Provide boardwalks and bridging where gravel surfacing cannot be provided or, by the nature of the business or where directed by the Engineer, wheeled access by strollers and wheelchairs is critical to the business and cannot be provided through the gravel surfacing, 4 Provide temporary sidewalk signs directing pedestrians through the construction, notifying pedestrians of alternative routes, and directing pedestrians to businesses where means of access is not obvious; and 5 Adjusting times of construction immediately in front of a business access to times of the day when the business is closed, or business activity is light. For example, construction in front of a deli would be restricted during the lunch hour 6 When construction activities will affect ingress and egress to a property along the project alignment, the Contractor shall be responsible for notifying the occupant/occupants of the property 24 hours prior to the construction activity beginning If personal contact with the occupant is not possible, the Contractor shall leave written notification 7. Local access shall be maintained to the residents within the project limits at all times 1-07.24 Rights of Way (July 23, 2015 APWA GSP) Delete this section in its entirety, and replace it with the following Street right-of-way lines, limits of easements, and limits of construction permits are indicated in the Plans The Contractor's construction activities shall be confined within these limits, unless arrangements for use of private property are made Generally, the Contracting Agency will have obtained, prior to bid opening, all rights-of-way and easements, both permanent and temporary, necessary for carrying out the work. Exceptions to this are noted in the Bid Documents or will be brought to the Contractor's attention by a duly issued Addendum Whenever any of the work is accomplished on or through property other than public right-of-way, the Contractor shall meet and fulfill all covenants and stipulations of any easement agreement obtained by the Contracting Agency from the owner of the private property. Copies of the easement agreements may be included in the Contract Provisions or made available to the Contractor as soon as practical after they have been obtained by the Engineer Whenever easements or rights of entry have not been acquired prior to advertising, these areas are so noted in the Plans The Contractor shall not proceed with any portion of the work in areas where right- of-way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right-of-way or easement is available or that the right of entry has been received If the Contractor is delayed due to acts of omission on 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 a 48-hour notice prior to entry by the Contractor This includes entry onto easements and private property where private improvements must be adjusted G.\PROJECTS\2017\17031E\SPEC\17031 SPEC.Docx 6-28 The Contractor shall be responsible for providing, without expense or liability to the Contracting Agency, any additional land and access thereto that the Contractor may desire for temporary construction facilities, storage of materials, or other Contractor needs However, before using any private property, whether adjoining the work or not, the Contractor shall file with the Engineer a written permission of the private property owner, and, upon vacating the premises, a written release from the property owner of each property disturbed or otherwise interfered with by reasons of construction pursued under this contract. The statement shall be signed by the private property owner, or proper authority acting for the owner of the private property affected, stating that permission has been granted to use the property and all necessary permits have been obtained or, in the case of a release, that the restoration of the property has been satisfactorily accomplished The statement shall include the parcel number, address, and date of signature Written releases must be filed with the Engineer before the Completion Date will be established. 1-07.28 Safety Standards (New Section) The following new section shall be added to the Standard Specifications: All work shall be performed in accordance with all applicable local, state, and federal health and safety codes, standards, regulations, and/or accepted industry standards It shall be the responsibility of the Contractor to ensure that his work force and the public are adequately protected against any hazards The Contracting Agency shall have the authority at all times to issue a stop work order at no penalty to the Contracting Agency if, in its opinion, working conditions present an undue hazard to the public, property, or the work force. Such authority shall not, however, relieve the Contractor of responsibility for the maintenance of safe working conditions or assess any responsibility to the Contracting Agency or Engineer for the identification of any or all unsafe conditions. 1-07.29 Notifying Property Owners (New Section) The following new section shall be added to the Standard Specifications: When construction activities will affect ingress and egress or utility service to a property along the project alignment, the Contractor shall be responsible for notifying the occupant/occupants of the property 24 hours prior to the construction activity beginning. If personal contact with the occupant is not possible, the Contractor shall leave written notification. Property owner notification requirements shall be coordinated with the Owner. 1-08 PROSECUTION AND PROGRESS Add the following new section. 1-08.0 Preliminary Matters (May 25, 2006 APWA GSP) Add the following new section. 1-08.0(1) Preconstruction Conference (October 10, 2008 APWA GSP) Prior to the Contractor beginning the work, a preconstruction conference will be held between the Contractor, the Engineer and such other interested parties as may be invited. The purpose of the preconstruction conference will be: 1 To review the initial progress schedule; 2 To establish a working understanding among the various parties associated or affected by the work; 3 To establish and review procedures for progress payment, notifications, approvals, submittals, etc.; G:\PROJECTS12017\17031E1SPEC\17031 SPEC.Docx 6-29 4 To establish normal working hours for the work; 5 To review safety standards and traffic control, and 6 To discuss such other related items as may be pertinent to the work The Contractor shall prepare and submit at the preconstruction conference the following. 1. A breakdown of all lump sum items, 2. A preliminary schedule of working drawing submittals, and 3 A list of material sources for approval if applicable Add the following new section. 1-08.0(2) Hours of Work (December 8, 2014 APWA GSP) Except in the case of emergency or unless otherwise approved by the Engineer, the normal working hours for the Contract shall be any consecutive 8 -hour period between 7 00 a m and 6 00 p m. Monday through Friday, exclusive of a lunch break. If the Contractor desires different than the normal working hours stated above, the request must be submitted in writing prior to the preconstruction conference, subject to the provisions below. The working hours for the Contract shall be established at or prior to the preconstruction conference. All working hours and days are also subject to local permit and ordinance conditions (such as noise ordinances) If the Contractor wishes to deviate from the established working hours, the Contractor shall submit a written request to the Engineer for consideration This request shall state what hours are being requested, and why Requests shall be submitted for review no later than five (5) working days prior to the day(s) the Contractor is requesting to change the hours If the Contracting Agency approves such a deviation, such approval may be subject to certain other conditions, which will be detailed in writing For example 1 On non -Federal aid projects, requiring the Contractor to reimburse the Contracting Agency for the costs in excess of straight -time costs for Contracting Agency representatives who worked during such times (The Engineer may require designated representatives to be present during the work Representatives who may be deemed necessary by the Engineer include, but are not limited to survey crews, personnel from the Contracting Agency's material testing lab; inspectors, and other contracting Agency employees or third party consultants, when, in the opinion of the Engineer, such work necessitates their presence ) 2 Considering the work performed on Saturdays, Sundays, and holidays as working days with regard to the contract time 3 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 4 If a 4-10 work schedule is requested and approved the non -working day for the week will be charged as a working day 5 If Davis Bacon wage rates apply to this Contract, all requirements must be met and recorded properly on certified payroll. G:\PROJECTS12017117031E\SPEC\17031 SPEC.Docx 6-30 1-08.0(3) Reimbursement for Overtime Work of Contracting Agency Employees (New Section) The following new section shall be added to the Standard Specifications Where the Contractor elects to work on a Saturday, Sunday, or holiday, or longer than an 8 -hour work shift on a regular working day, as defined in the Standard Specifications, such work shall be considered as overtime work. On all such overtime work, a Resident Engineer will be present and a survey crew may be required at the discretion of the Engineer. In such case, the Contracting Agency may deduct from amounts due or to become due to the Contractor for the costs in excess of the straight -time costs for employees of the Contracting Agency required to work overtime hours. The Contractor by these specifications does hereby authorize the Engineer to deduct such costs from the amount due or to become due to the Contractor. 1-08.1 Subcontracting Supplement this section with the following: A Subcontractor or lower tier Subcontractor will not be permitted to perform any work under the contract until the following documents have been completed and submitted to the Engineer: 1. Request to Sublet Work (Form 421-012), and The Contractor's records pertaining to the requirements of this Special Provision shall be open to inspection or audit by representatives of the Contracting Agency during the life of the contract and for a period of not less than three years after the date of acceptance of the contract. The Contractor shall retain these records for that period The Contractor shall also guarantee that these records of all Subcontractors and lower tier Subcontractors shall be available and open to similar inspection or audit for the same time period Revise the eighth paragraph to read' On all projects funded with Contracting Agency funds only, the Contractor shall certify to the actual amounts of Disadvantaged, Minority, or Women's Business Enterprise firms that were used as subcontractors, lower tier subcontractors, manufacturers, regular dealers, or service providers on the Contract. This certification shall be submitted to the Engineer, on the Personnel Inventory Form as provided by the Engineer at the Preconstruction Meeting, within 20 calendar days after physical completion of the Contract. G:\PROJECTS\2017\17031E\SPEC\17031 SPEC.Docx 6-31 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 � Washington State �I® Department of Transportation (Check all that apply for State ❑ Disadvantaged Business (DBE) 0 Veteran Owned Business (VBE) ❑ Minority Ow ) ❑ State Small Business (SBE) ned Business (MBE Request to Sublet Work Program) 0 Woman Owned Business (WBE) 0 Federal Small Business (FBE) (Federal Program) Prime Contractor Federal Employer I D Number * State Contract Number Job Description (Title) Request Number t Approval is Requested to Sublet the Following Described Work to: • Lower Tier Subcontractor ❑ Subcontractor Unified Business Identifier (UBI) Federal Employer I.D Number * Address ; Telephone Number City State Zip Code Estimated Starting Date If Lower Tier Subcontractor, Name of Corresponding Sub Fed ID of Corresponding Sub * If no Federal Employer !.D Number, Use Owner's Social Security Number Item No. Partial Item Description Amount I understand and will insure that the subcontractor will comply fully with the plans and specifications under which this work is being performed. Prime Contractor Signature Date Department of Transportation Use Only Percent of Total Contract This Request % DBE Status Verification Previous Requests % Sublet to Date ok Project Engineer's Signature ❑ Approved Date Approved - Region Construction Engineer (When Required) Date DOT Form 421-012 EF Revised 04/2016 Distribution: White (Original) - Region Canary (Copy) - Project Engineer Pink (Copy) - Contractor 1-08.3 Progress Schedule Delete this section and replace it with the following: Following Contract award and satisfactory provision or execution of all required Contract Documents, the Engineer will schedule a preconstruction conference at a time mutually agreeable to all concerned. At this conference, all points of the Contract Documents will be open to discussion including scope, order and coordination of work, equipment lead time required, means and methods of construction, inspection and reporting procedures, etc The Contractor should satisfy himself that all provisions and intentions of the Contract are fully understood The Contractor shall prepare and submit to the Engineer at the preconstruction conference a Construction Progress and Completion Schedule using a bar graph format. Items in the Schedule shall be arranged in the order and sequence in which they will be performed. The Schedule shall conform to the working time and time of completion established under the terms of the Contract and shall be subject to modification by the Engineer. The Schedule shall be drawn to a time scale, shown along the base of the diagram, using an appropriate measurement per day with weekends and holidays indicated. The Construction Progress Schedule shall be continuously updated and, if necessary, redrawn upon the first working day of each month or upon issuance of any Change Order which substantially affects the scheduling Electronic copies of newly updated schedules shall be sent to the Engineer, as directed, immediately upon preparation Seasonal weather conditions shall be considered in the planning and scheduling of work influenced by high or low ambient temperature or precipitation to ensure the completion of the work within the Contract Time. No time extensions will be granted for the Contractor's failure to take into account such weather conditions for the location of the work and for the period of time in which the work is to be accomplished. 1-08.4 Prosecution of Work Delete this section and replace it with the following: 1-08.4 Notice to Proceed and Prosecution of Work (July 23, 2015 APWA GSP) Notice to Proceed will be given after the Contract has been executed and the contract bond and evidence of insurance have been approved and filed by the Contracting Agency. The Contractor shall not commence with the work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the project site within ten days of the Notice to Proceed Date, unless otherwise approved in writing. The Contractor shall diligently pursue the work to the physical completion date within the time specified in the Contract. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the Contract. Supplement this section with the following. Failure of the Contractor to begin work by the date set forth in the Notice to Proceed will be considered grounds for Termination for Default as specified under Section 1-08.10(1) of the Standard Specifica- tions. 1-08.5 Time for Completion Add the following to the first paragraph: Twenty-five (25) working days after the date set forth in the Notice to Proceed shall be allowed for completion of all Contract work. G:\PROJECTS12017\17031E\SPEC\17031 SPEC.Docx 6-33 Add the following paragraph after the second paragraph. Inclement weather shall not be a prima facie reason for the granting of an extension of time, and the Contractor shall make every effort to continue work under prevailing conditions. The Owner may, however, grant an extension of time if an unavoidable delay as a result of inclement weather in fact occurs, and such shall then be classified as a "delay". An "inclement" weather delay day is defined as a day on which the Contractor is prevented by inclement weather or conditions resulting immediately therefrom adverse to the current controlling operation or critical path activity, as determined by the Resident Engineer, from proceeding with at least 75 percent of the normal labor and equipment force engaged on such operation for at least 60 percent of the total daily time being currently spent on the controlling operation or critical path activity. (August 14, 2013 APWA GSP, Option A) Revise the third and fourth paragraphs to read Contract time shall begin on the first working day following the Notice to Proceed Date Each working day shall be charged to the contract as it occurs, until the contract work is physically complete If substantial completion has been granted and all the authorized working days have been used, charging of working days will cease. Each week the Engineer will provide the Contractor a statement that shows the number of working days (1) charged to the contract the week before, (2) specified for the physical completion of the contract; and (3) remaining for the physical completion of the contract. The statement will also show the nonworking days and any partial or whole day the Engineer declares as unworkable Within 10 calendar days after the date of each statement, the Contractor shall file a written protest of any alleged discrepancies in it. To be considered by the Engineer, the protest shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of time disputed By not filing such detailed protest in that period, the Contractor shall be deemed as having accepted the statement as correct. If the Contractor is approved to work 10 hours a day and 4 days a week (a 4-10 schedule) and the fifth day of the week in which a 4-10 shift is worked would ordinarily be charged as a working day then the fifth day of that week will be charged as a working day whether or not the Contractor works on that day. Revise the sixth paragraph to read. The Engineer will give the Contractor written notice of the completion date of the contract after all the Contractor's obligations under the contract have been performed by the Contractor The following events must occur before the Completion Date can be established 1. The physical work on the project must be complete, and 2. The Contractor must furnish all documentation required by the contract and required by law, to allow the Contracting Agency to process final acceptance of the contract. The following documents must be received by the Project Engineer prior to establishing a completion date a Certified Payrolls b Material Acceptance Certification Documents c Final Contract Voucher Certification d Copies of the approved "Affidavit of Prevailing Wages Paid" for the Contractor and all Subcontractors e Property owner releases per Section 1-07.24 f Project record drawings per Section 1-05 3(1) g. Personnel Inventory Form 1-08.9 Liquidated Damages Replace the third paragraph with the following If the Contract work is not completed within the times specified in Section 1-08.5, the Contractor agrees to pay to the Owner the sum of $1,800 per day for each and every working day said work remains uncompleted after expiration of the specified time G:\PROJECTS\2017\17031E\SPEC\17031 SPEC.Docx 6-34 1-08.10 Termination of Contract 1-08.10(1) Termination for Default In the last sentence of the fifth paragraph, replace "State of Washington, Department of Transportation" with "Contracting Agency." 1-09 MEASUREMENT AND PAYMENT 1-09.2 Weighing Equipment 1-09.2(1) General Requirements For Weighing Equipment (July 23, 2015 APWA GSP, Option 1) Revise the third paragraph to read: Scale Operations — "Contractor -provided scale operations" are defined as operations where a scale is set up by the Contractor specifically for the project and most, if not all, material weighed on the scale is utilized for Contract Work In this situation, the Contractor shall provide, set up, and maintain the scales necessary to perform the Work. The Contracting Agency will provide a person to operate the project scale, write tickets, perform scale checks and prepare reports. 1-09.2(1) General Requirements for Weighing Equipment (July 23, 2015 APWA GSP, Option 2) Revise item 4 of the fifth paragraph to read 4 Test results and scale weight records for each day's hauling operations are provided to the Engineer daily. Reporting shall utilize WSDOT form 422-027, Scaleman's Daily Report, unless the printed ticket contains the same information that is on the Scaleman's Daily Report Form. The scale operator must provide AM and/or PM tare weights for each truck on the printed ticket. Supplement this section with the following. Certified weight tickets accompanying each truckload of material will be required to be delivered to the Resident Engineer at the site Should the Resident Engineer or Material Receiver be unavailable, it shall be the responsibility of the Contractor's project superintendent to collect all said certified tickets for the day and deliver them to the Resident Engineer the morning following the day's construction The certified tickets shall have project title, date, time, product delivered, gross weight, tare weight, and net weight shown in pounds Any certified weight tickets submitted later than the morning following the day materials are delivered to the site will not be considered for measurement and payment. 1-09.2(3) Specific Requirements for Platform Scales Supplement this section with the following. The Contractor will furnish a person, at no cost to the Contracting Agency, who will operate the certified scales while the loading and hauling of materials is in progress. The Contractor shall provide the platform scales and any tickets required for self -printing scales. 1-09.3 Scope of Payment Supplement this section with the following. Payment for work performed under this Contract will be based on the items listed in the Unit Price Bid Proposal Should a conflict exist between the item descriptions or the units of measurement and payment listed in the Unit Price Bid Proposal and the "Payment" clauses found in each section of the Standard Specifications, the Unit Price Bid Proposal items will prevail. If work is required to complete the project according to the intent of the Plans and Specifications, but no bid item is provided in the G \PROJECTS\2017\17031 E\SPEC\17031 SPEC.Docx 6-35 Unit Price Bid Proposal, then the Contractor shall include the cost for providing the necessary work in the unit or lump sum price for the bid item most closely related to the work. 1-09.4 Equitable Adjustment Replace Item 2 b. with the following 2 b. Per Section 1-09 6, Force Account. 1-09.6 Force Account (October 10, 2008 APWA GSP) Supplement this section with the following. The Contracting Agency has estimated and included in the Proposal, dollar amounts for all items to be paid per force account, only to provide a common proposal for Bidders. All such dollar amounts are to become a part of Contractor's total bid However, the Contracting Agency does not warrant expressly or by implication that the actual amount of work will correspond with those estimates Payment will be made on the basis of the amount of work actually authorized by Engineer Add the following clarification The term "project overhead" shall include "jobsite overhead " The term "general company overhead" shall include "home office overhead " Supplement paragraph one of Subsection 2 with the following• Sales tax will be applied to payment made to the Contractor and shall not be included in the cost of materials provided to the Engineer 1-09.7 Mobilization Supplement this section with the following When the contract includes multiple schedules of work containing lump sum contract prices for "Mobilization", partial payments will be made on the percent of the work schedule totals, not the percent of the total original contract. 1-09.9 Payments (March 13, 2012 APWA GSP) Delete the first four paragraphs and replace them with the following The basis of payment will be the actual quantities of work performed according to the Contract and as specified for payment. The Contractor shall submit a breakdown of the cost of lump sum bid items at the Preconstruction Conference, to enable the Project Engineer to determine the work performed on a monthly basis A breakdown is not required for lump sum items that include a basis for incremental payments as part of the respective Specification Absent a lump sum breakdown, the Project Engineer will make a determination based on information available The Project Engineer's determination of the cost of work shall be final Progress payments for completed work and material on hand will be based upon progress estimates prepared by the Engineer. A progress estimate cutoff date will be established at the preconstruction conference G:\PROJECTS\2017\17031E\SPEC\17031 SPEC.Docx 6-36 The initial progress estimate will be made not later than 30 days after the Contractor commences the work, and successive progress estimates will be made every month thereafter until the Completion Date. Progress estimates made during progress of the work are tentative, and made only for the purpose of determining progress payments The progress estimates are subject to change at any time prior to the calculation of the final payment. The value of the progress estimate will be the sum of the following. 1 Unit Price Items in the Bid Form — the approximate quantity of acceptable units of work completed multiplied by the unit price 2 Lump Sum Items in the Bid Form — based on the approved Contractor's lump sum breakdown for that item, or absent such a breakdown, based on the Engineer's determination. 3. Materials on Hand — 100 percent of invoiced cost of material delivered to Job site or other storage area approved by the Engineer. 4. Change Orders — entitlement for approved extra cost or completed extra work as determined by the Engineer Progress payments will be made in accordance with the progress estimate less 1 Retainage per Section 1-09.9(1), on non FHWA-funded projects; 2. The amount of progress payments previously made; and 3. Funds withheld by the Contracting Agency for disbursement in accordance with the Contract Documents Progress payments for work performed shall not be evidence of acceptable performance or an admission by the Contracting Agency that any work has been satisfactorily completed. The determination of payments under the contract will be final in accordance with Section 1-05.1. Supplement this section with the following• The Contracting Agency has up to 45 calendar days after the progress estimate to issue the progress payment to the Contractor. The Contractor shall submit his signed Application for Payment within three (3) working days of the progress estimate cutoff date After the application for payment is reviewed by the Engineer, the Engineer will make a recommendation to the Contracting Agency for action at the first available meeting of the governing body that payment be made Payment to the Contractor will be made within approxi- mately 30 calendar days from said meeting. Failure to submit an Application for Payment within the required time may delay action by the Contracting Agency's governing body and further delay payment to the Contractor. All payments for lump sum items over $5,000.00 or a single payment for a lump sum contract of any amount will be measured by a schedule of values established as follows: At the Preconstruction Conference, the contractor shall furnish a breakdown for each lump sum bid item or for the total lump sum contract price showing the amount bid for each principal category of the work, in such detail as requested by the Engineer, to provide a basis for determining progress payments. This breakdown, referred to as the "Schedule of Values," will be approved by the Engineer as described in Section 1-08 Prosecution and Progress before the first payment is made. G.\PROJECTS\2017\17031E\SPEC\17031 SPEC.Docx 6-37 1-09.9(1) Retainage Add the following to the fourth paragraph• 6 An affidavit is delivered to the Contracting Agency by the Contractor, stating that all persons performing labor or furnishing materials have been paid. 1-09.9(2) Contracting Agency's Right to Withhold and Disburse Certain Amounts (New Section) The following new section shall be added to the Standard Specifications In addition to monies retained pursuant to RCW 60.28 and subject to RCW 39 04.250, RCW 39 12, and RCW 39 76, the Contractor authorizes the Engineer to withhold progress payments due or deduct an amount from any payment or payments due the Contractor which, in the Engineer's opinion, may be necessary to cover the Contracting Agency's costs for or to remedy the following situations 1 Damage to another contractor when there is evidence thereof and a claim has been filed 2 Where the Contractor has not paid fees or charges to public authorities or municipalities which the Contractor is obligated to pay 3 Utilizing material, tested and inspected by the Engineer, for purposes not connected with the work (Section 1-05 6) 4. Landscape damage assessments per Section 1-07 16 5. For overtime work performed by Contracting Agency personnel or its representative, per Section 1-08 0(3). 6 Anticipated or actual failure of the Contractor to complete the work on time a Per Section 1-08.9 Liquidated Damages, or b Lack of construction progress based upon the Engineer's review of the Contractor's approved progress schedule which indicates the work will not be completed within the Contract Time When calculating an anticipated time overrun, the Engineer will make allowances for weather delays, approved unavoidable delays, and suspensions of the work. The amount withheld under this subparagraph will be based upon the liquidated damages amount per day set forth in Contract Documents multiplied by the number of days the Contractor's approved progress schedule, in the opinion of the Engineer, indicates the Contract may exceed the Contract time. 7 Failure of the Contractor to perform any of the Contractor's other obligations under the Contract, including but not limited to: a Failure of the Contractor to provide the Engineer with a field office when required by the Contract Provisions b. Failure of the Contractor to protect survey stakes, markers, etc , or to provide adequate survey work as required by Section 1-05 4 c Failure of the Contractor to correct defective or unauthorized work (Section 1-05 7) d Failure of the Contractor to furnish a Manufacturer's Certificate of Compliance in lieu of material testing and inspection as required by Section 1-06 3 e Failure to submit Intent to Pay Prevailing Wage forms, or correct underpayment to employees of the Contractor or subcontractor of any tier as required by Section 1-07 9 G:\PROJECTS\2017\17031E\SPEC\17031 SPEC.Docx 6-38 f Failure of the Contractor to pay workers' benefits (Title 50 and Title 51 RCW) as required by Section 1-07.10. g. Failure of the Contractor to submit and obtain approval of a progress schedule per Section 1-08 3. The Contractor authorizes the Engineer to act as agent for the Contractor disbursing such funds as have been withheld pursuant to this section to a party or parties who are entitled to payment. Disbursement of such funds, if the Engineer elects to do so, will be made only after giving the Contractor 15 calendar days prior written notice of the Contracting Agency's intent to do so, and if prior to the expiration of the 15 -calendar day period: 1 No legal action has commenced to resolve the validity of the claims, and 2. The Contractor has not protested such disbursement. A proper accounting of all funds disbursed on behalf of the Contractor in accordance with this section will be made. A payment made pursuant to this section shall be considered as payment made under the terms and conditions of the Contract. The Contracting Agency shall not be liable to the Contractor for such payment made in good faith. If legal action is instituted to determine the validity of the claims prior to expiration of the 15 -day period mentioned above, the Engineer will hold the funds until determination of the action or written settlement agreement of the parties When the conditions 1-7 are resolved or the Contractor provides a Surety Bond satisfactory to the Contracting Agency which will protect the Contracting Agency in the amount withheld, payment shall be made for amounts withheld because of them 1-09.9(3) Final Payment (New Section) The following new section shall be added to the Standard Specifications: Upon completion of all work under this Contract, the Contractor shall notify the Engineer, in writing, that he has completed his part of the Contract and shall request final payment. Upon receipt of such request, the Engineer will inspect and, if acceptable, submit to the Owner his recommendation as to acceptance of the completed work and as to the final estimate of the amount due the Contractor. Upon approval of this final estimate and upon final acceptance of the work under this Contract, the Owner will notify the Department of Revenue of the completion of said Contract. Provided the Department of Revenue certifies there are no taxes or penalties due and owing from the Contractor, and there are no other known claims or liens against the retained funds, and further provided the terms of Section 1- 09.9(1) are in compliance, the Owner will pay to the Contractor the balance of monies due under this Contract in accordance with RCW Title 60.28. In the event unsatisfied claims or liens for taxes, material, labor, and other services are known to exist, an amount will be further withheld from the retainage sufficient to satisfy the settlement of such claims and liens, including attorney's fees incurred, and the remainder will be released from escrow, or released from the retained funds and paid to the Contractor. On contracts for public works, final payment of the retained percentage will not be made until after the Contractor has filed with the Owner the Affidavit of Wages Paid forms required by RCW 39.12 040 certifying that the Contractor and subcontractors have paid not less than the prevailing rate of wages. The parties further agree that the Owner may, without liability, withhold final payment to the Contractor until such time as the Contractor has completed all forms required by the Owner. If a contract is funded by grant, state, or federal money, the public body shall pay the prime contractor for satisfactory performance within thirty calendar days of the date the public body receives a payment request that complies with the contract or within thirty calendar days of the date the public body actually receives the grant or federal money, whichever is later. G:\PROJECTS\2017\17031E\SPEC\17031 SPEC.Docx 6-39 1-09.11 Disputes and Claims 1-09.11(3) Time Limitations and Jurisdiction (July 23, 2015 APWA GSP) Revise this section to read: For the convenience of the parties to the Contract it is mutually agreed by the parties that any claims or causes of action which the Contractor has against the Contracting Agency arising from the Contract shall be brought within 180 calendar days from the date of final acceptance (Section 1-05 12) of the contract by the Contracting Agency; and it is further agreed that any such claims or causes of action shall be brought only in the Superior Court of the county where the Contracting Agency headquarters is located, provided that were an action is asserted against a county, RCW 36 01.05 shall control venue and jurisdiction The parties understand and agree that the Contractor's failure to bring suit within the time period provided, shall be a complete bar to any such claims or causes of action It is further mutually agreed by the parties that when any claims or causes of action which the contractor asserts against the Contracting Agency arising from the Contract are filed with the Contracting Agency or initiated in court, the Contractor shall permit the Contracting Agency to have timely access to any records deemed necessary by the Contracting Agency to assist in evaluating the claims or action 1-09.13 Claims Resolution 1-09.13(3) Claims $250,000 or Less (October 1, 2005 APWA GSP) Delete this section and replace it with the following• The Contractor and the Contracting Agency mutually agree that those claims that total $250,000 or less, submitted in accordance with Section 1-09 11 and not resolved by nonbinding ADR processes, shall be resolved through litigation unless the parties mutually agree in writing to resolve the claim through binding arbitration 1-09.13(3)A Administration of Arbitration (July 23, 2015 APWA GSP) Revise the third paragraph to read The Contracting Agency and the Contractor mutually agree to be bound by the decision of the arbitrator, and judgment upon the award rendered by the arbitrator may be entered in the Superior Court of the county in which the Contracting Agency's headquarters are located, provided that where claims subject to arbitration are asserted against a county, RCW 36.01 05 shall control venue and jurisdiction of the Superior Court. The decision of the arbitrator and the specific basis for the decision shall be in writing The arbitrator shall use the contract as a basis for decisions. 1-10 TEMPORARY TRAFFIC CONTROL 1-10.2 Traffic Control Management 1-10.2(1) General (December 1, 2008 WSDOT GSP) Supplement this section with the following Only training with WSDOT TCS card and WSDOT training curriculum is recognized in the State of Washington. The Traffic Control Supervisor shall be certified by one of the following The Northwest Laborers -Employers Training Trust 27055 Ohio Avenue Kingston, WA 98346 (360) 297-3035 G:\PROJECTS\2017\17031E\SPEC\17031 SPEC.Docx 6-40 Evergreen Safety Council 401 Pontius Avenue North Seattle, WA 98109 1-800-521-0778 or (206) 382-4090 The American Traffic Safety Services Association 15 Riverside Parkway, Suite 100 Fredericksburg, Virginia 22406-1022 Training Dept. Toll Free (877) 642-4637 Phone: (540) 368-1701 1-10.2(2) Traffic Control Plans Delete the first two sentences of the first paragraph and replace with the following: The Contractor shall be required to prepare traffic control plans required to complete the work. No work shall be done on or adjacent to any traveled way without Contracting Agency approved and Engineer - approved traffic control plans. The Contractor shall designate a Traffic Control Supervisor who shall prepare, revise, supplement, or modify the traffic control plans when needed to show the necessary Class A and B construction signing and barricades, traffic control devices, and traffic flagging operations required for the contractor's operation and submit it to the Engineer for review no later than the preconstruction conference date When the Class B signing for a particular area will be provided as detailed on one or more of the figures included in the WSDOT standard plans or MUTCD without modification, the Contractor may reference the applicable figure or standard plan at the appropriate location on the Plan. When this procedure is used, variable distances such as minimum length of taper must be specified by the Contractor. The Traffic Control Supervisor who prepared the traffic control plan shall sign and date the plan The signed plans prepared by the Contractor's Traffic Control Supervisor shall provide for adequate warning within the limits of the project and on all streets, alleys, and driveways entering the project so that approaching traffic may turn left or right onto existing undisturbed streets before reaching the project. All costs incurred by the Contractor in preparation of the Traffic Control Plans, including any revisions required by the Engineer after review, shall be included in the unit contract price for "Project Temporary Traffic Control," per lump sum. 1-10.4 Measurement 1-10.4(1) Lump Sum Bid for Project (No Unit Items) (August 2, 2004 WSDOT GSP) Supplement this section with the following The proposal contains the item "Project Temporary Traffic Control", lump sum. The provisions of Section 1-10 4(1) shall apply. 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP 2-01.1 Description Supplement this section with the following: In no case shall the Contractor be required to clear and grub beyond the right-of-way line, except as specifically directed by the Engineer or noted on the Plans to remove trees, stumps, shrubs, or other items which, by proximity or due to root growth, would constitute a hazard to the public or endanger the G:\PROJECTS\2017\17031E\SPEC\17031 SPEC.Docx 6-41 facility All work beyond the right-of-way line shall be coordinated with affected property owner(s) per Section 1-07.24 Rights of Way. The Contractor shall temporarily remove and later replace to its original condition or relocate nearby as directed, all mail boxes, small trees, shrubs, street signs and posts, culverts, irrigation facilities, concrete or rock walls, guardrail, or other similar obstructions which lie in or near the line of work and are not intended for removal. Should any damage be incurred, the cost of replacement or repair shall be borne by the Contractor All clearing and grubbing includes disposal of unwanted materials, unless otherwise directed by Engineer. 2-01.3 Construction Requirements 2-01.3(4) Roadside Cleanup Supplement this section with the following Roadside cleanup shall include all project areas outside of the road right-of-way, including utility easements and private property, as shown on the Plans Partial cleanup shall be done by the Contractor when he feels it is necessary or when, in the opinion of the Contracting Agency, partial cleanup should be done prior to either final cleanup or final inspection The cleanup work shall be done immediately upon written notification of the Engineer and other work shall not proceed until this partial cleanup is accomplished Should the Contractor not conduct the cleanup as directed and in a timely manner, the Owner shall take action to have such cleanup work completed by others and will deduct such costs from any payment due the Contractor 2-01.3(5) Fencing (New Section) The following new section shall be added to the Standard Specifications The Contractor shall be required to carefully remove all existing fencing located within or near the proposed alignments All fencing materials to be removed and replaced shall be temporarily placed on the adjacent properties or stored as directed by the Engineer. The removal and replacement of all fencing shall be done at the Contractor's expense Any fencing that is to be reset shall be relocated and reset by the Contractor along the property lines or as directed by the Engineer Unless provided for otherwise, the necessary work to restore and reinstall the fencing shall be considered incidental work to the various bid items 2-01.4 Measurement Supplement this section with the following No unit of measurement shall apply to Roadside Cleanup. 2-01.5 Payment Supplement this section with the following Unless a specific bid item has been included in the proposal, all costs incurred to complete the requirements of this section, including partial roadside cleanup, will be considered as incidental work to the various bid items and no separate payment will be made G:\PROJECTS12017\17031E\SPEC117031 SPEC.Docx 6-42 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 2-02.3 Construction Requirements 2-02.3(2) Removal of Bridges, Box Culverts, and Other Drainage Structures Supplement this section with the following. Existing structures or installations of concrete, brick, blocks, etc , interfering with construction shall be removed by the Contractor, and shall be considered as incidental work to the various bid items and no separate payment will be made Any pipe openings to be abandoned shall be properly plugged watertight with Class 3000 concrete, or as specified on the Plans Removal and plugging of pipes shall be considered as incidental work to the various bid items and no separate payment will be made Where structures are removed, the voids shall be backfilled with suitable, job -excavated material and compacted. All such work shall be considered as incidental work to the various bid items and no separate payment will be made If the Engineer determines the job -excavated material to be unsuitable for backfill, the Contractor shall place ballast or crushed surfacing material as directed by the Engineer. 2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters Supplement this section with the following. Where shown on the Plans or as directed by the Engineer, the Contractor shall be required to remove existing pavement, sidewalks, curbs, etc , which are outside the right-of-way line and are required to be removed for construction of the improvements In those areas where asphalt pavement removal is required, the Contractor shall, prior to excavation, score the edge of the asphalt concrete pavement with an approved pavement cutter such as a concrete saw. During the course of the work, the Contractor shall take precautions to preserve the integrity of this neat, clean pavement edge. Should the pavement edge be damaged prior to asphalt concrete paving activities, the Contractor shall be required to trim the edge with an approved pavement cutter as directed by the Engineer immediately prior to paving. No separate payment shall be made for saw -cutting pavement. 2-02.5 Payment Supplement this section with the following. Unless a specific bid item has been included in the proposal, all costs incurred to complete the requirements of this section, including sawcutting, will be considered as incidental work to the various bid items and no separate payment will be made. 2-04 HAUL 2-04.5 Payment Delete this section and replace it with the following: All haul of materials on this project is incidental to and included in other pay items of work G:\PROJECTS\2017\17031E\SPEC\17031 SPEC.Docx 6-43 2-07 WATERING 2-07.3 Construction Requirements Add the following new section 2-07.3(A) Water Supplied From Hydrants The Contractor shall contact the City of Yakima Water/Irrigation Division to secure a metered hydrant connection and comply with all requirements before obtaining water from fire hydrants The Contractor shall only use hydrant wrenches to operate hydrants The hydrant valve must be open full, since a partially opened valve may cause damage to the hydrant. The auxiliary valve on the outlet of the metered hydrant connection shall be used for flow control purposes Fire hydrant valves must be closed slowly to avoid pressure surges in the water system The Contractor shall carefully note the importance of following these directions If a hydrant or metered connection is damaged, the Contractor shall immediately notify the City of Yakima Water/Irrigation Division so that the damage can be repaired as quickly as possible Upon completing the use of the hydrants, the Contractor shall return the metered hydrant connection. The City of Yakima Water/Irrigation Division may inspect the hydrant for any possible damage The Contractor will be billed for repairing the damage to a hydrant or meter if resulting from improper use The Contractor shall convey the water from the nearest convenient hydrant at their own expense and as approved by the City of Yakima Water/Irrigation Division Any violation of these requirements may result in fines and damage costs to the Contractor resulting from the malfunctioning of damaged fire hydrants, in the event of fire. 2-09 STRUCTURE EXCAVATION 2-09.3 Construction Requirements 2-09.3(3)D Shoring and Cofferdams Replace the fifth paragraph with the following The design of structural shoring or cofferdams shall be by an Engineer employed by the Contractor and licensed in the State of Washington to perform such work The Project Engineer will not review or approve submittals 2-09.3(4) Construction Requirements, Structure Excavation, Class B Delete the fourth paragraph and the last two sentences of the fifth paragraph. 2-09.4 Measurement Delete paragraph two under the Horizontal Limits section and the second sentence under the Shoring or Extra Excavation section Supplement this section as follows "Shoring or Extra Excavation," per linear foot, shall be measured along the centerline of the trench or excavation. G:\PROJECTS\2017\17031E\SPEC\17031 SPEC.Docx 6-44 2-09.5 Payment Supplement this section as follows: Delete "Shoring or Extra Excavation Class B", per square foot, and add "Shoring or Extra Excavation", per linear foot. The unit contract price per linear foot for "Shoring or Extra Excavation" shall be full pay for all excavation, backfill, haul, compaction, and other work required when extra excavation is used in lieu of constructing shoring. If select backfill material is required for backfilling within the limits of the structure excavation, it shall also be required as backfill material for the extra excavation at the Contractor's expense. 2-11 TRIMMING AND CLEANUP 2-11.5 Payment Supplement this section with the following: Unless a specific bid item has been included in the proposal, all costs incurred to complete the requirements of this section will be considered as incidental work to the various bid items and no separate payment will be made 4-04 BALLAST AND CRUSHED SURFACING 4-04.1 Description Supplement this section with the following: Aggregates to be paid by the ton shall not be placed in stockpiles. 4-04.3 Construction Requirements 4-04.3(5) Shaping and Compaction Supplement this section with the following The Contractor shall notify the Engineer when he is ready for in-place ballast, base course, or top course density tests. All costs associated with failed tests/testing shall be the responsibility of the Contractor Placement of successive courses of aggregate or asphalt concrete shall not proceed until density requirements are met. 5-04 HOT MIX ASPHALT 5-04.1 Description Supplement this section with the following. An asphalt prime coat will not be required on this project, nor will a soil sterilant be required to be applied to the subgrade. Asphalt concrete surfaces shall be so constructed that the finished pavement will conform to the cross-section, line, and grade as shown on the Plans and in accordance with the referenced Standard Specifications 5-04.2 Materials Supplement this section with the following The grade of asphalt binder that shall be used for this project is. PG 64-28. G:\PROJECTS\2017\17031E\SPEC\17031 SPEC.Docx 6-45 5-04.3 Construction Requirements 5-04.3(2) Hauling Equipment Supplement this section with the following. Sufficient numbers of trucks shall be provided by the Contractor to assure a continuous paving operation at proper HMA mix temperatures Paving operations shall not proceed until hauling equipment sufficient to assure continuous operations is provided. 5-04.3(5)E Pavement Repair Supplement this section with the following: After the completion of trench and patch repairs, the Contractor shall seal all joints with CSS -1 and concrete sand The cost of sealing shall be included in the unit contract price for "HMA CI 1/2 -Inch PG 64-28 5-04.3(7) Preparation of Aggregates 5-04.3(7)A1 General Supplement this section with the following The Contractor may submit for acceptance an approved WSDOT mix design for the class of HMA specified in the contract if the mix design is listed on the Qualified Products List (QPL), having been approved within the previous 24 -month period using aggregate and asphalt binder from the same sources The Contractor shall provide the mix design to the Engineer at least fifteen (15) working days prior to any paving The Engineer may require an adjustment in the asphalt binder content of the mix design by ± 0 5% at no additional cost to the City of Yakima. 5-04.3(7)A2 Statistical or Nonstatistical Evaluation Delete this section and replace it with the following The Contractor shall be responsible for verification of the mix design 5-04.3(8)A Acceptance Sampling and Testing — HMA Mixture 5-04.3(8)A1 General Delete this section and replace it with the following. Acceptance of HMA shall be as provided under Nonstatistical or Commercial evaluation Commercial evaluation will be used for Commercial HMA and for other classes of HMA in the following applications Sidewalks, road approaches, ditches, slopes, paths, trails, gores and other nonstructural applications as approved by the Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Engineer. The proposal quantity of HMA that is accepted by commercial evaluation will be excluded from the quantities used in the determination of Nonstatistical evaluation Commercial HMA can be used for patching utility or conduit trenches less than 24 inches in width G:\PROJECTS\2017\17031E\SPEC117031 SPEC Docx 6-46 5-04.3(8)A5 Test Results Delete the first paragraph and replace it with the following Payment will be made on the basis of the unit contract price for HMA for all HMA accepted on the project. HMA not meeting the quality requirements of the Contract shall be rejected 5-04.3(10) Compaction 5-04.3(10)B Control Delete this section and replace with the following HMA used in traffic lanes, including lanes for ramps, truck climbing, weaving, and speed change, and having specified compacted course thickness greater than 0.10 foot, shall be compacted to a specified level relative density The specified level of relative density shall be a minimum of 91.0% of the reference maximum density as determined by WSDOT for AASHTO T 209 The reference maximum density shall be determined as the moving average of the most recent five determinations for the lot of HMA being placed The specified level of density attained will be determined by five nuclear gauge tests taken in accordance with WAQTC FOP TM8 and WSDOT SOPT 729 on the day the mix is placed (after completion of the finish rolling) at locations determined by the stratified random sampling procedure conforming to WSDOT Test Method 716 within each density lot. The quantity represented by each density lot will be no greater than a single day's production or approximately 400 tons, whichever is less. The Engineer will furnish the Contractor with a copy of the results of all acceptance testing performed in the field within one working day In addition to the randomly selected locations for tests of density, the Engineer may also isolate from a normal lot any area that is suspected of being defective in relative density Such isolated material will not include an original sample location. A minimum of five (5) randomly located density tests will be taken. Control lots not meeting the minimum density standard shall be removed and replaced with satisfactory material. HMA constructed under conditions other than those listed above shall be compacted on the basis of a test point evaluation of the compaction train. The test point evaluation shall be performed in accordance with instructions from the Project Engineer The number of passes with an approved compaction train, required to attain the maximum test point density, shall be used on all subsequent paving. 5-04.3(11) Reject Work Supplement this section with the following: Delete all references to Combined Pay Factor (CPF) Payment will be made on the basis of the unit contract price for "HMA Cl. 1/2 -Inch PG 64-28" for all HMA accepted on the project. HMA not meeting the quality requirements of the Contract shall be rejected, including use of HMA Cl. 3/8 -Inch. 5-04.3(13) Surface Smoothness Supplement this section with the following. Where directed by the Engineer, the Contractor shall feather the HMA pavement in a manner to produce a smooth -riding connection to the existing pavement. All costs and expenses in connection with providing, placing material, and feathering the asphalt concrete pavement shall be paid for as the unit contract price per ton for "HMA Cl. 1/2 -Inch PG 64-28." G:\PROJECTS\2017\17031E\SPEC\17031 SPEC Docx 6-47 5-04.3(17) Paving Under Traffic Delete the following in the last paragraph. "except the costs of temporary pavement markings" 5-04.3(19) Sealing of Pavement Surfaces Revise the first sentence to read• "The Contractor shall apply a fog seal to all travel lanes and allow it to cure prior to opening the lane to traffic, when the wearing course is placed after October 1 and before April 1." Add the following The cost of providing and applying the fog seal shall be incidental to the unit contract price per ton for "HMA Cl. 1/2 -Inch PG 64-28 " 5-04.5 Payment Supplement this section with the following: If there are no proposal bid items for "Temporary Pavement Marking" and "Removing Temporary Pavement Marking", they shall be installed in accordance with Section 8-23 and the MUTCD, and the work shall be considered incidental and included in the unit contract prices of the other work items If there is no proposal bid item for "Sawcutting Asphalt Pavement" or "Sawcutting Cement Concrete", then all costs, including labor and equipment, associated with cutting asphalt pavement or cement concrete shall be considered incidental and included in the unit contract price of other work items The following sections shall be deleted 5-04.5(1) Quality Assurance Price Adjustments 5-04.5(1)A Price Adjustments for Quality of HMA Mixture 5-04.5(1)B Price Adjustments for Quality of HMA Compaction 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS 7-08.1 Description Delete this section and replace it with the following• This work includes installing culverts, storm sewers, sanitary sewers, water main, irrigation mains, and conduits The Contractor shall also follow Section 7-02, 7-04, 7-09, 7-16, 7-17, or 8-20 as it applies to the specific kind of work. In cases of conflict between sections, the more stringent regulation shall apply 7-08.2 Materials Revise the second paragraph to read. Gravel Backfill for Pipe Zone Bedding The crushed gravel used for gravel backfill for pipe zone bedding shall be crushed surfacing top course meeting the requirements of Section 9-03.12(3). G:\PROJECTS\2017\17031E\SPEC\17031 SPEC.Docx 6-48 7-08.3 Construction Requirements 7-O8.3(2)B Pipe Laying - General Supplement this section with the following: Detectable marker tape shall be installed over non-metallic pipe lines. The tape shall be placed approximately three feet above the top of the pipe and shall extend its full length. The horizontal location of the tape shall vary no more than one foot from the centerline alignment of the pipe. Detectable marker tape shall meet the requirements of Section 9-15 18 of the Standard Specifications The Contractor shall furnish and install at his expense all fittings for making connections to existing pipelines and services/laterals, including those necessary for horizontal and vertical deflections, regardless if shown on plans 7-08.3(3) Backfilling Supplement this section with the following• Street crossing trenches and other locations as directed by the Engineer shall be backfilled for the full depth of the trench with Select Backfill meeting the requirements for crushed surfacing base course, in Section 9-03.9(3) Delete the fourth paragraph and replace with the following. Mechanical compaction shall be required for all trenches. The Contractor is hereby cautioned that time extensions shall not be granted due to inadequate compaction or unstable trench backfill conditions caused by excessive watering. The Contractor shall be responsible for correcting such conditions caused by his own construction activities. The density of the compacted material shall be at least 95% of the maximum density as determined by ASTM D 698 Tests (Standard Proctor) The Contractor shall notify the Engineer when they are ready for in-place density tests of the trench line. Density tests shall be taken at various depths in the trench The Contractor shall provide a backhoe and operator for the excavation and backfill of test holes The cost of the backhoe and operator shall be considered incidental to the various bid items. Placement of courses of aggregate shall not proceed until density requirements have been met. The first 500 feet of trench backfill operations shall be considered a test section for the Contractor to demonstrate his backfilling and compaction techniques. The Contractor shall notify the Engineer at least three (3) working days prior to beginning trench excavation and backfill operations, and shall arrange for in-place density tests to be taken on the completed test section in accordance with the above requirements. No further trenching will be allowed until the specified density is achieved in the test section. Passing in-place density tests in the test section will not relieve the Contractor from achieving the specified densities throughout the project. Add the following to the fifth paragraph: Backfill around all structures shall be water settled with a minimum of 2,000 gallons of water to achieve required compaction. Payment for mechanical compaction shall be included in the unit price bid for the specified pipe Payment for water settling adjacent to structures shall be included in the unit price bid for the specified structure. G:\PROJECTS\2017\17031E\SPEC\17031 SPEC.Docx 6-49 7-08.3(6) Existing Utilities (New Section) The following new section shall be added to the Standard Specifications: The locations and/or elevations of existing utilities shown on the Plans are based upon utility information of record, visible structures such as catch basins, manholes, valve boxes, etc , and utility locate markings in the field These are shown for convenience only, and the Engineer assumes no responsibility for improper locations or failure to show utility locations on the Plans Contractor shall call 1-800-424-5555 prior to any excavation work per RCW 19 122 030. When utility services occupy the same space as new pipelines, the Contractor shall complete necessary excavation to fully expose such services. The Contractor shall protect said services, and work around them during excavating and pipe laying operations Any damages to services resulting from the Contractor's operation shall be reported to the appropriate utility. Such damage shall be repaired at the Contractor's expense. 7-08.4 Measurement Delete the last paragraph and replace it with the following Shoring or extra excavation will be measured by the linear foot. Supplement this section with the following There will be no separate measurement or payment for dewatering operations by the Contractor All costs associated with dewatering operations shall be included in the various bid items associated with the work There will be no separate measurement or payment for sawcutting the existing asphalt concrete roadway at drainage and utility crossings All costs for sawcutting necessary for trench excavation shall be included in the various bid items associated with the work. The length and depth of "Select Backfill, as Directed" shall be field measured by the Engineer The trench width payment line limit for "Select Backfill, as Directed" shall be as shown on the Plans No measurement or payment will be made for backfill material beyond the payment line limit. 7-08.5 Payment Delete the seventh Bid item and replace it with the following The unit contract price per linear foot for "Shoring or Extra Excavation", shall be full compensation for all labor, equipment, tools, and material required to construct the shoring, cofferdam, or caisson including excavation, installation and removal of the shoring, backfilling, and compaction, all as shown on the Plans and as specified herein When extra excavation is used by the Contractor in lieu of constructing the shoring, cofferdam, or caisson, the unit price bid shall be full pay for all additional excavation, backfill, compaction, and other work required If select backfill material is required within the limits of the trench excavation, it shall also be required as backfill material for the extra excavation at the Contractor's expense Supplement this section with the following. Payment for all pipe items shall be made as follows: 75% of the unit contract bid price for materials and initial installation; the next 15% of the unit contract bid price upon the successful completion of density testing; and the final 10% of the unit contract bid price upon the completion of pipe testing including hydrostatic, bacteriological, air pressure and mandrel testing, as well as televising if required Payment for "Select Backfill, as Directed" will be made at the unit contract price per cubic yard, which shall be full compensation for furnishing, hauling, placing, and compacting the material where directed by the Engineer The cost for hauling and disposal of excavated material to be replaced with select backfill shall be considered incidental to this bid item. G:\PROJECTS\2017\17031E\SPEC\17031 SPEC.Docx 6-50 1 11 1 1 1 11 11 1 1 1 1 1 il 1 1 1 1 1 7-09 WATER MAINS 7-09.1 Description Supplement this section with the following: The City Water/Irrigation Division will operate all existing water valves required as part of the project. Existing valves within the project area shall remain accessible at all times. All new water mains crossing nonpotable lines such as sanitary and storm sewer lines shall conform to the City of Yakima's Waterline Separation from Nonpotable Conveyance Systems standards 7-09.1(1)D Pipe Zone Backfill Delete this section and replace it with the following Pipe zone backfill includes material above the pipe zone bedding up to the depths shown on the Details. 7-09.2 Materials Pipe for main line approved for use on this project shall be as follows' Pipe for Main Line: Ductile Iron Pipe Aggregates: Trench Backfill. All longitudinal water main trenches shall be backfilled full depth above the pipe zone with native material (free of organic material, wood, rocks, or pavement chunks larger than 6 -inches in maximum dimension), unless otherwise directed by the Engineer. Street crossing trenches and other locations as directed by the Engineer shall be backfilled full depth with imported select backfill. Imported select backfill, where directed by the Engineer, shall be crushed surfacing base course, placed and compacted in layers. 7-09.3 Construction Requirements 7-09.3(5) Grade and Alignment Revise the first sentence of the third paragraph to read as follows: The depth of trenching for water mains shall be such as to give a minimum cover of 48 inches over the top of the pipe unless otherwise specified in the Special Provisions. 7-09.3(6) Existing Utilities Delete this section and refer to Section 7-08 3(6) Existing Utilities (New Section). 7-09.3(9) Bedding the Pipe Delete the first sentence. Revise the second sentence to read: Gravel backfill for pipe zone bedding shall be placed to the depths shown on the City of Yakima Standard Detail for Typical Trench Section, W3. G:\PROJECTS12017117031E\SPEC\17031 SPEC.Docx 6-51 7-09.3(10) Backfilling Trenches Supplement this section with the following Street crossing trenches and other locations as shown on the plans or directed by the Engineer shall be backfilled for the full depth of the trench with Crushed Surfacing Top Course meeting the requirements of Section 9-03.12(3) 7-09.3(11) Compaction of Backfill Delete the first paragraph and supplement this section with the following: The density of the compacted material shall be at least 95% of the maximum density as determined by ASTMD 698Tests (Standard Proctor). Placement of courses of aggregate shall not proceed until density requirements have been met. The first 500 feet of trench backfill operations shall be considered a test section for the Contractor to demonstrate his backfilling and compaction techniques The Contractor shall notify the Engineer at least 3 working days prior to beginning trench excavation and backfill operations and the Engineer will arrange for in-place density tests to be taken on the completed test section in accordance with the above requirements No further trenching will be allowed until the specified density is achieved in the test section. Passing in-place density tests in the test section will not relieve the Contractor from achieving the specified densities throughout the project. 7-09.3(19)A Connection to Existing Mains Add the following No connection to existing mains shall be allowed prior to a successful pressure test, disinfection, flushing and a satisfactory bacteriological test result is obtained. Prior to installing a new water main, the Contractor shall pot hole the existing water main at the designed point of connection to determine exact size, type, depth and location of existing water main The new water main shall be laid at the same depth as the existing water main to avoid unnecessary fittings as part of the final connection. The Water/Irrigation Division shall furnish and install new tapping sleeves and valves to existing mains up to and including 12 -inch Costs, including materials and labor, as determined by the Water Distribution Supervisor, shall be paid at the Code Administration, City Hall, 129 N 2nd St. Yakima, WA. 98901, before materials are ordered and the work is scheduled Mechanical joint fittings, valves and fire hydrants shall be connected with a ROMAC "Grip Ring", or an approved equivalent. 7-09.3(22) Blowoff Assemblies Revise the first sentence to read: Blowoff Assemblies shall be constructed at the locations shown on the Plans and in accordance with the City of Yakima Typical Blow Off Assembly Detail W5 7-09.3(23) Hydrostatic Pressure Test Revise the first sentence to read. All water mains and appurtenances shall be tested under a hydrostatic pressure of 180 psi G;PROJECTS\2017\17031E\SPEC\17031 SPEC.Docx 6-52 Supplement this section with the following. Test shall be made with main gate valves open Upon completion of the test, each valve shall be tested by closing each in turn and relieving the pressure beyond. This test of the valve will be acceptable if there is no immediate loss of pressure on the gauge when the pressure comes against the valve being checked The Contractor shall verify that the pressure differential across the valve does not exceed the rated working pressure of the valve 7-09.3(23)A Testing Extensions From Existing Mains Delete this section 7-09.3(23)B Testing Section With Hydrants Installed Revise this section to read. When hydrants are included with the section of water main to be tested, the testing shall be conducted as described in Section 7-09.3(23) in two separate tests as follows: Test No. 1 - Hydrant auxiliary gate valves closed, with the hydrant operating stem valves and hose ports open. Test No. 2 - Hydrant operating the stem valves closed, with the hydrant auxiliary gate valves and hose ports open 7-09.3(23)C Testing Hydrants Installed on Existing Mains Revise this section to read. For hydrants being installed and connected to an existing water main, the hydrant connection shall be provided by the City of Yakima Water/Irrigation Division, including the auxiliary gate valve. In some cases, the City will also install the hydrant and all associated piping The owner or contractor requiring the new fire hydrant shall be responsible for all costs associated with the City's installation Where the contractor installs the hydrant and piping, all materials shall be field chlorinated as described in 7-09 3(24)M prior to connecting to the auxiliary gate valve. Once connected, a visual inspection of all connections shall be performed prior to backfilling If the distance between the auxiliary gate valve and hydrant is more than one full length of pipe, the hydrant and piping shall be pressure tested according to 709.3(23) and disinfected according 7-09 3(24) prior to being connected to the auxiliary gate valve and existing water main. 7-09.3(24) Disinfection of Water Mains Supplement this section with the following• A representative from the City of Yakima Water/Irrigation Division will collect all bacteriological samples for testing and pay the cost associated with the initial samples. If test results are unsatisfactory, contractor shall disinfect the water main as previously outlined New bacteriological samples will be taken by a representative of the Water/Irrigation Division The contractor will be responsible for all costs associated with subsequent disinfection and sample testing. 7-09.3(24)A Flushing Revise the first paragraph to read. All filling, flushing and chlorinating of the new water system shall be done through a metered hydrant or blowoff connection with an approved double check assembly. Contractor shall secure the metered connection and double check assembly from the City of Yakima Water/Irrigation Division (see also 2- 07.3(A) Water Supplied from Hydrants) Sections of pipe to be disinfected shall first be flushed to G:\PROJECTS\2017\17031 E\SPEC\17031 SPEC.Docx 6-53 remove any solids or contaminated material that may have become lodged in the pipe If a hydrant is not installed at the end of the new main, then a temporary blowoff shall be provided by the Contractor large enough to develop a flow velocity of at least 2 5 fps in the watermain No portion of the temporary blow -off shall remain in place as part of the permanent water system Contractor is required to de - chlorinate all water flushed onto the street surface or into any storm drain system Flushing may only be done into the sanitary sewer system if previously approved by the City's Wastewater Division Delete the second paragraph 7-O9.3(24)H Point of Application Delete this section 7-O9.3(24)N Final Flushing and Testing Revise the last sentence in the third paragraph to read: Samples will be collected and bacteriological tests obtained by the City of Yakima Water/Irrigation Division 7-09.4 Measurement Supplement this section with the following. There will be no separate measurement or payment for dewatering operations by the Contractor The length and depth of "Select Backfill, as Directed" shall be field measured by the Resident Engineer The trench width payment line limit for "Select Backfill, as Directed" shall be as shown on the Plans No measurement or payment will be made for excavation or backfill material beyond the payment line limit. 7-09.5 Payment Add the following Bid item to the first paragraph "D I Restrained Pipe for Water Main 12 In Diam ", per linear foot. Supplement this section with the following The unit contract price per linear foot for "D.I. Pipe for Water Main 12 In Diam ", shall be full compensation for all labor, tools, equipment, and materials necessary to furnish and install water main pipe and fittings as shown on the Plans, including, but not limited to, trench excavation of all materials regardless of the nature, trench dewatering, bedding, imported pipe bedding material in the pipe zone, laying and jointing pipe and fittings, restrained joints, polyethylene encasement, detectable marking tape, concrete thrust blocking, backfilling and compaction, testing, disinfecting the pipeline, flushing, dechlorination of water used for flushing, and cleanup Payment for all pipe items shall be made as follows 75% of the unit contract bid price for materials and initial installation, the next 15% of the unit contract bid price upon the successful completion of density testing, and the final 10% of the unit contract bid price upon the completion of pipe testing, including hydrostatic, and bacteriological The unit contract price per linear foot for "Shoring or Extra Excavation", shall be full compensation for all labor, tools, equipment, and materials necessary to furnish and install shoring or over -excavate on trenches exceeding four (4) feet in depth, per Section 2-09 of the Standard Specifications and applicable amendments G:\PROJECTS\2017\17031E\SPEC\17031 SPEC.Docx 6-54 Payment for "Select Backfill, as Directed" will be made at the unit contract bid price per cubic yard, which shall be full compensation for furnishing, hauling, placing, and compacting the material where directed by the Engineer. The cost for hauling and disposal of excavated material to be replaced with select backfill shall be considered incidental to this bid item. 7-12 VALVES FOR WATER MAINS 7-12.2 Materials Supplement this section with the following: Gate Valves. All gate valves size 4 -inch through 10 -inch shall be resilient seated conforming to the latest AWWA Standard C 509. All gate valves 4 -inch and larger shall have mechanical joint and/or flanged connections as shown on the Plans, non -rising stems, open counterclockwise, and shall be provided with a 2 -inch square operating nut. Stuffing box shall be 0 -ring type. Butterfly Valves: Butterfly valves, 12 -inch and larger, shall be suitable for direct burial and shall conform to the latest AWWA Standard C 504. Butterfly valves shall have mechanical joint and/or flanged connections as shown on the Plans and shall be of the same size as the line on which they are located. Valve shafts shall be a one-piece unit extending full size through the valve disc and valve bearings, with minimum shaft diameter as specified in AWWA C 504 Class 150B Valve operators shall be of the traveling nut type, sealed, gasketed, and lubricated for underground service All valves shall open counter -clockwise and shall be provided with a 2 -inch operating nut, unless otherwise specified. 7-12.3 Construction Requirements Supplement this section with the following. Valve box tops and lids shall be placed so that the ears of the lid/notches of the tip section are in-line with the direction of the main. Where valve boxes are installed in unpaved areas, the Contractor shall install a 24 -inch square/diameter x 4 -inch thick pad of 3,000 psi concrete pad around valve box. The valve box and concrete pad shall be set flush to the surrounding surface Valves. Upon completion of all work in connection with this Contract, the Contractor shall coordinate with the City of Yakima to open all valves involved in this work and the Engineer so notified. Valve Boxes. Valve boxes should be set to position during backfilling operations so they will be in a vertically centered alignment to the valve operating stem. Adjustment to Grade: The Contractor shall adjust all water valve boxes to the final grade of the surrounding area including new concrete sidewalk, asphalt pavement, gravel surfacing, or topsoil surfacing. Valve box cover shall be rotated such that lugs are in-line with pipe alignment. In asphalt concrete areas, water valve boxes shall be adjusted to grade in accordance with the procedure outlined in Section 7-05 3(1) of these Special Provisions. The Contractor shall keep the valve boxes free from debris caused by the construction activities. All valve boxes will be inspected during final walk-thru to verify that the valve box is plumb and that the valve wrench can be placed on the operating nut. G:\PROJECTS\2017\17031 E\SPEC\17031 SPEC Docx 6-55 7-12.3(1) Installation of Valve Marker Post Delete this section 7-12.5 Payment Supplement this section with the following The unit contract price per each for "Butterfly Valve 12 In ", shall be full pay for all work to furnish and install the valve complete in place on the water main, including excavation, dewatering, existing pipe removal, bedding, jointing and laying, concrete blocking, painting, disinfecting, hydrostatic testing, backfill, compaction, valve nut extension, valve box, and final adjustment to finish grade including collar. The unit contract price per each for "Abandon Water Valve", shall be full compensation for work to abandon existing water mainline valves, including, but not necessarily limited to, excavation, closing existing water valve, removal of existing valve box, select backfill and compaction of select material, placing and compacting HMA as shown on the Plans and specified herein 7-14 HYDRANTS 7-14.1 Description Supplement this section with the following This work consists of furnishing and installing new fire hydrants as shown on the Plans. 7-14.2 Materials Supplement this section with the following: The City of Yakima accepts fire hydrants of the following manufacturers Mueller Super Centurion 250 M & H 129 All hydrants shall have a main valve opening (MVO) of 5-1/4", equipped with a 5" Storz Quick Coupling and two (2) 2-1/2" diameter ports Threads on all ports shall be National Standard Thread Hydrants shall be painted a color acceptable to the City of Yakima 7-14.3(1) Setting Hydrants Delete the fourth paragraph Supplement this section with the following. The hydrant shall be set to the correct elevation on a concrete block base 12 -inch x 12 -inch x 6 -inch thick, which has been placed on undisturbed earth. Around the base of the hydrant, the Contractor shall place 0.25 C Y of drain rock ranging in size from 3/4 -inch to 1 '/z -inch, said drain rock being for the purpose of allowing free drainage of the hydrant. Hydrants shall be installed according to City of Yakima Standard Detail for Hydrant Assembly, W1. Where fire hydrants are installed in unpaved areas, the contractor shall install a 5 -foot square x 4 -inch thick pad of 3,000 psi concrete pad around fire hydrant at the bury line The concrete pad shall be set flush to the surrounding surface. G:\PROJECTS\2017\17031E\SPEC\17031 SPEC.Docx 6-56 7-14.3(2) Hydrant Connections Replace this section with the following: Hydrant runs shall be connected to the main with a 6 -inch minimum diameter ductile iron water main or as shown on the Plans, and shall include an auxiliary gate valve set vertically and valve box placed as shown on the Plans 7-14.3(2)A Hydrant Restraint Revise this section to read as follows: All mechanical joints associated with the hydrant (shoe, auxiliary gate valve, tee) shall be connected with ROMAC "Grip Ring" accessory pack or approved equivalent. Where the length between the auxiliary valve and hydrant shoe is greater than 18 feet, a Tyton joint "Field-lok" type gasket shall be used at the pipe joint for restraint. No concrete thrust blocking is required at the hydrant tee or at the hydrant shoe. 7-14.3(2)B Auxiliary Gate Valves and Valve Boxes Revise this section as follows: Auxiliary gate valves and valve boxes shall be installed in accordance with Section 7-12. 7-14.3(3) Resetting Existing Hydrants Revise this section as follows: Where existing hydrants are shown on the Plans for adjustments to conform to a new street alignment or grade or both, the hydrant shall be relocated as necessary by the City of Yakima Water/Irrigation Division at the contractor's or owner's expense. 7-14.3(4) Moving Existing Hydrants Revise this section as follows* Where existing hydrants are shown on the Plans to be moved, the hydrant shall be moved as necessary by the City of Yakima Water/Irrigation Division at the contractor's or owner's expense 7-14.3(5) Reconnecting Existing Hydrants Delete this section 7-15 SERVICE CONNECTIONS 7-15.1 Description This section is supplemented with the following. City of Yakima Water/Irrigation Division will install all 2 -inch and smaller service connections from the main to and including the meter setter for the premises served. Service connections larger than 2 - inches shall be installed as shown and noted on the plans as part of the new water line installation. No service shall be installed by the Water/Irrigation Division prior to a successful pressure test, disinfection, flushing and a satisfactory bacteriological test result is obtained Costs for all service connections/installations performed by the City of Yakima Water/Irrigation Division, including materials and labor, as determined by the Water Distribution Supervisor, shall be paid at Code Administration, City Hall, 129 N 2nd St. Yakima, WA. 98901, before materials are ordered and the work is scheduled. G:\PROJECTS\2017\17031E\SPEC\17031 SPEC.Docx 6-57 7-21 CASING PIPES FOR JACKING/BORING (NEW SECTION) The following new section shall be added to the Standard Specifications: 7-21.1 Description The Contractor shall furnish all labor, equipment, and materials necessary to install new casing pipes under existing Interstate 82, as shown on the Plans Casing pipes shall be installed by jacked/bored in place in place where shown on Plans The Contractor shall construct the casing pipe installations in accordance with the provisions of any and all permits issued by the facility's governing agency/owner. 7-21.2 Materials Casing Pipe Casing pipes to be jacked/bored in place shall be standard weight A36 steel with the following minimum wall thickness. 0 5" minimum wall thickness Casing Pipe Casing pipe shall conform to the requirements of Section 9-30 1(5)A. Casing End Seals The casing end seals shall be sealed with Calpico In , Model C Custom Pull -On Casing End Seals, or approved equal Pipe Insulators. The utility pipe shall be isolated from the steel casing pipe interior with Calpico Inc , Model PX -8 Insulators, or approved equal 7-21.3 Construction Requirements Joints shall be welded in accordance with manufacturer's recommendations The installation of the casing pipe shall be done by utilizing trench excavations for pipe installation, on both sides of Interstate 82. The Contractor shall jack/bore the casing pipe under the Interstate, as shown on the Plans Equipment or machinery will not be permitted within WSDOT right-of-way, unless expressly permitted by the governing agency/owner. Both the carrier pipe and the casing pipe shall be to Plan grade The Contractor shall take care not to damage any existing facilities Any repairs required to the existing facilities shall be at the expense of the Contractor. 7-21.4 Measurement Casing and carrier pipe shall be measured by the linear foot over the horizontal centerline between the two casing ends. G:\PROJECTS\2017\17031E\SPEC\17031 SPEC.Docx 6-58 7-21.5 Payment The unit contract price per linear foot for "Jack/Bore Steel Casing Pipe 30 In. Diam (Incl. Bore Pits)", shall be full compensation for all labor, tools, equipment, and materials necessary to complete this item in place as shown on the Plans, including, but not limited to, excavation of all materials regardless of the nature, jack/bore receiving pits, shoring or extra excavation, supporting in place any and all existing utilities, dewatering, jacking and boring, joining steel casing pipe, backfill and compaction, and coordination with the facility's governing agency/owner. The unit contract price per linear foot for "D.I. Restrained Carrier Pipe for Water Main 12 In. Diam ", shall be full compensation for all labor, tools, equipment, and materials necessary to furnish and install restrained water main pipe and fittings within a casing as shown on the Plans, including, but not limited to, jointing pipe and fittings, preparing receiving pipe, restrained gaskets, pipe insulators, casing end seals, testing, disinfection, flushing, dechlorination of water used for flushing, and cleanup. 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL 8-01.3(16) Removal Delete the first sentence of the first paragraph and replace it with the following: The Contractor shall remove and dispose of all erosion control BMPs at project completion. Removal and disposal will be a condition of granting physical completion 8-01.5 Payment Replace with the following. All costs to comply with this section shall be considered incidental to the Contract. 8-30 CONTROLLED DENSITY FILL (NEW SECTION) The following new section shall be added to the Standard Specifications: 8-30.1 Description Controlled Density Fill (CDF) shall be used in locations as shown on the Plans. It shall be a mixture of Portland Cement, fly ash, aggregate, water, and admixtures proportioned to provide a non -segregating, self -consolidating, free-flowing material which will result in a hardened, dense, non -settling fill 8-30.2 Materials Materials shall meet the requirements of the following Sections of the Standard Specifications. Portland Cement 9-01 Type 11 Fly Ash Class F or C Aggregates 9-03 1 Water 9-25 Admixtures 9-23.6 8-30.3 Construction Requirements 8-30.3(1) Construction Materials The CDF shall be a mixture of Portland Cement, fly ash, aggregate, water, and admixtures which has been batched and mixed in accordance with Section 6-02.3 of the Standard Specifications G:\PROJECTS\2017\17031E\SPEC\17031 SPEC.Docx 6-59 The following table provides a guideline for proportioning the Controlled Density Fill for this project. The final mix provided by the Contractor shall result in a material which is excavatable by machine with a maximum unconfined compressive strength of 300 psi Water 50 gals per cubic yard Cement 50 lbs per cubic yard Fly Ash 250 lbs per cubic yard Aggregate 3,200 lbs per cubic yard The above table provides a guideline for the CDF mixture The weights shown are only an estimate of the amount to be used per cubic yard of CDF. Actual amounts may vary from those shown as approved by the Engineer or approved mix data from similar projects which provided proper strength, workability, consistency, and density 8-30.3(7) Placing Controlled Density Fill The flowable CDF shall be placed in the trench area or others where directed by the Engineer and brought up uniformly to the top of the pipe zone backfill or as shown on the Plans Mixing and placing may be started if weather conditions are favorable, when the temperature is at least 34°F and rising At the time of placement, CDF must have a temperature of at least 40°F Mixing and placing shall stop when the temperature is 38°F and falling Each filling stage shall be as continuous an operation as practicable. CDF shall not be placed on frozen ground The trench section to be filled with CDF shall be contained at either end of trench section by bulkhead or earth fill 8-30.4 Measurement The length and depth of "Controlled Density Fill" shall be field measured by the Resident Engineer The trench width payment line limit for "Controlled Density Fill" shall be as shown on the Plans No measure- ment or payment will be made for fill beyond the payment line limit. 8-30.5 Payment The unit contract price per cubic yard for "Controlled Density Fill", shall be full compensation for all labor, tools, equipment, and materials necessary to complete this item in place including but not necessarily limited to furnishing, hauling, placing, and compacting the material where directed by the Engineer 9-30 WATER DISTRIBUTION MATERIALS 9-30.1 Pipe 9-30.1(1) Ductile Iron Pipe The last sentence of paragraph 1 is replaced with the following. All other ductile iron pipe shall be Special Thickness Class 52 with cement mortar lining complying with, AWWA C151/A21 51 and C104/A21 4 most current editions. Paragraph 2 is replaced with the following• Non -restraining joints shall be rubber gasket, push -on type (Tyton Joint), conforming to ANSI/AWWA CIII/A21 11, most current edition Paragraph 3 is replaced with the following Restrained pipe joints shall utilize US Pipe "Field-lok" gaskets or approved equal. G:\PROJECTS\2017\17031E\SPEC\17031 SPEC.Docx 6-60 9-30.1(4) Steel Pipe Delete this section 9-30.1(5) Polyvinyl Chloride (PVC) Delete this section. 9-30.1(6) Polyethylene (PE) Pressure Pipe (4 Inches and Over) Delete this section 9-30.2 Fittings 9-30.2(4) Steel Pipe Delete this section 9-30.2(5) Polyvinyl Chloride (PVC) Pipe Delete this section 9-30.2(6) Restrained Joints Revise this section to read: Mechanically restrained pipe and fittings may be used in lieu of thrust blocking as approved by the City. The Engineer shall provide appropriate restraint calculations, indicating the length of pipe and fittings to be restrained for each particular size and type of fitting to be installed Thrust restraint calculators such as those provided by Ductile Iron Pipe Research Association, EBAA Iron or similar may be used to determine required restraint lengths. The restraining of ductile iron fittings, and valves shall be accomplished by the use of ROMAC "Grip Ring" follower gland or approved equal. Any device utilizing round point set screws shall not be permitted. All couplings installed underground to connect ductile iron shall be manufactured of ductile iron. 9-30.2(9) Grooved and Shouldered Joints Delete this section 9-30.2(10) Polyethylene (PE) Pipe (4 Inches and Over) Delete this section. 9-30.2(11) Fabricated Steel Mechanical Slip -Type Expansion Joints Delete this section G:\PROJECTS\2017\17031E\SPEC\17031 SPEC.Docx 6-61 9-30.3 Valves 9-30.3(1) Gate Valves (3 to 16 Inches) Delete this section and replace it with the following• 9-30.3(1) Gate Valves (2 -inches to 8 -inches) Gate valves, sized 2 -inch through 8 -inch, shall be resilient seated gate valves conforming to ANSI/AWWA C 509 latest edition The valves shall have mechanical joint connections including accessories, or flanged connections, as noted on the Plans. The Contractor shall provide an affidavit of compliance stating that the valve furnished fully complies with AWWA C509 Approved gate valve manufacturers include • Mueller Co • Clow Valve Co. • M&H Valve Co • Kennedy Valve Co. • American Flow Control 9.30.3(3) Butterfly Valves Supplement this section with the following. All valves 12 -inches and over shall be butterfly valves conforming to ANSI/AWWA C504, latest edition 9-30.3(4) Valve Boxes Supplement this section with the following The top section of the valve boxes shall be Rich Model 940-B, or equal, 18 inches high. The bottom section shall be a Rich Model R-36, orequal,36 inches high Extension section shall be Rich Model 044, or equal, 12 inches high 9-30.3(5) Valve Marker Posts Delete this section 9-30.3(8) Tapping Sleeve and Valve Assembly Delete this section 9-30.5 Hydrants 9-30.5(1) End Connections Replace this section with the following The end connection shall be mechanical joint, meeting the requirements of AWWA C110. Hydrants domes and nozzle caps to be painted black using Moore's Urethane Gloss Safety Black or approved equal. Hydrant nozzle body to be painted yellow using Moore's Urethane Gloss Safety Yellow or approved equal Nozzle caps and operating nut to be 1 -1/2 -inch pentagon point to flat. Hydrants to have weather caps installed on or over the operating nut. Hydrant pumper port to be supplied with 5 - inch Storz coupling nozzle x 4 -1/2 -inch NST connection with cap and cable G:\PROJECTS\2017\17031E\SPEC\17031 SPEC.Docx 6-62 Approved hydrants include: • Mueller Super Centurion 250 • M&H Style 129 9-30.6 Water Service Connections (2 Inches and Smaller) Delete this section G:\PROJECTS\2017\17031E\SPEC\17031 SPEC.Docx 6-63 APPENDIX A AMENDMENTS TO THE 2016 WASHINGTON STATE DEPARTMENT OF TRANSPORTATION STANDARD SPECIFICATIONS G:\PROJECTS12017\17031 E\SPEC\17031 SPEC.Docx 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 INTRO.AP1 2 INTRODUCTION 3 The following Amendments and Special Provisions shall be used in conjunction with the 4 2016 Standard Specifications for Road, Bridge, and Municipal Construction. 5 6 AMENDMENTS TO THE STANDARD SPECIFICATIONS 7 8 The following Amendments to the Standard Specifications are made a part of this contract 9 and supersede any conflicting provisions of the Standard Specifications. For informational 10 purposes, the date following each Amendment title indicates the implementation date of the 11 Amendment or the latest date of revision. 12 13 Each Amendment contains all current revisions to the applicable section of the Standard 14 Specifications and may include references which do not apply to this particular project. 15 16 1-01.AP1 17 Section 1-01, Definitions and Terms 18 August 1, 2016 19 1-01.3 Definitions 20 The following new term and definition is inserted after the eighth paragraph: 21 22 Cold Weather Protection Period — A period of time 7 days from the day of concrete 23 placement or the duration of the cure period, whichever is longer. 24 25 1-02.AP1 26 Section 1-02, Bid Procedures and Conditions 27 April 4, 2016 28 1-02.4(1) General 29 The first sentence of the last paragraph is revised to read: 30 31 Any prospective Bidder desiring an explanation or interpretation of the Bid Documents, 32 shall request the explanation or interpretation in writing by close of business on the 33 Thursday preceding the bid opening to allow a written reply to reach all prospective 34 Bidders before the submission of their Bids. 35 36 1-02.9 Delivery of Proposal 37 The last sentence of the third paragraph is revised to read - 38 39 The Contracting Agency will not open or consider any Proposal when the Proposal or 40 Bid deposit is received after the time specified for receipt of Proposals or received in a 41 location other than that specified for receipt of Proposals unless an emergency or 42 unanticipated event interrupts normal work processes of the Contracting Agency so that 43 Proposals cannot be received. 44 45 The following new paragraph is inserted before the last paragraph: 46 47 If an emergency or unanticipated event interrupts normal work processes of the 48 Contracting Agency so that Proposals cannot be received at the office designated for 49 receipt of bids as specified in Section 1-02 12 the time specified for receipt of the AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 1 Proposal will be deemed to be extended to the same time of day specified in the 2 solicitation on the first work day on which the normal work processes of the Contracting 3 Agency resume. 4 5 1-02.12 Public Opening of Proposals 6 This section is supplemented with the following new paragraph: 7 8 If an emergency or unanticipated event interrupts normal work processes of the 9 Contracting Agency so that Proposals cannot be opened at the time indicated in the call 10 for Bids the time specified for opening of Proposals will be deemed to be extended to 11 the same time of day on the first work day on which the normal work processes of the 12 Contracting Agency resume 13 14 1-04.AP1 15 Section 1-04, Scope of the Work 16 January 3, 2017 17 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, 18 Specifications, and Addenda 19 The following new paragraph is inserted before the second to last paragraph* 20 21 Whenever reference is made in these Specifications or the Special Provisions to codes, 22 rules, specifications, and standards, the reference shall be construed to mean the code, 23 rule, specification, or standard that is in effect on the Bid advertisement date, unless 24 otherwise stated or as required by law 25 26 1-04.3 Reference Information 27 This section is supplemented with the following new sentence 28 29 If a document that is provided as reference information contains material also included 30 as a part of the Contract, that portion of the document shall be considered a part of the 31 Contract and not as Reference Information 32 33 1-07.AP1 34 Section 1-07, Legal Relations and Responsibilities to the Public 35 January 3, 2017 36 1-07.1 Laws to be Observed 37 In the second to last sentence of the third paragraph, "WSDOT" is revised to read 38 "Contracting Agency" 39 40 1-07.2(2) State Sales Tax: WAC 458-20-170 — Retail Sales Tax 41 The last three sentences of the first paragraph are deleted and replaced with the following 42 new sentence: 43 44 The Contractor (Prime or Subcontractor) shall include sales or use tax on the purchase 45 or rental of tools, machinery, equipment, or consumable supplies not integrated into the 46 project, in the unit bid prices 47 48 1-07.3(1) Forest Fire Prevention 49 This section is supplemented with the following new subsections AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 IP 1 2 1-07.3(1)A Fire Prevention Control and Countermeasures Plan 3 The Contractor shall prepare and implement a project -specific fire prevention, control, 4 and countermeasures plan (FPCC Plan) for the duration of the project. The Contractor 5 shall submit a Type 2 Working Drawing no later than the date of the preconstruction 6 conference. 7 8 1-07.3(1)A1 FPCC Plan Implementation Requirements 9 The Contractor's FPCC Plan shall be fully implemented at all times. The 10 Contractor shall update the FPCC Plan throughout project construction so that the 11 plan reflects actual site conditions and practices. The Contractor shall update the 12 FPCC Plan at least annually and maintain a copy of the updated FPCC Plan that is 13 available for inspection on the project site. Revisions to the FPCC Plan and the 14 Industrial Fire Precaution Level (IFPL) shall be discussed at the weekly project 15 safety meetings. 16 17 1-07.3(1)A2 FPCC Plan Element Requirements 18 The FPCC Plan shall include the following: 19 20 1. The names, titles, and contact information for the personnel responsible 21 for implementing and updating the plan. 22 23 2 The names and telephone numbers of the Federal, State, and local 24 agencies the Contractor shall notify in the event of a fire. 25 26 3 All potential fire causing activities such as welding, cutting of metal, 27 blasting, fueling operations, etc. 28 29 4 The location of fire extinguishers, water, shovels, and other firefighting 30 equipment. 31 32 5. The response procedures the Contractor shall follow in the event of a fire 33 34 Most of Washington State is covered under the IFPL system which, by law, is 35 managed by the Department of Natural Resources (DNR) It is the Contractor's 36 responsibility to be familiar with the DNR requirements and to verify whether or not 37 IFPL applies to the specific project. 38 39 If the Contractor wishes to continue a work activity that is prohibited under an 40 industrial fire precaution level, the Contractor shall obtain a waiver from the DNR 41 and provide a copy to the Engineer prior to continuation of work on the project. 42 43 If the IFPL requirements prohibit the Contractor from performing Work the 44 Contractor may be eligible for an unworkable day in accordance with Section 1- 45 08.5. 46 47 The Contractor shall comply with the requirements of these provisions at no 48 additional cost to the Contracting Agency 49 50 1-07.8 High -Visibility Apparel 51 The last paragraph is revised to read: 52 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 1 High -visibility garments shall be labeled as, and in a condition compliant with the 2 ANSI/ISEA 107 (2004 or later version) and shall be used in accordance with 3 manufacturer recommendations 4 5 1-07.8(1) Traffic Control Personnel 6 In this section, references to "ANSI/ISEA 107-2004" are revised to read "ANSI/ISEA 107" 7 8 1-07.8(2) Non -Traffic Control Personnel 9 In this section, the reference to "ANSI/ISEA 107-2004" is revised to read "ANSI/ISEA 107" 10 11 1-07.9(2) Posting Notices 12 Items 1 and 2 are revised to read 13 14 1 EEOC - P/E-1 (revised 11/09, supplemented 09/15) — Equal Employment 15 Opportunity IS THE LAW published by US Department of Labor Post for projects 16 with federal -aid funding. 17 18 2. FHWA 1022 (revised 05/15) — NOTICE Federal -Aid Project published by Federal 19 Highway Administration (FHWA) Post for projects with federal -aid funding. 20 21 Items 5, 6 and 7 are revised to read. 22 23 5. WHD 1420 (revised 02/13) — Employee Rights and Responsibilities Under The 24 Family And Medical Leave Act published by US Department of Labor. Post on all 25 projects 26 27 6 WHD 1462 (revised 01/16) — Employee Polygraph Protection Act published by 28 US Department of Labor Post on all projects 29 30 7 F416-081-909 (revised 09/15) — Job Safety and Health Law published by 31 Washington State Department of Labor and Industries. Post on all projects 32 33 Items 9 and 10 are revised to read. 34 35 9. F700-074-909 (revised 06/13) — Your Rights as a Worker in Washington State 36 by Washington State Department of Labor and Industries (L&I) Post on all projects. 37 38 10 EMS 9874 (revised 10/15) — Unemployment Benefits published by Washington 39 State Employment Security Department. Post on all projects 40 41 1-07.15(1) Spill Prevention, Control, and Countermeasures Plan 42 The second sentence of the first paragraph is deleted 43 44 The first sentence of the second paragraph is revised to read. 45 46 The SPCC Plan shall address all fuels, petroleum products, hazardous materials, and 47 other materials defined in Chapter 447 of the WSDOT Environmental Manual M 31-11 48 49 Item number four of the fourth paragraph (up until the colon) is revised to read. 50 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 4. Potential Spill Sources — Describe each of the following for all potentially 2 hazardous materials brought or generated on-site, including but not limited to 3 materials used for equipment operation, refueling, maintenance, or cleaning: 4 5 The first sentence of item 7e of the fourth paragraph is revised to read: 6 7 BMP methods and locations where they are used to prevent discharges to ground or 8 water during mixing and transfer of hazardous materials and fuel. 9 10 The last paragraph is deleted. 11 12 1-08.AP1 13 Section 1-08, Prosecution and Progress 14 January 3, 2017 15 1-08.1 Subcontracting 16 The second sentence of the second to last paragraph is revised to read: 17 18 Whenever the Contractor withholds payment to a Subcontractor for any reason 19 including disputed amounts, the Contractor shall provide notice within 10 calendar days 20 to the Subcontractor with a copy to the Contracting Agency identifying the reason for the 21 withholding and a clear description of what the Subcontractor must do to have the 22 withholding released 23 24 The fourth sentence of the second to last paragraph is revised to read: 25 26 The Monthly Payment Summary shall include all Subcontractors that performed work 27 that was paid on the progress estimate by the Contracting Agency 28 29 1-08.1(1) Prompt Payment, Subcontract Completion and Return of Retainage 30 Withheld 31 In item number 5 of the first paragraph, "WSDOT" is revised to read "Contracting Agency". 32 33 The last sentence in item number 11 of the first paragraph is revised to read: 34 35 The Contractor may also require any documentation from the Subcontractor that is 36 required by the subcontract or by the Contract between the Contractor and Contracting 37 Agency or by law such as affidavits of wages paid, and material acceptance 38 certifications to the extent that they relate to the Subcontractor's Work. 39 40 Item number 12 of the first paragraph is revised to read. 41 42 12. If the Contractor fails to comply with the requirements of the Specification and the 43 Subcontractor's retainage or retainage bond is wrongfully withheld, the Contractor 44 will be subject to the actions described in No 7 listed above. The Subcontractor 45 may also seek recovery against the Contractor under applicable prompt pay 46 statutes in addition to any other remedies provided for by the subcontract or by law. 47 48 1-08.5 Time for Completion 49 In item 2c of the last paragraph, "Quarterly Reports" is revised to read "Monthly Reports" 50 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 1 1-09.AP1 2 Section 1-09, Measurement and Payment 3 April 4, 2016 4 1-09.6 Force Account 5 The second sentence of item number 4 is revised to read 6 7 A "specialized service" is a work operation that is not typically done by worker 8 classifications as defined by the Washington State Department of Labor and Industries 9 and by the Davis Bacon Act, and therefore bills by invoice for work in road, bridge and 10 municipal construction 11 12 1-10.AP1 13 Section 1-10, Temporary Traffic Control 14 January 3, 2017 15 1-10.1(2) Description 16 The first paragraph is revised to read: 17 18 The Contractor shall provide flaggers and all other personnel required for labor for traffic 19 control activities that are not otherwise specified as being furnished by the Contracting 20 Agency. 21 22 In the third paragraph, "Project Engineer" is revised to read "Engineer" 23 24 The following new paragraph is inserted after the third paragraph. 25 26 The Contractor shall keep lanes, on -ramps, and off -ramps, open to traffic at all times 27 except when Work requires closures Ramps shall not be closed on consecutive 28 interchanges at the same time, unless approved by the Engineer Lanes and ramps 29 shall be closed for the minimum time required to complete the Work. When paving hot 30 mix asphalt the Contractor may apply water to the pavement to shorten the time 31 required before reopening to traffic 32 33 1-10.3(2)C Lane Closure Setup/Takedown 34 The following new paragraph is inserted before the last paragraph 35 36 Channelization devices shall not be moved by traffic control personnel across an open 37 lane of traffic If an existing setup or staging of traffic control devices require crossing 38 an open lane of traffic, the traffic control devices shall be taken down completely and 39 then set up in the new configuration 40 41 2-03.AP2 42 Section 2-03, Roadway Excavation and Embankment 43 August 1, 2016 44 2-03.3(7)C' Contractor -Provided Disposal Site 45 The second paragraph is revised to read 46 47 The Contractor shall acquire all permits and approvals required for the use of the 48 disposal sites before any waste is hauled off the project. The Contractor shall submit a AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised 4/3/17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Type 1 Working Drawing consisting of copies of the permits and approvals for any 2 disposal sites to be used. The cost of any such permits and approvals shall be included 3 in the Bid prices for other Work. 4 5 The third paragraph is deleted 6 7 2-06.AP2 8 Section 2-06, Subgrade Preparation 9 January 3, 2017 10 11 12 13 14 15 16 17 18 2-06.3(2) Subgrade for Pavement The second sentence in the first paragraph is revised to read: The Contractor shall compact the Subgrade to a depth of 6 inches to 95 percent of maximum density as determined by the compaction control tests for granular materials 3-04.AP3 Section 3-04, Acceptance of Aggregate January 3, 2017 19 3-04.5 Payment 20 In Table 1, the Contingent Unit Price Per Ton value for the item HMA Aggregate is revised 21 to read "$15.00". 22 23 4-04.AP4 24 Section 4-04, Ballast and Crush Surfacing 25 January 3, 2017 26 4-04.3(5) Shaping and Compaction 27 The first sentence is revised to read: 28 29 Immediately following spreading and final shaping, each layer of surfacing shall be 30 compacted to at least 95 percent of maximum density determined by the requirements 31 of Section 2-03 3(14)D before the next succeeding layer of surfacing or pavement is 32 placed 33 34 7-08.AP7 35 Section 7-08, General Pipe Installation Requirements 36 January 3, 2017 37 7-08.3(1)A Trenches 38 The second sentence of the last paragraph is revised to read: 39 40 The embankment material shall be compacted to 95 percent of maximum density and 41 the moisture content at the time of compaction shall be between optimum and,3 42 percentage points below optimum as determined by the Compaction Control Tests 43 specified in Section 2-03.3(14)D. 44 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 1 7-09.AP7 2 Section 7-09, Water Mains 3 April 3, 2017 4 7-09.3(24)D Dry Calcium Hypochlorite 5 The second paragraph is revised to read* 6 7 The number of grams of 70 percent test calcium hypochlorite required for a 20 -foot 8 length of pipe equals 0 238 x d2, in which "d" is the diameter in inches. 9 10 8-01.AP8 11 Section 8-01, Erosion Control and Water Pollution Control 12 August 1, 2016 13 8-01.2 Materials 14 This section is supplemented with the following new paragraph* 15 16 Recycled concrete, in any form, shall not be used for any Work defined in Section 8-01 17 18 8-01.3(7) Stabilized Construction Entrance 19 The last sentence of the first paragraph is revised to read* 20 21 Material used for stabilized construction entrance shall be free of extraneous materials 22 that may cause or contribute to track out. 23 24 8-01.3(8) Street Cleaning 25 This section is revised to read 26 27 Self-propelled street sweepers shall be used to remove and collect sediment and other 28 debris from the Roadway, whenever required by the Engineer. The street sweeper shall 29 effectively collect these materials and prevent them from being washed or blown off the 30 Roadway or into waters of the State. Street sweepers shall not generate fugitive dust 31 and shall be designed and operated in compliance with applicable air quality standards 32 33 Material collected by the street sweeper shall be disposed of in accordance with Section 34 2-03 3(7)C. 35 36 Street washing with water will require the concurrence of the Engineer 37 38 9-03.AP9 39 Section 9-03, Aggregates 40 January 3, 2017 41 9-03.1(1) General Requirements 42 In this section, each reference to "Section 9-01 2(3)" is revised to read "Section 9-01 2(1)A" 43 44 This first paragraph is supplemented with the following 45 46 Reclaimed aggregate may be used if it complies with the specifications for Portland 47 Cement Concrete Reclaimed aggregate is aggregate that has been recovered from 48 plastic concrete by washing away the cementitious materials AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised. 4/3/17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 9-03.1(2) Fine Aggregate for Portland Cement Concrete This section is revised to read: Fine aggregate shall consist of natural sand or manufactured sand, or combinations thereof, accepted by the Engineer, having hard, strong, durable particles free from adherent coating. Fine aggregate shall be washed thoroughly to meet the specifications. 9-03.1(2)A Deleterious Substances This section is revised to read. The amount of deleterious substances in the washed aggregate shall be tested in accordance with AASHTO M 6 and not exceed the following values Material finer than No 200 Sieve Clay lumps and friable particles Coal and lignite Particles of specific gravity less than 2.00 2 5 percent by weight 3.0 percent by weight 0 25 percent by weight 1.0 percent by weight. Organic impurities shall be tested in accordance with AASHTO T 21 by the glass color standard procedure and results darker than organic plate no. 3 shall be rejected A darker color results from AASHTO T 21 may be used provided that when tested forthe effect of organic impurities on strength of mortar, the relative strength at 7 days, calculated in accordance with AASHTO T 71, is not less than 95 percent. 9-03.1(4) Coarse Aggregate for Portland Cement Concrete This section is revised to read Coarse aggregate for concrete shall consist of gravel, crushed gravel, crushed stone, or combinations thereof having hard, strong, durable pieces free from adherent coatings. Coarse aggregate shall be washed to meet the specifications. 9-03.1(4)A Deleterious This section, including title, is revised to read 9-03.1(4)A Deleterious Substances The amount of deleterious substances in the washed aggregate shall be tested in accordance with AASHTO M 80 and not exceed the following values: Material finer than No 200 Clay lumps and Friable Particles Shale Wood waste Coal and Lignite Sum of Clay Lumps, Friable Particles, and Chert (Less Than 2.40 specific gravity SSD) 1.01 percent by weight 2.0 percent by weight 2 0 percent by weight 0.05 percent by weight 0 5 percent by weight 3.0 percent by weight 1If the material finer than the No. 200 sieve is free of clay and shale, this percentage may be increased to 1.5. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 1 9-03.1(4)C Grading 2 The following new sentence is inserted at the beginning of the last pargraph. 3 4 Where coarse aggregate size 467 is used, the aggregate may be furnished in at least 5 two separate sizes. 6 7 9-03.1(5) Combined Aggregate Gradation for Portland Cement Concrete 8 This section is revised to read 9 10 As an alternative to using the fine aggregate sieve grading requirements in Section 9- 11 03 1(2)B, and coarse aggregate sieve grading requirements in Section 9-03.1(4)C, a 12 combined aggregate gradation conforming to the requirements of Section 9-03 1(5)A 13 may be used 14 15 9-03.1(5)A Deleterious Substances 16 This section is revised to read: 17 18 The amount of deleterious substances in the washed aggregates 3/8 inch or larger shall 19 not exceed the values specified in Section 9-03 1(4)A and for aggregates smaller than 20 3/8 inch they shall not exceed the values specified in Section 9-03.1(2)A. 21 22 9-03.1(5)B Grading 23 The first paragraph is deleted 24 25 9-03.8(2) HMA Test Requirements 26 In the table in item number 3, the heading "Statistical and Nonstatistical" is revised to read 27 "Statistical". 28 29 9-03.8(7) HMA Tolerances and Adjustments 30 In the table in item number 1, the column titled "Nonstatistical Evaluation" is deleted. 31 32 In the table in item 1, the last column titled "Commercial Evaluation" is revised to read 33 "Visual Evaluation". 34 35 9-03.11(1) Streambed Sediment 36 The following three new sentences are inserted after the first sentence of the first paragraph: 37 38 Alternate gradations may be used if proposed by the Contractor and accepted by the 39 Engineer The Contractor shall submit a Type 2 Working Drawing consisting of 0.45 40 power maximum density curve of the proposed gradation The alternate gradation shall 41 closely follow the maximum density line and have Nominal Aggregate Size of no Tess 42 than 11/2 inches or no greater than 3 inches. 43 44 9-03.12(4) Gravel Backfill for Drains 45 The following new sentence is inserted at the beginning of the second paragraph 46 47 As an alternative, AASHTO grading No. 57 may be used in accordance with Section 9- 48 03.1(4)C. 49 50 9-03.12(5) Gravel Backfill for Drywelis 51 The following new sentence is inserted at the beginning of the second paragraph. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2 As an alternative, AASHTO grading No. 4 may be used in accordance with Section 9- 3 03.1(4)C 4 5 9-03.21(1)B Concrete Rubble 6 This section, including title, is revised to read: 7 8 9-03.21(1)B Recycled Concrete Aggregate 9 Recycled concrete aggregates are coarse aggregates manufactured from hardened 10 concrete mixtures. Recycled concrete aggregate may be used as coarse aggregate or 11 blended with coarse aggregate for Commercial Concrete. Recycled concrete aggregate 12 shall meet all of the requirements for coarse aggregate contained in Section 9-03.1(4) 13 or 9-03.1(5). In addition to the requirements of Section 9-03 1(4) or 9-03.1(5), recycled 14 concrete shall. 15 16 1. Contain an aggregated weight of less than 1 percent of adherent fines, 17 vegetable matter, plastics, plaster, paper, gypsum board, metals, fabrics, 18 wood, tile, glass, asphalt (bituminous) materials, brick, porcelain or other 19 deleterious substance(s) not otherwise noted; 20 2. Be free of harmful components such as chlorides and reactive materials unless 21 mitigation measures are taken to prevent recurrence in the new concrete, 22 3. Have an absorption of less than 10 percent when tested in accordance with 23 AASHTO T 85. 24 25 Recycled concrete aggregate shall be in a saturated condition prior to mixing. 26 27 Recycled concrete aggregate shall not be placed below the ordinary high water mark of 28 any water of the State. 29 30 9-03.21(1)D Recycled Steel Furnace Slag 31 This section title is revised to read 32 33 Steel Slag 34 35 9-03.21(1)E Table on Maximum Allowable Percent (By Weight) of Recycled 36 Material 37 38 In the Hot Mix Asphalt column, each value of "20" is revised to read "25". 39 40 The last column heading "Steel Furnace Slag" is revised to read "Steel Slag" 41 42 The following new row is inserted after the second row: 43 Coarse Aggregate for Commercial Concrete 9-03 1(4) 0 100 0 0 44 45 9-16.AP9 46 Section 9-16, Fence and Guardrail 47 January 17, 2017 I 48 9-16.3(3) Galvanizing 49 The first three sentences are deleted and replaced with the following single sentence. 1 1 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 1 2 W -beam or thrie beam rail elements and terminal sections shall be galvanized in 3 accordance with AASHTO M 180, Class A, Type II. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 APPENDIX B CONSTRUCTION STAKING REQUEST FORM G:\PROJECTS\2017\17031E\SPEC\17031 SPEC.Docx CONSTRUCTION STAKING REQUEST FORM EMAIL TO eherzoq(a�hlacivil.com and tfries(a�hlacivil.com OR FAX TO. ERIC HERZOG, P.L.S at (509) 965-3800 CITY OF YAKIMA E VIOLA AVE. (1-82) AND S. 22ND ST. WATER MAIN REPLACEMENT CITY OF YAKIMA PROJECT NO. AC2262 HLA PROJECT NO. 17031 Contractor• Date of Request: Time of Request: The Contractor shall provide at least three (3) working days' notice as required by the Contract Technical Specifications. WHEN REQUIRED ITEM DESCRIPTION STATION TO STATION DATE TIME 1 2 3 4. SIGNATURES STAKING COMPLETED Item By Date/Time 1 Contractor HLA Engineering and Land Surveying, Inc. (HLA) 2 3. 4. The Contractor is responsible for providing traffic control for the survey crew at their own expense G:\PROJECTS\2017\17031 E\SPEC\17031 SPEC.Docx APPENDIX C WSDOT PERMIT/FRANCHISE NO. 50157 AMD. 1 G:\PROJECTS\2017\17031 E\SPEC\17031 SPEC.Docx 1 F. Washington State South Central Region Department ®4 �i raroS ovtation Road Union Gap, Gap, *7223:0(� WA 98903-1648 ' 509-577-1600 / FAX 509-577-1603 TTY: 1-800-833-6388 www.wsdot.wa_gov 1 March 29, 2017 City of Yakima Water/Irrigation Division David Brown 2301 Fruitvale Blvd. Yakima, WA 98902 1-82, MP 35.02 Utility Franchise 50157 Amd. 1 Dear Mr. Brown Enclosed is fully executed Utility Franchise No. 50157 Amd. 1 to construct, operate, and maintain a new ' 12" DI waterline in a 30" steel casing on the above referenced section of state highway. This Franchise was approved according to information provided. If there are work activities beyond the scope of the Franchise documents, there may be additional requirements requested by the WSDOT ' Inspector. All work conducted inside of WSDOT Right of Way requires advance authorization from the South Central Utilities Inspection Engineer and the Area Maintenance Superintendent. The Franchise holder will mail or fax (509) 577-1686 the Construction Notifications (Attachment "E") to notify the appropriate offices ten (10) working days prior to the Scheduled Start Date. Include the required Scheduled Construction Date and the required Contact Information. This is to ensure compliance with WSDOT policy and assure a State Representative is available for your Construction Date. The Franchise holder and/or their contractor are responsible for providing work zone traffic control while in State Right of Way and or city/county roads that will be impacted by the work zone. Traffic control plans created by the Franchise holder and/or their contractor must be submitted ten (10) working days prior to the Estimated Start Date of Construction for review/approval by the Department ' Representative (Special Provision 1). All Traffic Control Plans must be WSDOT approved prior to use. If there is an approved field change to this accommodation document, As-Builts shall be submitted to WSDOT within 90 days after the completion of the installation for our records. Please put the attention 1 to Jeanne Moore. As noted on the signed Franchise, the grantee is responsible for additional costs that may be incurred by 1 WSDOT. The billed amount will include direct and -related indirect cost for labor, equipment, and materials, plus administrative overhead cost of 10.52%, which is adjusted annually. Payment will be required within 30 days of receiving the billing. 1 Sincerely, 1 Jeanne Moore ' Utilities Accommodation Engineer JM:jm enclosure ce: Les Tuniley Area 2 Maintenance Operation Superintendent ' Jason Harris Utilities Inspector File 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 411110► Washington State Department of Transportation Application for Utility Permit or Franchise Permit/Franchise No. l�`U SU / �• 1 r5 print or type all information Po /� '' 11 Applicant -Please/ Application is Hereby Made For: • Permit f'R L.7% • Category 1 $500.00 MI Franchise • Amendment EiA 3 ��� Category 2 $300.00 • Franchise Renewal $250.00 • Franchise Consolidation $300.00 Li "' ii 3 -7 Category 3 $150.00 Intended Use of State Right of Way is to Construct, Operate, and Maintain a: of A new 12" DI waterline inside a 30" steel casing. Replaces an existing 6" CI direct buried waterline. on a portion State Route 82 (at/from) Mile Post 35.02 to Mile Township Township Post in Yakima County, to begin in the SE % Section 29 13 North: Range 19 West/EastW.M. and end in the Section North: Range West/East W.M. Fees in the amount of $ are paid to cover the basic administrative expenses incident to the processing of this thereto. The applicant promises to pay any additional (Department) on the behalf of the applicant. "Washington State Department of Transportation". application according to WAC 468-34 and RCW 47.44 and amendments costs incurred by the Washington State Department of Transportation Checks or Money Orders are to be made payable to City of Yakima Water/Irrigation Division Applicant (Referred to as Utility) 2301 Fruitvale Blvd. App .: nt Authorized Signature David Brown Address Yaki WA gset)2— Print or Type Name Water/Irrigation Division Manager State State Zip Code 5Pe 5g5 6154 Title Dated g16(101793 this I dayof -t ��� � , �•t71. 7 e ep one david.brown@yakimawa.gov Email AC2262 Federal Tax ID or Social Security Applicant Reference (WO) Number Authorization to Occupy Only If Approved Below The Department hereby grants this Permit or Franchise, as applicable, subject to the terms and conditions stated in the General Provisions, and Exhibits attached hereto and by this reference made a part hereof. For Department Use Only Exhibits Attached Exhibit "A" Special Provisions Exhibit "B" Utility Facility Description Exhibit "C" Vicinity Map / Right of Way Sheets Exhibit "D" Requirements Involving Buried Utilities Exhibit "E" Construction Notification Form Department By: Title: Date. Expiration A • pr•val r .0.0 • v 44.,--,1 Jamil Anabtawi Region Utility Engineer March 30, 2017 Date: March 15, 2026 Department Accounting Reference,Nainber J�. SI -4°1-1 In accepting this Franchise Amendment No. t to Franchise No.OLS'1 , Utility agrees that the General Provisions to the original IFranchise and any previous Amendments shall be replaced in their entirety with the General Provisions as included with this Amendment. All other terms and conditions shall remain in full force and effect. 1 DOT Form 224-696 EF Revised 08/2016 Page 1 1 General Provisions This Permit or Franchise is issued pursuant to the terms of RCW 47 32, RCW 47 44, and WAC 468-34, and amendments thereto Renewal of a Franchise must be by application prior to expiration of this Franchise as required by RCW 47 44.020(3). I 1 A copy of this Permit or Franchise must be on the job site, protected from the elements, at all times during any construction authorized 1 2 1 by this Permit or Franchise The Utility agrees to pay the reasonable costs for investigating, handling, and granting the Permit or Franchise, including, but not limited to basic overhead charges and for providing an inspector during construction and/or maintenance of the Utility's facilities. Further, the Utility agrees that it shall be responsible for and pay the Department's expended direct and indirect costs associated with applicable provisions of the Permit or Franchise (a) The Department will assign a reimbursable account to the Utility as a means of invoicing the Utility for the costs associated with this Permit or Franchise (b) The Department will invoice the Utility and the Utility agrees to pay the Department within thirty (30) calendar days of receipt of an invoice Upon approval of this Permit or Franchise, the Utility shall diligently proceed with the Work and comply with all General and Special provisions herein Construction of facilities proposed under this Permit or Franchise shall begin within one (1) year and must be completed within three (3) years from date of Department approval "Work" under this Permit or Franchise shall mean construction, operation, and maintenance of the Utility's facilities as authorized herein 14 The Utility shall notify the Department representative in special provision 1 of the name, address, and telephone number of its contractor when Work outlined herein is going to be performed with other than its own forces. When the Utility uses a contractor, an authorized representative of the Utility shall be present at all times unless otherwise agreed to by the Department representative A list of authorized representatives shall be submitted prior to the construction start date. (Authorized representatives are defined as persons having signatory authority for the Utility and or the authority to control the Work as needed for any issues identified by the Department.) 1 1 1 1 1 1 1 5. The Utility agrees to schedule and perform its Work in such a manner as not to delay the Department's contractor's work when the Department has a contractor performing work in the vicinity of the Utility's Work. 6 All contact between the Department and the Utility's contractor shall be through the Utility representative Where the Utility chooses to perform the Work with its own forces, it may elect to appoint one of its own employees engaged in the Work as its representative The Utility, at its own expense, shall adequately police and supervise all Work performed by itself, its contractor, subcontractor, agent, and/or others, so as not to endanger or injure any person or property 7. The Utility shall contact the identified Department representative two (2) weeks prior to conducting Work, to determine the location of survey control monuments within the area in which the Utility will be working. In the event any monument or right of way marker will be altered, damaged, or destroyed by the Utility, the Department, prior to Utility Work, will reference or reset the monument or right of way marker During the Work, upon discovery of a monument or right of way marker, the Utility shall cease Work in that area and immediately notify the Department of the discovery The Department will coordinate with the Utility to ensure that the monument or right of way marker is recorded or replaced The Utility agrees to pay all Department costs to perform monument or right of way marker work, as provided in this provision, in accordance with general provision 2. 8 In the event any milepost, fence, or guardrail is located within the limits of the Utility's Work and will be disturbed during Utility Work, the Utility agrees to carefully remove these highway facilities prior to Utility Work and reset or replace these highway facilities after the Utility Work, to the Department's sole satisfaction and at the sole cost of the Utility The Utility agrees that all highway signs and traffic control devices shall not be removed or disturbed during Utility Work. 9 The Utility agrees that all Work shall be done to the satisfaction of the Department. All material and workmanship shall conform to the Department's Standard Specifications for Road, Bridge, and Municipal Construction, current edition, and amendments thereto, and shall be subject to Department inspection. All Department acceptance and inspections are solely for the benefit of the Department and not for the benefit of the Utility, the Utility's contractor (if any), or any third party. The Utility agrees that it shall pay all Department inspection costs in accordance with general provision 2. '10 The Utility shall comply with the Manual on Uniform Traffic Control Devices for Streets and Highways (Federal Highway Administration) and the State of Washington modifications thereto (chapter 468-95 WAC) while it performs the Work. If the Department requires, the Utility shall submit a signing and traffic control plan to the Department's representative for approval prior to construction or maintenance Work. No lane closures shall be allowed except as approved by the Department's representative Approvals may cause revision of Special Provisions of this Permit or Franchise, including hours of operation. 1 1 DOT Form 224-696 Revised 08/2015 Page 2 111 This Permit or Franchise may not be amended or modified without the Department's prior review and approval. Upon completion of the Work, the Utility shall provide a written notice of completion of the Work to the Department's representative within ten (10) calendar days of the completion of the Work so that the Department may make its final inspection Further, the Utility shall provide the Region Utilities Engineer with detailed as -built drawings within ninety (90) calendar days of Work completion, if the originally approved Permit or Franchise construction plans have been revised during the course of construction. 12. If the Department, at its sole discretion, shall determine that any or all of the Utility's facilities must be modified, removed from, or I relocated within the state-owned highway right of way as necessary, incidental, or convenient for the construction, alteration, improvement, repair, relocation, or maintenance of the state highway, or for the safety of the traveling public, the Utility, its successors and assigns, shall, at its sole cost and expense, upon written notice by the Department, modify, relocate, or remove any or all of its facilities within or from the state-owned highway right of way as required by the Department. The Utility shall perform in a timely manner I all facility modifications, relocations, and/or removals as the Department directs, to avoid highway project impacts or delays and in such manner as will cause the least disruption of traffic or interference with the Department's continued operation and/or maintenance of the highway ,13. Should the Utility fail or refuse to comply with the Department's direction, pursuant to general provision 12, to modify, remove, or relocate any Utility facility, the Department may undertake and perform any modification, removal, or relocation of the Utility facility that the Department, in its sole discretion, deems necessary The Utility agrees to pay the Department's expended costs and expenses for performing the work, in accordance with general provision 2. '14 If the Department determines in good faith that emergency maintenance work on the Utility's facility is needed to (a) protect any aspect of the state highway right of way, or (b) secure the safety of the traveling public due to a failure of the Utility's facility, the Department may perform the necessary work without the Utility's prior approval, and the Utility agrees to pay the Department's expended costs and expenses for performing the work in accordance with general provision 2. The Department will notify the Utility of the emergency work performed as soon as practicable. 115 The Department may amend, revoke, or cancel this Permit or Franchise at any time by giving written notice to the Utility. If the Permit or Franchise is amended, the Utility will have thirty (30) calendar days to modify the facility as the Permit or Franchise amendment(s) require If the facility modifications cannot be made within thirty (30) calendar days, the Utility shall respond to the Department, in writing, as to when the facility modifications can be made If the Permit or Franchise is revoked or canceled, the Utility shall immediately remove all facilities from the right of way Any facilities remaining upon the right of way thirty (30) calendar days after written notice of Permit or Franchise revocation or cancellation may be removed by the Department at the expense of the Utility The Utility agrees to pay the Department's expended costs and expenses for performing the work in accordance with general provision 2. ,16 Should the Utility breach any of the conditions and requirements of this Permit or Franchise, or should the Utility fail to proceed with due diligence and in good faith with the Work as authorized by this Permit or Franchise, the Department may cancel or revoke the Permit or Franchise upon thirty (30) calendar days written notice to the Utility '17 The Utility shall not excavate or place any obstacle within the state-owned highway right of way in such a manner as to interfere with the Department's construction, operation, and maintenance of the state-owned highway right of way or the public's travel thereon without first receiving the Department's written authorization '18 The Utility agrees to maintain, at its sole expense, its facilities authorized by this Permit or Franchise in a condition satisfactory to the Department. The Utility agrees that it is financially responsible to the Department for all necessary expenses incurred in inspecting the construction and restoring the highway pavement or related transportation equipment or facilities to a permanent condition suitable for travel as determined by the Department, as well as financially responsible to the Department for trenching work not completed and for compensating the Department for the loss of useful pavement life caused by trenching as required by RCW 47 44 020 0 12 Upon completion of all Work, the Utility shall immediately remove all rubbish and debris from the state-owned highway right of way, leaving the state-owned highway right of way in a neat, presentable, and safe condition to the Department's satisfaction. Any Work- ' related rubbish and debris clean up, or any necessary slope treatment to restore and/or protect the state-owned right of way, not done within one (1) week of Work completion, unless otherwise negotiated, will be done by the Department at the expense of the Utility The Utility agrees to pay the Department's expended costs and expenses for performing the work in accordance with general provision 2. For the benefit and safety of the traveling public, the Utility voluntarily agrees to permit the Department to attach and maintain upon any Utility facility under this Permit or Franchise any required traffic control devices, such as traffic signals, luminaires, and overhead suspended signs, when the use of such devices or attachments does not interfere with the use for which the facility was constructed. The Department shall bear the cost of attachment and maintenance of such traffic control devices, including the expended cost of any extra Utility infrastructure construction beyond what is necessary for the Utility's facility; such extra cost to be jointly determined by the Department and the Utility The Department shall not share in the Utility facilities' cost of installation, operation, or maintenance of any of the facilities installed under this Permit or Franchise. 1 1 119 1 DOT Form 224-696 Revised 08/2015 Page 3 112. The Utility shall comply with the Department's Temporary Erosion and Sediment Control Manual (M 3103 01) and any revisions thereto, for erosion control and/or to mitigate any erosion occurring as a result of the Work. If the Utility Work performed under this Permit alters, modifies, changes, or interferes in any way with the drainage of the state-owned highway right of way, the Utility shall, at its own ' expense, make all corrections and/or provisions the Department requires to fix and restore the state-owned right of way drainage to its original condition and function prior to the Utility's Work. Any flows from the Utility shall not exceed the flows discharging to WSDOT drainage prior to the new work. Any flows discharged to state-owned highway right of way shall meet the requirements for quantity and water quality according to the current version Highway Runoff Manual (M 31-16). Should the Utility not make the required drainage restoration, the Department reserves the right to make such changes as necessary to restore the original drainage function at the sole cost of the Utility, and the Utility agrees to pay the Department's expended costs and expenses for performing the work in accordance with Stormwater Discharge General Provision 2. 13 The Utility shall be responsible for securing all necessary permits, including but not limited to, federal, state, and local regulatory, tribal, environmental, archeological, and railroad permits and permits from the Washington State Department of Ecology, the Washington State Department of Fish and Wildlife, and/or the U S Army Corps of Engineers prior to beginning the Work authorized by this Permit or I Franchise The Utility shall be responsible for mitigation measures where wetlands have been disturbed and agrees that it is responsible , for any fines imposed for noncompliance with the permit(s) conditions or for failure to obtain the required permits. In addition, the Utility, on behalf of itself and its contractors, officers, officials, employees, and agents, agrees to indemnify, hold harmless, and defend, at its sole cost and expense, the Department and its officers, officials, employees, and agents from any and all fines, costs, claims, judgments, and/or awards of damages (to regulatory agencies, persons, and/or property), arising out of, or in any way resulting from, the Utility's failure to (1) obtain any required permit for the Utility Work or (2) comply with permit conditions. Further, the Utility shall be responsible for compliance with all federal, state, and local laws, regulations. 4. For any of the Utility's Work that requires permit coverage under the "CONSTRUCTION STORMWATER GENERAL PERMIT — National Pollutant Discharge Elimination System and State Waste Discharge General Permit for Stormwater Discharges Associated with I Construction Activity" (Construction Stormwater General Permit), the Utility shall obtain said permit coverage and shall comply with all requirements of the Construction Stormwater General Permit. Upon the Department's request, the Utility shall provide a copy of the Construction Stormwater General Permit. In addition, the Utility, on behalf of itself and its contractors, officers, officials, employees, and Iagents, agrees to indemnify, hold harmless, and defend, at its sole cost and expense, the Department and its officers, officials, employees, and agents from any and all fines, costs, claims, judgments, and/or awards of damages (to regulatory agencies, persons, and/or property), arising out of, or in any way resulting from, the Utility's failure to (1) obtain coverage under the Construction Stormwater General Permit for Utility Work or (2) comply with the Construction Stormwater General Permit requirements 125 This Permit or Franchise does not authorize the Utility, or its employees, contractors, or agents, any right to cut, spray, retard, remove, destroy, disfigure, or in any way modify the physical condition of any vegetative material located on the state-owned highway right of way Should the Utility anticipate that its Work will alter the appearance of the state-owned highway right of way vegetation, the Utility I shall notify the Department representative listed in special provision 1 to obtain the Department's prior written approval of the Utility's proposed work. If the Department permits the Utility to modify the state-owned highway right of way vegetation, it agrees that any vegetation cutting and/or trimming activities shall be conducted in such a manner that the state-owned highway right of way vegetation I appearance will not be damaged Should the Utility damage the appearance of the state-owned highway right of way vegetation without the Department's prior written approval, the Utility is subject to penalties provided for in RCWs 47 40 070, 47 40 080, and 4.24 630, as applicable I26. The Utility hereby certifies that its facilities described in this Permit or Franchise are (1) in compliance with the Control Zone Guidelines, or (2) for a franchise consolidation or renewal, a mitigation plan has been submitted and approved for any existing Location I or Location II utility objects to be corrected in accordance with the Control Zone Guidelines, pursuant to Chapter 9 of the Department's Utilities Manual (M 22-87) and any revisions thereto I The Utility shall not assign or transfer this Permit or Franchise without the Department's prior written approval The Utility understands that any assignment or transfer requires the assignee or transferee to have the means to assume all obligations, duties, and liabilities of U the terms and conditions of this Permit or Franchise, and the Utility will advise the assignee or transferee of its obligation to apply for an updated or replacement Permit or Franchise If the Department does not approve the assignment or transfer, this Permit or Franchise shall automatically terminate, and the facility occupying state-owned highway right of way shall be subject to the terms of RCW 47 44.060 1 1 1 DOT Form 224-696 IRevised 08/2015 Page 4 128 The Utility, its successors and assigns, shall indemnify, defend at its sole cost and expense, and hold harmless the State of Washington, its officers and employees, from all claims, demands, damages (both to persons and/or property), expenses, regulatory fines, and/or suits that (1) arise out of or are incident to any acts or omissions of the Utility, its agents, contractors, and/or employees, in the use of the I state-owned highway right of way as authorized by the terms and conditions of this Permit or Franchise, or (2) are caused by the breach of any of the terms or conditions of this Permit or Franchise by the Utility, its successors and assigns, and its contractors, agents, and/or employees. The Utility, its successors and assigns, shall not be required to indemnify, defend, or hold harmless the State of Washington, its officers and/or employees, if the claim, suit, or action for damages (both to persons and/or property) is caused by the acts or I omissions of the State of Washington, its officers and/or employees; provided that, if such claims, suits, or actions result from the concurrent negligence of (a) the State of Washington, its officers and/or employees, and (b) the Utility, its agents, contractors, and/or employees, or involves those actions covered by RCW 4.24 115, the indemnity provisions provided herein shall be valid and enforceable I only to the extent of the acts or omissions of the Utility, its agents, contractors, and/or employees. 29 The Utility agrees that its obligations under this Permit or Franchise extend to any claim, demand, and/or cause of action brought by, or on behalf of, any of its employees or agents while performing Work under this Permit or Franchise while located on state-owned highway right of way For this purpose, the Utility, by MUTUAL NEGOTIATION, hereby waives, with respect to the State of Washington only, any immunity that would otherwise be available to it against such claims under the Industrial Insurance provisions in chapter 51.12 RCW 30. The indemnification and waiver provided for in general provisions 28 and 29 shall survive the termination of this Permit or Franchise 131 Any action for damages against the State of Washington, its agents, contractors, and/or employees, arising out of damages to a utility or other facility located on state-owned highway right of way, shall be subject to the provisions and limitations of RCW 47.44.150 132. This Permit or Franchise shall not be deemed or held to be an exclusive one and shall not prohibit the Department from granting rights of like or other nature to other public or private utilities, nor shall it prevent the Department from using any of the state-owned highway right of way or other properties for transportation purposes, or affect the Department's right to full supervision and control over all or any part I of the state-owned highway right of way or properties, none of which is hereby surrendered Further, the Department reserves the exclusive right to require that all utility facilities be subject to joint trenching and occupancy 1 1 1 I 1 1 1 1 1 1 DOT Form 224-696 1 Revised 08/2015 Page 5 1 1 1 1 1 t 1 i 1 s 1 1 1 1 1 1 1 Wm' Washington State r' Department of Transportation Permit/Franchise No. 50157 Amd. 1 Applicable provisions are denoted by (X) Special Provisions for Permits and Franchises ® 1 No Work provided for herein shall be performed until the Utility is authorized by the Washington State Department of Transportation (Department) representative(s): Department Representative: Maintenance Area Representative: Jason Harris SCR Region Utilities Inspector 2809 Rudkin Road Union Gap, WA 98903-1648 Phone: (509) 577-1748 Fax: (509) 577-1686 Cell: (509) 654-8385 Les Turnley Area 2 Maintenance Superintendent 900 East Selah Rd. Yakima, WA 98901 Phone. (509) 573-8370 Fax: (509) 575-2020 Cell: (509) 945-5437 The Utility shall notify in writing the identified Department representative(s) at least ten ( 10 ) working days (Monday through Friday excluding any holidays) in advance of commencing Work on state-owned highway right of way ® 2. Prior to beginning the Work, a pre -construction conference shall be held at which the Department, Utility's engineer, contractor, and inspector (as applicable) shall be present. The Utility shall give a minimum 5 working days (Monday through Friday excluding any holidays) notice to the Department's representative(s) (prior to the pre -construction conference). ® 3. Work within the state-owned right of way shall be restricted to daylight hours. No work shall be allowed Saturday, Sunday, or holidays. In addition, the Utility shall be off the highway by noon the day prior to a holiday unless authorized by the Department. If a holiday falls on a Saturday, the preceding Friday is counted as the holiday, and the Utility shall be off the highway by noon Thursday When the Holiday falls on a Monday, the Utility shall be off the right of way at noon on the preceding Friday. Nothing in this section shall limit the authority of the Department to further restrict work within state-owned highway right of way at the Department's discretion. The hours of closure are subject to change if required by the Department. ® 4 During non-wo'rking hours equipment and materials shall not be located or stored within the work zone clear zone (WZCZ) area. Minimum WZCZ distances will be measured from the edge of the traveled way (the portion of the roadway intended for the movement of vehicles, exclusive of shoulders and lanes for parking, turning, and storage for turning) and will be determined as follows: Minimum Work Zone Clear Zone Distance Posted Speed Distance From Traveled Way (ft) 35 mph or less 10 40 mph 15 45 to 55 mph 20 60 mph or greater 30 ® 5. In the event that during the course of this project an inadvertent discovery of historical/archeological objects, human remains, or a bone/bones of uncertain origin is made, the Utility shall immediately cease operations and contact the Department Representative in section 1 and the Department Archaeologist: Name: Dean Weaver Phone: 509-324-6137 E-mail: weaverd@wsdot.wa.gov Determination of necessary follow-up actions or the ability to continue work shall be at the sole discretion of the Department. ® 6. The Utility agrees that, in the event any construction and/or maintenance of the highway facility becomes necessary within the proximity of the utility installation, it is expressly understood that, upon request from the Department's representative, the Utility will promptly identify and locate by suitable field markings any and all of its underground facilities so that the Department or its contractor can be fully apprised at all times of their precise locations. ® 7. Construction of this facility will not be permitted from the shoulders or through the traffic lanes and/or ramps of SR 82. All construction access will be from E Viola Ave. ® 8. All vehicles and equipment that are not essential for the Work shall not be parked on the shoulders or thru-traffic lanes and/or ramps of SR City of Yakima Exhibit "A" Franchise No. 50157 Amd. 1 Page 1 of 4 Pages ❑ 9 No additional side (service) connections will be allowed within State right of way after the construction of the facility authorized by this Permit or Franchise. ® 10. The responsibility of the Utility for proper performance, safe conduct, and adequate policing and supervision of the Work shall not be lessened or otherwise affected by the Department's approval of plans, specifications, or work, or by the Department representative's presence at the work site. ❑ 11 The Utility acknowledges that SR is scheduled for future construction. All work shall be coordinated with the Project Engineer's Office responsible for this project and all work shall be completed no later than Relocation and/or adjustment of this facility at the time of construction will be at the expense of the Utility ® 12. The Utility shall notify the Department Representative upon completion of project for final inspection / review BOND AND INSURANCE COVERAGE ❑ 13 The Utility has provided bond coverage for the Work under this Permit or Franchise by furnishing a blanket surety bond held by the Department at the WSDOT Headquarters Utilities Unit in Olympia, WA. ❑ 14 The Utility shall provide a surety bond to the Department in the amount of $ , written by a surety company authorized to do business in the State of Washington, or shall set up a Department -approved escrow account prior to the start of construction to cover the Work under this Permit or Franchise. The surety bond or escrow account shall remain in force for a period of one (1) year after the written notice of completion of the Work (as provided in general provision 11), except that when the Work impacts the paved highway (open cuts, bores or damage to the highway surface), the Utility shall be required to maintain the surety bond or escrow account for a period of two (2) years after the notice of completion. ❑ 15. When the Utility chooses to perform the Work with other than its own forces and requires its contractor to provide a surety bond to the Department before performing any Work to ensure compliance with all of the terms and conditions of this Permit or Franchise, the bond shall be in the amount of $ , written by a surety company authorized to do business in the State of Washington and shall remain in force until all Work under this Permit or Franchise has been completed, and the Utility's contractor has restored any affected Department property and right of way to the satisfaction of the Department. ® 16. The Utility shall provide proof of insurance coverage prior to performing any Work within state-owned highway right of way, as follows: (a) Commercial General Liability covering the risks of bodily injury (including death), property damage, and personal injury, including coverage for contractual liability, with a limit of not less than $3 million per occurrence and in the aggregate; (b) Business Automobile Liability (owned, hired, or non -owned) covering the risks of bodily injury (including death) and property damage, including coverage for contractual liability, with a limit of not less than $1 million per accident; (c) Employers Liability covering the risks of Utility's employees' bodily injury by accident or disease, with limits of not less than $1 million per accident for bodily injury by accident and $1 million per employee for bodily injury by disease. Such insurance policies or related certificates of insurance shall name the Washington State Department of Transportation as an additional insured on all general liability, automobile liability, employers' liability, and excess policies. A forty-five (45) calendar day written notice shall be given to the Department prior to termination of or any material change to the policy(ies) as such relate (s) to this Permit or Franchise. • 17 If the Utility is a city or county, it had provided verification of insurance coverage to the Department by providing proof of its coverage through a Risk Pool" or verification that the city or county is self-insured, to comply with the insurance terms and conditions of this Permit or Franchise. UNDERGROUND FACILITIES D 18. All facilities in joint use conduits shall relocate together at such time as the conduit owner moves their conduit or WSDOT deems relocation necessary The conduit owner is responsible to remove the conduit or conduits in their entirety. (The conduit owner is the Permit or Franchise holder under which the conduits were installed.) ❑ 19 A Utility that is installing conduit for future use must apply for a new Permit or Franchise amendment when they are ready to occupy the empty conduit. If a third -party Utility is to occupy the empty conduit the conduit owner must instruct them to apply for a Permit or Franchise with WSDOT before occupying the conduit. Z 20 The Utility shall completely remove all Deactivated Facilities (as defined in Washington State Department of Transportation Utilities Manual M 22-87). ® 21 Deactivated facilities left within the state owned right of way shall remain owned by the Utility, who shall continue to bear all responsibility for any future costs incurred for removal of the Deactivated facilities if required by the Department in its sole discretion. ® 22. For underground facilities, markers shall be placed at both ends of a crossing, and at all changes in offset distance from right of way line or centerline of the highway and placed approximately every 500 feet for longitudinal installations. Marker information as a minimum shall include owner name, pipeline or cable identification and station, and telephone number or other means to contact a local office. Markers must be in compliance with the Department's Standard Specifications for Road, Bridge, and Municipal Construction Manual M 41-10, Division 9 (9-17 Flexible Guideposts), not create a safety hazard, and all markers shall be placed and City of Yakima Exhibit "A" Franchise No. 50157 Amd. 1 Page 2 of 4 Pages 1 1 1 1 1 i 1 1 1 1 1 1 maintained so as to minimize interference with Department maintenance operations. It is the Utility's responsibility to maintain its markers. Maintenance of markers includes but is not limited to update of Utility's name (if changed) or Utility's successors' or assigns' contact information, and replacement of damaged or missing markers. ® 23. All underground facilities shall include a component by which the utility can be located with conventional methods. Provided that for all installations in trenches, the Utility shall install detector tape approximately 12 inches above the underground facility. The tape shall conform to the standards of the American Public Works Association Uniform Color Code. ® 24. Utility facilities or casings for facilities crossing under highways surfaced with oil, asphalt concrete pavement, or cement concrete pavement shall be by trenchless construction, using the appropriate equipment to jack, bore, or auger the facility through the highway prism with a minimum depth of 5 feet along any point from the top of facility to the lowest point of the finished highway grade, at a minimum of 3.5 feet depth from bottom of ditch/toe of slope to top of facility or casing. ® 25. If PVC or HDPE casings are utilized for crossings, they shall be greater than Schedule 80 or equivalent or as approved by the Department. ® 26 Casing requirements (WAC 468-34-210) for utilities are specified individually or in whole on the attached exhibits. Any variances to these casing requirements shall be justified, in writing, and approved by the Department. ❑ 27 Pipeline installation shall meet the provisions of chapter 480-93 WAC, Gas Companies -Safety, and amendments thereto. ❑ 28. Open trenching (cutting a trench for direct placement of a utility that does not include cutting an existing paved highway surface) will only be allowed at the locations identified on the plan sheets and/or listed on Exhibit(s) , with restoration to be performed as noted on the attached "Open Trench Detail," Exhibit ❑ 29 Open cuts (cutting a trench for direct placement of a utility that does include cutting the existing paved highway surface) of the highway are a variance to Department policy, requiring justification (Open Cut Variance Request) and approval by the Department prior to the Work beginning. Open cuts are only allowed at approved locations identified on the plan sheets and/or listed on Exhibit(s) , with restoration to be performed as noted on the attached "Open Cut Detail," Exhibit ❑ 30. If determined necessary by the Department representative, any or all of the excavated material shall be removed and replaced with suitable material as specified by the Department. It is the Utility's responsibility to obtain any necessary permits or comply with applicable requirements to haul or dispose of any excavated material. ❑ 31. If determined by the Washington State Department of Labor and Industries and/or the Department representative that extra Shoring (beyond that specified in Section 7-08.3(1)B of the Department's Standard Specifications for Road, Bridge, and Municipal Construction) is necessary for the safety of the workers or the protection of the highway pavement, the trenching or excavation work shall be stopped and no Work in the trench or excavation area will be allowed until satisfactory modifications are made. ® 32. All trenches, boring or jacking pits, etc., shall be backfilled as soon as possible. If left open during nonworking hours, they shall be protected to the satisfaction of the Department. Methods of protection shall be submitted a minimum of five ( 5 ) calendar days in advance for approval by the Department prior to use. ❑ 33 During working hours, all open trenches shall be marked by warning signs, barricades, and flashing beacons. If necessary, flagmen shall be employed for the purpose of protecting the traveling public. ❑ 34 The highway shoulders, where disturbed, shall be resurfaced in kind with crushed surfacing top course at -inch minimum compacted depth, or as directed by the Department's representative. The surface of the finished shoulder shall slope down from the edge of pavement at the rate of 5% unless otherwise directed. Any restored shoulders shall not have any sections less than 2 feet wide. ❑ 35. The Utility shall use hot mix asphalt for all roadway pavement restoration. The Department will not allow the use of cold mix for any roadway patching longer than 24 hours. ❑ 36 Utility Facilities installed longitudinally within Zone A shall have a minimum cover of 60 inches. In areas where there is consolidated rock, if the required depth cannot be met, a variance must be approved. ❑ 37 Utility facilities installed longitudinally within Zone B, outside of Zone A, shall have a minimum cover of 42 inches except in consolidated rock where it is necessary to saw or blast the rock to install the facility, the minimum cover may be 24 inches. ® 38. All facilities constructed in Zone A shall use conduit. ❑ 39 Zone A requirements also apply from Milepost to Milepost AERIAL/ABOVEGROUND FACILITIES ❑ 40 All facilities on joint use poles shall be relocated at the time the pole owner either moves or removes their poles. (The pole owner is the Permit or Franchise holder under which the poles were installed and is responsible for ensuring the removal of the pole.) ❑ 41 Neutral conductors associated with circuits of 0 to 22 Kilovolts, where the neutral is considered to be 0-750 Volts, shall have a minimum clearance of 24 feet Vertical Clearance as indicated in WAC 468-34-290, or 20 feet provided the facility is grounded at each pole at each end of the crossing. ❑ 42. The Utility agrees to underground the aboveground facilities covered by this Franchise in Scenic Classes "A," and "B," as defined on the attached Exhibit(s) , either at the time of major construction of the facility, for that portion of facility to be reconstructed, or prior to expiration of this Franchise. City of Yakima Exhibit "A" Franchise No. 50157 Amd. 1 Page 3 of 4 Pages 1 1 1 1 1 1 1 1 1 1 ❑ 43. The Utility agrees to underground the aboveground facilities covered by this Franchise in Scenic Classes "A," "AX," "B," and/or "BX," as defined on the attached Exhibit(s) , at the time the pole owner undergrounds its facility The existing aboveground facility may remain or be relocated as aboveground in Scenic Classes "AX" or "BX", if acceptable to the Department. ❑ 44. The Utility agrees to underground or relocate the existing aboveground facilities covered by this Franchise in Scenic Classes "A," "AX," "B," and/or "BX," as defined on the attached Exhibit(s) , to a location acceptable to the Department either at the time of reconstruction, for the portion of line to be reconstructed, or prior to the expiration of this Franchise. The existing aboveground facility may remain or be relocated as aboveground in Scenic Classes "AX" or "BX", if acceptable to the Department. ❑ 45. The Utility shall not place any new poles within the right-of-way ❑ 46. Use of guard posts for proposed fire hydrant installations shall not be permitted within the right-of-way MAINTENANCE ® 47 No routine maintenance of the facility authorized by this Permit or Franchise will be allowed within the limited access area. ❑ 48. Maintenance access of this facility will not be permitted from the shoulders, thru-traffic lanes, and/or ramps of , and all service to this facility will be accessed from Z 49 The Utility will notify the Department representative(s), listed in Special Provision 1, five (5) working days (Monday through Friday excluding any holidays) prior to any scheduled maintenance work to be performed in the state-owned highway right of way ADDITIONAL PROVISIONS ® 50. The Utility shall maintain two way traffic at all times. ❑ 51 The Utility shall utilize the approved Traffic Control Plan provided. ® 52. When requested, the Utility will provide to the Region Utilities Engineer copies of any federal, state and local permits referenced in Section 23 of the General Provisions. ❑ 53. The Utility shall submit a blasting plan for approval to the office of the Regional Utilities Engineer prior to any blasting within the right - of way ® 54 Should the Utility choose to perform the Work outlined herein with other than its own forces, the Utility shall notify the Department's representative, in writing or by fax, as to the name, address, and telephone number of the contractor by filling out the Contractor information on the Construction Notification Form, exhibit "E" ® 55 CALL BEFORE YOU DIG. Utility Notification Center, 811 or 1-800-424-5555. It is the Utility's responsibility to contact the one call center pursuant to RCW 19 122. Any locations or dimensions provided for existing facilities on plan sheets provided by the Department are in accordance with available information obtained without uncovering, measuring, or other verification. ❑ 56 The Utility is responsible to ensure that re -vegetation is established to pre -construction conditions. Clean up and application of two- stage hydroseeding shall occur as soon as practical following the installation. a. The hydroseed application requires 351b. per acre of Pure Live Seed (PLS) of a site specific seed mix specified by the State and 27001b. of Long Term Mulch. The two-stage seeding shall begin with 2501b of mulch mixed with the seed applied directly to the ground, with the remaining 2450lb. of mulch applied on top. Fertilizer shall be applied at a rate of no more than 101bs. nitrogen per acre. b. The contractor shall provide evidence (the tag from the seed bag or a copy of the invoice from the vendor with the details of the seed mix listed) that the seed mix meets the Department specifications. In addition, a sample of the seed mix (no less than 1 oz.) must be provided to the inspector. See Exhibit(s) "E" for site specific requirements. Z 57 The Utility shall be responsible for securing the required Department of Natural Resources (DNR) easement(s) and shall provide a copy of the easement(s) to the WSDOT Regional Utilities Engineer prior to installing any utility facilities across DNR land or waterways. City of Yakima Exhibit "A" Franchise No. 50157 Amd. 1 Page 4 of 4 Pages — r i I MIS r r — - NIS ., N M 4 N= all S Washington State Utility Facility Description ® !� epartment of Transportation Applicant Field Contact Person Mike Shane Field Contact Phone Number (509) 576-6480 Applicant Reference (WO) Number AC2262 Permit/Franchise No. 50157 C State Route 82 Highway Scenic Class C Access Control Full Begin MP 33.01 End MP 35.02 Reference MP Distance and Direction (From nearest reference MP) Facility Description Install New 12" ductile iron pipe waterline inside a jacked/bored in-place 30" steel casing crossing I-82 at Mp 35.02 (East Viola Avenue). Replacing existing 6" CI waterline permitted under permit U5-174 (Note: the franchise identifies a 12" waterline, however, it is a 6" waterline). Facility Detail MP to MP Lt/ Rt/ Xinq Offset Distance Description R/W Width Remarks Including Pertinent Topography Info. (Turnouts, Road Approaches, Intersections, Cut, Fill, Culvert, Guardrail, etc.) Xing Technique, Control Zone Objects, Enter -Leave RNV From Centerline From Fog Line Depth/ Height Items to be Installed / Constructed Left Right 35.02 35.02 Xing 60" min New 12" ductile iron waterline inside 30" steel casing 50'+ 75'+ Bore pits outside of WSDOT R/W MS Word simulation of DOT Form 224-697 EF Current as of 12/2014 City of Yakima Exhibit "B" Franchise No. 50157 Amd. 1 Page 1 of 1 e M NO M V N 1 S r W I r- Olt-- 1 - KING • u.1 Se 910 r q l KITTITAS 5.e r oi.9s I0 GE'lret, Pro'ect Area I-82 MP 35.02 a.M1 Pin tP 760 VS 395 Vr iY'0 nit Sidi US MP PPS, e US j1.1 r )0).35 L'ION'S FEMW -u w AKfor IMASP 0IVY ` i* M 4. NI YO 77cL000re'r.°h 22strioanger YAKIMA antral Ferry GARFIELD UN,NF SA N0 v 0.00 Eltoorao FRANKLIN rsl601516 ea Se 24 r 34.93 VS VS 395 W 7041 39, w 0. 5 Pruetorts trg SOTO. r et,35 U3 3953.03 BENTONGB37mrs WALLA WALLA ASOTIN ANA ')M �2■alkaa •'Lo11OE e 34.3 TODU9et C ©D Hp COLUMBIA (-rir 54,1,,9 .i,.. City of Yakima Exhibit "C" Franchise No. 50157 Amd. 1 Page 1 of 9 2 - r - - - r - - - NM NB NS S - - S - I.IJN./K.Iyt.W.M. a rest -C IINF 1' yµ f;b. I iI•p P.I. Ii•i7.T D Tr1.7.I.T. O !0.00' R T SZ0 62.0' L BT.2.' so' ! _ 'l 923:.NC_ D o° 1/1i r Jyb 1 1 S as 4,0 Bo �R ! d 0 70.60 p'S.LSI�t13. '< eSsik:IAi99 0°1 rNoKT M 0 � r MP 35.02 KT ;IX 4;10.1)70 O rory ��� 12" waterline inside 3U :Ft* o '44,4*•Zaoi!,: steel casing. 7i3 Z 0 . 44 R 14.1 N �ti i 1�2i•!1'4lriT- leszin i.,`Jl�'Ifa,.lif c.sam:ilaiss 1f1S1 • ...- • +Xa�si•�rl��R•.. ::w 7.a.raclw v s0+.. dromiligiti • o • s•aa / ... �. ► 000000 0 ��� _aOpPO• %0 �o00oP0oo `# �I� MO' 0 1 o I___ • O a TxJ;rT•ae Imo, 1l •. Qr' WA7H �B(ULK OIL ee9 61001 PLANT z z Z glIgirkft. OM= • • ../441.1111$11r1111 i 1 Mr St FI •1 E LIN r w.r. P.I 5.19? pp v�..aYr. "'^ a t 10 efs•Rr ay gl y� di0 SOO Y -.•r_ SIS y>R 1toe4 ' T I1 L 17C v. Op0000. 00 00 00000 1 _ r .0 C) Y a1�aa1:'v'r ss .:1rJ:it: __vLli1.i 0 AT0.11 O ttauNTY o'01.00w�.caBa�tc•I1_ IJANA+1:t1 N. L .w s AAAA 4..t •a•i. AN/.,/L. .rv/A rJ.,ti Gray 6 A.✓JMKr TM. It..i.�y- 0 trZS1,—Fgery AFoI+K� —F-eer Rw EW- — -- • IRON comma a E. YAKIMA AVE. TO UNION GAP TA*UTA ( AWR City of Yakima Exhibit '•C" Franchise No. 50157 Amd. 1 Page 2 of 9 I MO r 1 MI U 111111 NM r 11111 r /I N r In WASHINGTON YAKIMA STATE MAP LEGEND EXISTING FEATURES NEW FEATURES 10.011 & RA - /VICE —, WARWNS Ia[P10NE OAS EVIL -'---' UWESnc WATER -. 51000 WAN ONYM[A0 POOR —• IRNICALIC0 O+0101[A0 151[18X0755—X0-0-- 04* (?) 01LT1Y POE *00 00 0 MEW 0 CAL. BASIN MC NORANI LI 00108 VALVE WATER tll0004 SPLICE 001 MET 09,1 o --A WARM 0ERR • 501 MALNO* 0 PATER 0AN PVC 01.5140 PAVE0E111 714E11101 REPRO tt1�y..�s� rim DATUM ELEVATION 40 0 RAL 1051 rACE OE PP /`OVIM 1.A1 CE0AK, . PPD.. R0. SW20001 NOIR 0LLY 1040'75 CITY OF YAKIMA E. VIOLA WATER MAIN REPLACEMENT CITY PROJECT NO. WA2262 HLA JOB NO. 17031 JANUARY 2017 SHEET INDEX SHEET 1 COVER SHEET SHEET 2 GENERAL NOTES & VICINITY MAP SHEET 3 PLAN AND PROFILE SHEET 4 PLAN AND PROFILE WEST ALIGNMENT SHEET 5 PLAN AND PROFILE EAST ALIGNMENT_ SHEET -6— DETAILS SHEET 7 DETAILS Know. .hoosbelOW. Call Odom you dig. COCAnW Or All IJWO*l LNO OI11J*E5 514001 NERC. ANC APPROPRIATE AND ARE OARED . 41850 1OCA0W5 Cr ALL V31RLE SIRVCIWOb SLRN AS CA101 OASMS 107141015, PARR OATE5, CIG AND C.PIN0 044OROA1I. CION PANS SUPPLIED DY *01015 010110 C.PAN[S ALL C.1RAC10R5 51RxLD CALL 500-211-0202 W 1-0011-404-5145 NOW 10 AMY EXCAVATION POW. .S® HLA Engineering and Land Surveying, Inc. 2803 River Rood Yakima, WA 98902 509.966.7000 Fax 509.9653800 owrvhlaivi3OPn PRELONOMRY SUDJIEC II T REV OSOON 400 MU00ER: 17031 131110. 1-10_17 FOC HA0£5: 0841418G. 17031.Owg PLAN: XUX.Owq P44 1410 7* XA.0.q REVI51ON 0400 0E5104E0 00 BAA E14TER10 0Y: 4.1/1 CITY OFCliAf "vnkirtDi-k E. VIOLA V-Exhibitli;CCiN REPLAI,Franchise No 50157 Amd. 1 Page 3 of 9 COVER j SHEET Or I r MN 811111 1111111 I IIIII N N I UN MI N S 1111111 N r MI GENERAL PROJECT NOTES i. THE CON1444210R 15 44414560 THAT FNS PROPOSED MEANS AND 4214/005 OF CON5140(0ON ARE SUBJECT TO APPROVAL OF THE ENGINEER AND MAY 442 46,644ED IF NE 614044EER DETERMINES THAT ME PROPOSED MEANS AAT METHODS OF CONSTRUCTION CAUSE DAMAGE OR CONSTITUTE GR CREATE A HAZARD TO THE WORN. OR TU PERSONS OFR PROP(819, OR 8416 N01 PRODUCE NE FINISHED WORK I4 ACCORDANCE W4114 THE TERMS OF T442 CONTRACT. THE ENGINEER'S APPROVAL OF 114E CONTRACTOR'S MEARS 410 42440)5 OF CON5TRUCTIO1, 0R H15 441144E TO 4XERGS1 H15 RIGHT in REACT SUCH MEANS 8940 4481405S OF CCN5IRUCTION, SHALL NOT REUE4( 111E CONTRACTOR CV 442 COLICATIO4 10 ACCO4444191 P4E RESULT I444240ED BY 1141 CONTRAC1. TNF EXERCISIIHO OF SUCH RICHT 10 REACT SHALL NOT CREATE A CAUSE FDR ACTON FOP DAMAGES 2 FOR CONNECTIONS TO EXISTNYC WATER MAWS. ALL PIPING 94ALL BE EXPOSED, AND ALL LABOR, 10015 MATERIALS AND EQUIPMENT NECESSARY TO MANE THE CONNECTION SHALL 8E 014-114440 PRIOR 10 8E0NI4IINC WORN, THE COINECTIO44 SHALL BE MACE TN NE 4I:59.4141 TME POSSIBLE TO 11440414E IMPACTS TO 144E WATER SYSTEM AND 115 CUSTOMERS 3 ALL CONSTRUCTION SHALL. 4041004.4 TO THE LATEST (ONION OF THE STANDARD SPECIFICATIONS FOR ROAD, BRIDGE. AND MUNICIPAL CONSTRUCTION AS PUBUSHEO 82 THE WASHINGTON STATE OEPARNENT OF TRANSPORTATION (85(401) AND THE AMERICAN PUBLIC 'WORKS AS50GA11044 (APIVA) AND THE SPECIAL PR0M90N5 04' THE CITY OF YAKIMA 4 E0C4VA0044 OF MATERIAL CF 444TEV£0 NATURE ENCOJN4ERED AND DEWATERING FOP. ALL UNDERGROUND ITEMS SHALL 8E 0406ENIAL TO AND 444(1UDE0 II4 THE 140 41245, 440 SEPARATE PAYMENT POR ROCK. EXCAVATION OR DEWATERING SHALL 02 4.410E CONTRACTORS 44410 4,44.4 PROSPECTIVE BIDDERS ARE 4445TRUCTE0 10 41AAIII44 ME E7CAVA14043 AREAS TO 544(84 4444 THE 1147E19400D OF ENCOUNTERING R06'. OR WATER TO THEIP OWN SATISFACTION 5, 111E CONTRACTOR IS ADVISED THAT TIE LOCATION 1440/OR ELEVATION OF (0451150 UTILITIES 5440YA1 44(8(0N ARE 84460 UPON UT4FITY INFORMATION OF RECORD, INFORMATION PROVIDED TO NLA ENGINEERING ANO LAND SURV£9140, UNC. AND WITERE POSSIBLE MEASUREMENTS 191E44 IN ORE FIELD. IT SHALL BE THE CONTRACTOR'S RESPONS181UT, TO VERIFY P481414ENT LOCATIONS AND ELEVATIONS, ESPECIALLY Al CONNECTION POINTS AND AT POTENTIAL UTILITY CONFLICTS. G. TIE CONTRACTOR MUST CALL THE LOCAL 17I1111Y LOCATION 8(04601 CENTER 4401 LESS 114Ai4 72 HOURS NOR 11041E DIAN 10 6U0NE55 DAYS BEFORE A41 EXCAVATION, TO REOUE5T FIELD LOCATIONS OF UTILITIES. THE TELEPHONE 4450ER 4044 THE ME CALL (ENTER FOR THIS PROJECT IS 4-800-424-5955 804OP 10 CONS'IRUCT1014, THE (0611RACIO7 SHALL DE 44EOTJ4PE0 TO POTHOLE AND WINE', 154011444 WAIT) LOCATIONS AND EIEVATIO00, ESPECIALLY 51 THE CONNECTION PO4WTS ARO A7 POTENTIAL UNLIT', CONFLICTS IT SHALT. DE THE RESPO4,5RILHY OF TIE CONTRACTOR 10 14011E0 114E (40414EEP 11,1t,1E04ATEl1 WHERE 1LISTING UTILITIES ARE FOUR) TO (01149,121 WITH PROJECT IJPPO441EN15 NO 40(41104NAL (044P24464T10N /ALL TIC ALLOWED r431 8044OI40 OR 1£14I4CA11014 OF E'4ISIINC 14141411 LOCATIONS 7. ANY DAMAGE TO PUBLIC UTILITIES OR ADJACENT PROPERTIES AS A RESULT OF THE (01451PU(TIGN ACTIVITIES SHALL BE THE RCSPO4904410 Of 144E CONTRACTOR. REPAIRS SHALL DE THE RE5 041518101', OF 141E CONTRACTOR AND SHALL 8E MADE INA 811610 MAI444ER TO THE SATISFACTION OF THE DAMAGED PARTY. 8 CONTRACTOR SHALL RE1014 ALL DEBRIS FROM THE SITE N0 04854445 MILL BE ALLOWED- TINE CONTRACTOR SHALL BE REQUIRED TO SECURE AND OPERATE HIS OWN 'WASTE DISPOSAL SITE AT HIS OLIN (441)1SE FOR THE DISPOSAL OF ALL UNSUITABLE MATERIAL, ASPHALT, CONCRETE., DEBRIS, WASTE 1ATER191, ACRO ANY OTHER 00,£CTONABLE NATURAL '4114(4.4 T5 5,826TED TO WASTE. THE CONTRACTOR SHALL COMPLY M1TH THE STAFF OF 'WASHINGTO'N REGULATIONS REGARDING DISPOSAL OF WASTE MATERIAL AS OUTLINED II WAC 173-304, SUBCHAPTER 481. 10. AT ALL RIES DURING 0044514714C11014. 54E CONTRACTOR SHALL 04 RE5904408LE [0e (ONt8OLI0i6 014-5414 [ROSTOT DUE 70 AVID ANO RUNOFF 4 PRECOISTBUCRO4 MEETING 'MN THE LOCAL .NPISOICTCM/PUBUC 440RK5 0EPART4ENT, '945001. 1446 E4NG414558, THE 4E4484E10R, AND 444TERe5150 UTIL410 COMPANIES SHALL BE HELD A MINIMUM OF DINE WEEK PRIOR TO BEGINNING CONSTRUCTION. ❑1'r INSPECTOR SHALL BE GIVEN 48-HO4R5 MINIMUM NOrCE PRIOR 10 THE START CI' 1084 H. THE CO4TP4(TOR SHALT HAVE (1414 (1) SI0IED COPT OF THE 47990,1(4 PLANS, ONE (I) COPY OF THE APPROPRIATE 01A/100885 ACRO 58((14'4CA11044$, A140 A COPY Or ANY PERMITS AND EXTENSION AOREEMUN TS NEEDED FOUR 146 400. 014-54412 81 ALL RUES. 12. IF WORKERS ENTER 414 1P.E11CH OR OIHEP. EXCAVATION FOUR FEET OR MORE 414 0EPN [HAT 0(468 NOT MEE1 THE OPEN P41 RECRIIREMD4FS OF 715001/(APWA SECTION 2-014.3(3)R, IT SHALL BE 940PE0 AND (7486(0. THE CONTRACTOR SHALL TIE SEXILY RESPOHSIOLE FOR 4509.126 S4FE14 AND THE ENGINEER 45594.4[5 410 P.ESPON51814,ITY. ALN. 10(44044 SAFETY SYSTEMS SHALL MEET THE RECUIREMEl415 OF THE WAS/4114410N IN'DUSTRAL SAFETY ANO HEALTH ACF. CHAPTER 49.17 ROW, 13. 44. 15. If, DURING THE CONSTRUCTION PROCESS. (44OTI0445 APE E44CJU141E41(0 DY 7TC CONTRACTOR. ITIS SUBCONTRACTORS, CP 0T4ER AFFECTED PAR14(5, 44116+ COULD INDICATE A SITUATION 114115 1101 IDENTIFIED IN THE PLAITS OR SPECIF1CA5OHS THE CONTRACTOR SHALL CONTACT THE ENG1NEER 44,04EOIA7£LY. 1HE CONTRACTOR SHALL SUBMIT A TRAFFIC CONTROL PLATT, IN ACCORDANCE WITH MUTCO TO THE (4011 GF YAKIMA FOR APPROVAL PRIOR 70 ANY CONSTRUCTION ACN4TIE5 WITHIN, R+ 41TECTIN4, THE RIGHT OF WAY. NE (0444ACTOP. SHALL BE RESPONSIBLE FOP 8809184146 AN'. AND AL1 TRAFFIC CONTROL OENC40 AS MAY BE REO48RE0 BY THE CON151PAICTION AC11MTI45 THE CONTRACTOR SHALL BE RESPONSIBLE FOR PROVIDDNG 4DE0ATE 089(05AROS, SAFETY DEMCES PROTECTIVE (08188ENT, 45. 66485, 8140 ANY 0T4ER ACTIONS NEEDED 10 PROTECT THE LIFE, 4411TH, ARO SATE Cr OF THE PUBLIC, A110 t0 PROIFCT PROPERTY IN CONNECTION 0154 NE PERFORMANCE OF WINK CO`EREO 89 THIS CONTRACT. THE 6044187(148 SHALL BE PES9ON98LE FOR 8TOLAIN40 ANY AND ALL 'TRAFFIC CONTROL 0DACES AS MAY BE RECURED BY THE CONS70UC14014 ACTSINFS. ALL SECTIONS CF THE '440001/4P14 STANDARD SPECIFICATIONS SECTION! 1-10. TE1/PORAR'1 TRAFFIC COTITROL, SHALL APPLY 1F 4OR4' 810440 144E R164T OF WAY WU INTERRUPT NORMAL TRAFFIC OPERATION. 16 444E 644184(1(0 5HALL 8E RE5804451BLE FOR 4.EEP4NG 80404445 FREE AND CLEAR 04 ALL COI$1RUCT1011 DEBRIS A710 (GPI 184(4(0 FR041 THE SITE 17 THE CONTRACTOR SHALL BE 6(58041510LE FOR RE(0444440 45-BU41T INFORMATION ON A SET Or RECORD 0RA44471 5 4EPT AT INE 60N51441(TIONN SITE, AND AVAILABLE TO THE 617 OF YAKIMA AT ALL 14825 741E CONTRACTOR SHALL D4U9ER THESE DRAWNELS TO THE ENC44EER AT THE COL471ET4044 OF THE WORN. 18 ALL OPERATIONS CONDUCTED ON THE 48EIA5ES, 414CLU041-16 THE WARMING UP, REPAIR, ARRIVAL, DEPAPIURE, CP RUNNING OF 1P.UCKS, EARTHMOMNG ECUNTLTEN4 (041111RUC5071 ECTUIPM4441, AND ANY OTHER AS502144E0 E054PMEN1 SHALL GENERALL, 8E LIMITED 10 THE PERI00 BETWEEN 7:00 A.M. AMID 7400 P,M. (44844 DAY UNLESS OTHERWISE 4PPRO920 BY 741E CIFY. 49. THE CONTRACTOR SHALL PROTECT ALL WATER, 4881CA1101, AND WASTEWATER MA445 444 80040014 TO ALL 941ER SERVICES 449 SETE SEWERS IN PLACE. 440 UTILITY 14-4414 864044110445 8414. BE ALLOWED 14,154641 AU120842AT1011 BY THE 6446NEEP AN, U1UT0 MAINS 04040;.0 DUE TO CONTRACTOR'S OPERATIONS SHALL BE REPLACED AT His EAPEN5E. ANY WATER SERVICES OR 5456 5E4M:R5 DAMAGED CUE TO CONTRACTOR'S NEGLIGENCE SHALL 8E REPLACED FROM 546 MAW TO 114E MEIER/PRORERTY 114E BY THE CITY AT THE (64441A(10R'S EXPENSE, 0U0144G 7R£14CH 43(498TION ADJACENT TO AHO 8EHI56 A NAIE8UNE 61014)44 146 CONTRACTOR SHALL PROTECT NRus! BLOCKING 'WHERE ENC001)168,,4 AN0 MAINTAIN UNO51UR0ED EARN BEHIND THRUST 010(54)10. B141013 HILL BLVD DALTON IN EARUNGTON4ST • • • • • E 5 N PROJECT LOCATION 5 E LOGAN AVE 2 5 N 5 2 s w E MEAD AVE CRY LO4IITS 0 E KING ST 0 0 E PIERCE ST CAREY AVE 6 ROSS LN 44 Z MdNAIR AVE K• VIC NITY MAP 401 TO SCALE CITY OF YAKIMA PUBLIC WATERLINE GENERAL NOTES 1. ALL PUBLIC WAIERL411 PIPE SMALL BE CLASS 52 DUCTILE 4RO4 DUCTILE IRON PIPE SHALL BE CEME411-MORTAR 14NE0 AND SHALL CONFORM 10 ANSI A-24 11 AND SHALL BE U.S. TYTOII 3 0NT PIPE 0R 18PROSE0 EWA.. RUBBER 94410 CASFET5 SHALL (01440RM TO ANSI A-21.11. ALL CA51 I4O4 FITTINGS AND FLANGED DUCTILE RCA! FITTINGS SHALL BE CLASS 250 949 AU nectar IRON MECHANICAL JOWL FT IIINGS SHALL BE CLASS 350 CONFORMING 10 ANSI/AIWA 6110/A-21.40 AND ANSI/AWWA 2153 A-21.53. MORTAR 14484444 SHALL BE SAME N161,NE55 A5 FOR PNP[. NO PUBLIC 4041(8 91100,5 SHALL 8E OPENED OR CLOSED (OP54141E0) BY ANYONE 844 1146 GIT'Y OF YAKIMA WATER/IRRIGATION DIVISION 5TAFF 3. ALL PUBLIC WATERLINES SHALL HAVE A TYPICAL COVET. OF 45 INCHES UNLESS OTHER4104 NOTED ALL MECHANICAL JOINTS SHALL BE RESTRAINED 81111 R04AC GRIPPING RESTRAINT SeS4EN, UNLESS OTHERWISE NOTED, ALL TEES, RENDS AND ENDS OF WATEPUNES SHALT. ALSO DE 8LOC1: 4 481/1 POURED 11: PLACE CONCRETE THRUST 810(:5 414 ACCORDANCE 84744 THE 0110 OF ',ANNA 59661FICA440N5 UNLESS ALTERNATE RESTRAINT SYSTEMS HAVE BEEN PREVIOUSLY 1PPR0\E0. ALL FITTINGS UT C04i4(1 01414 CONCRETE SHALL 8E 45RAPPEO TN PLASTIC 5. ALL FIRE 44,DR4NlT LEADS LONGER THAT ONE FULL LENGTH OF PIPE SHALL BE COUIPP10 YAM A RESIRA1111 CASKET (US RPE 41616 104) AT ALL BELL 904415 G. DIRECT -BURIED 1444E VALVES OF 12" 5422 AND 14RC(R SHALL 8E BUITE8F14 1141425. ALL 9.1ALLER, OWECT-17U8ED LINE X4145 94461 BE RESILIENT WEDGE CATE VALVES ALL VALVES 51441 BC 0250426 TO Al'if14 6E0FICATI040 A440 SHALL HAVE 4 STANDARD 2^ SOU4 (09ERATINC NUT 0444155 ONERI45E 540014 ON PLANTS. ALL VALVES SHALL BE DESIGNED FOR AT LEAST 150 PSI '8004.1416 PRESSURE AND SHALL OPEN CONNIER CLOCK9ASL 7 ALL 4AtERU446 FACILITIES 0441 8E 4410RO10411Y FLUSHED. PRESSURE TESTED AND CHLORINATED AND A POTABLE WATER TEST (BAC -4) SHALL 8E APPROVED BY 1hE 611 Or ,ANIMA RI At Y • 4 N• 11 11 -. 1 ' 1 FLUSHING OF CHLORINATED WATER. INTO STORM DRAIN SYSTEM 15 !DT ALLD8ED UNLESS OE CHLORINATED. ALL WATERLINE. FITTINGS A10 041.55 USED 408 MAL W41881114( CO0416CTIONS TU NE ES1511NC WATER SYSTEM SHALL BE 5840020 M1TH 3508414 CHLUR4NAIED SOLUTION. CONTRACTOR 914!1. 4444547 ALL AF4ECTE0 WATER C05TCMERS 24 444195 PRIOR TO ANY WATER SYSTEM 51414/004411 FOR 1114A1. WATERLINE CCN14EC110N5 CODPOINA1E 441144 1114 01' ,ANIMA WATER/IRRIGATION EINASI0N. THE 6441' OF Y44:4MA WATER. 48740411434 049153644 SHALL MAKE ALL WATER MAIN TAPS UNLESS 8RE110USL1 APPROVED BY CITY OF 'YAKIMA. THE CITY OF Y.l44MA W41ERj4RR:GAOOH DIMS/014 SHALL 444STALL ALL WATER SERVICES UNLESS PREVIOUSLY' APPROVED 8'i 61111 0f 'IMAM. .S HLA 1 Engineering and iand Surveying, Inc. 2803 Rive Road Yakima, WA 98902 309.9663000 NA 509.965.3800 WWw.bladvil.Hbm PRELIIINEMNY SUBJECT CT TO REMfSOC .08 NUMBER. 17031 DATE: 3-2-47 4112 NAMES. DRAl4440. SMrtlsdwg 914444 17031.64 PROFILE. 17031.089 PEVISION I DATE DESIGNED 8,: 141ERE0 B4: BAA 4}4 CITY OFCityi9fKvukimn\ C" N r E. VIOLA AVE. (1-8.FErarixhibit '�chise' Nvo.'I'50157 Amd. 1 I WATER MAIN 1Pn04,eif_E91EP1-1- '7 GENERAL NOTES dt DF 111111 IN N an N NB M 11111 N B EN all 1111111 11111 111111 N BM 111111 D3 Investments LLC 203 E Viola ASPNuI X379-42476 ) S1 -M0 111m, 101060 I13.E, 100069 -- - - CIL/100069 S5 -U11 RW 1011,54 W S 1007.04 Sl E-. 1005 34. 50-1N1 R11.' 1011 46 WS. 1000.36 19706 SERV. 2713.30CAIE 1-82 E ga 9Y -MH RW: 1011.16 E. 1001.06 ITC' E.' 00100 ' 1 j Woodpecker Truck of Washington 1509 S 22nd St s cT'� � R E_Vi1 yy E. Viola Ave —"- °&ge 3'9- 6 SEC ._9• rO:E. 'W'.AaIEA LOP' (YWRIP�, n6 IND11al1AAl )Y 1 n 1 r WA♦TER C - Err TPCl PLANT 0701. WATTI. _ - - - - �- 'T,5 -WI LAM IAAEI WHc ,00. 91) CRAE 1013.91 ity 01 E.L.. !0 ±R!R' 2220E Viola Ave 55-401 ---- RIM: 1013,61 7A0, WIC. 100501 6.t E.. 1004 91 .ik S5-401 t _, RIM: 1010 41 -MH SW COINER RW; 1010.7 NW 1 SE 1 ! Eu.±091:2: g 11ON 29 7.13 N. 9.19 E. 7113, 9-. 46 AS'HA11 CW IV LLC 1600 Rudkin Road TrAPPTSIT � ` 1 GRAVEL\/, 1�- CAAVELI\ V1 (010 UNION) -ETV: 1011 ��� 3,S IGD A5Pr1 AL 1 ^ t t 1-82 -ASP71ALT- -000,7017-- Q W s E CONSTRUCTION NOTES: 0 STA 2407 TO STA 3407. LI CONSTRUCT JACR0IO/113BNG PIT AS REQUIRED NOR CO/SIRUCIIOT. SNOB= SHALL BE USED 50 149111112( EXCAVATION LIMITS. 0 01A 0442 TO SIA 0757. LI CDNSIRUCT JACKING/BORING RECE3141:0 PIT AS I*EOIRIIED roe CONSTRUCTION. SHORING SHALL OE USED TO 1421111117 EXCAVAIION UNITS. 0 STA 0452. 12' 11 TO SIA 2362. r LT JACX/80Ia 210 Lr. NEW 30" OIAM. STEEL CASING PIPE. 0 STA 0445. 12• LT 0TSIALL NEW 12" MJ 90' ELBOW. NS SIA 0445. Ir L1 TO STA 3,07. 7' LT INSTALL APPROIONAIELY 220 Lf. NEW 12- 0.1. RESTRAINED MINI PRE W1111174 NEW 30' STEEL CASINO. 0 SIA 2467. r LI INSTALL NEW 12" W TEE AND (3) EA 12 - MJ BUTTERFLY VALVES. 0 SEE SHEET 4. 0 SEE SHEET 5. 0 MAINTAIN MINIMUM 15• WOE VEHICLE ACCESS LANE At ALL IOJES. PROWIE 7090613 A5 NECESSARY. PROVIDE /WA REPAIR. ALL 7REI701 PAVEMENT EOOE5 SHALL 8E NEA, LANE CUT PRIOR 10 REPAIR. .', HLA Engineering and Land Surveying, Inc. 2000 RI\t, Road Yakima, WA 98902 509.966.71100 Fn 509.965.3800 WW4\Y.htacrvn.cnm PR LO( O 1 Y SUBJECT TO R( VO QON .706 4111UQER: 17031 DATE: 1_10-17 NILE NAMES DRAWING. 17017.03/9 PLAN. 17031.4.9 PRONE/ I3p0009.0.9 REVISION DATE OESWMD 07: ENTERED 80 OAA ALAN CITY OF city -of Cvaiki;,aI \ WEE? E. VIOLA V`"Exhibit,'jC'r,, i 3 RER A( Franchise No 50157 Amd. 1 ! r Pa'ge_5''_bf.9- - 1 PLAN ANI' : . , , 7 r — — — — — — — UM MN NIB MN MI MIS — — — NS SIB IRO. SERV. �RI 7• UNLOCA100 aj AMRAX I55-4' 63 11,.16 W.: 1006 1 w✓�yi� TOM: IU11.41 W. I 7.5 -_ pF X 6 AS411A[1 Rudkin Road 1 478 • - CRAFEL HD O 04poO CRAWL S5 -MH RI4: f 077.50 W.5 1007.64 571. 100534 ASPHAII D3 Investments LLC. 203 E Viola (191329-42476 ) SO -MTI RW: 1010.69 6,7.E, 1000.89 0.7.0.. 1000.69 E. ASPI,ALT 1 . - 55-- m1 CW IV LLC. RIM: 1070 7 T 7,E.. 19w as 1600 Rudkin Road C101329-4351-6) ASP•IALI CONSTRUCTION NOTES: 0 REMOVE AND RESET EXISTING GUARORAIL AS RE041RE0 FOR CONSTRUCTION. 0 SEE SHEET 3. 0 INSTALL APPROX. 26 L.F. NEW 12- 0.7. WATER 4071, WRAP WA1E11 4AIN AND moms IN /8D (2) LAYERS OF 8 MTI, POLYETHYLENE ENCASEMENT. BACKFILL 1801 CO(. 0 075100. NEW 12- MJ ICE, (2) EA I2' MJ BUT IERFLY VALVES AND VALVE BOXES, (1) CA 12` 4J X 6' MJ REOUCER CN 1IE57 LEG. AND MJ COUPLINGS TO EMSON0 PIPING. INSTALL TEMPORARY BLOW -04T FOR 11LUNC, (1.05900. AND TESTING. NO FINAL CONNECTIONS SHALL BE MADE UNTIL 0(44 8ATERLR70 HAS BEEN 1E51E0 AND ACCEPTED. PLUG AND 0000770 CASTING 6' WATER MAW 10 EAST. 0 CLOSE VALVE. R04OVE VALVE BOX, nll 7511H SELECT BACKFILL AND ABANDON. 0 PROVIDE 1016 REPAIR. ALL TREN01 PAVEMENT EDGES SHALL BE NEAT UNE CUT PRIOR TO REPAIR. Cow CONTRACTOR(510 SHALL P RUNES PID VERIFY DD. CF TNG FIN WATERLINES PRI4,'' 70 SCHEDULING FINN. -CONNECTION,-- #. HLA Fnginceringand Land Surveying, Inc. 2803 646-10 Road Yakima, WA 95901 009.966.7000 Fax 009.965.3800 51979.17(7707%5L5011* PRELHADMRY SUI JI CT T rR VVSOON J00 *7500ER: 1703, 061E. 1-40-17 FILE NP1E5: ORPWNG. 17031.aw9 PLATT. 170314w9 PROFILE: rc4rt001,awo REN9017 DATE DESIGNE0 8Y: BAA ENTERED 0Y: AJII toIm CITY OFeir" r''vakimli, 4 E. VIOLA IA -Exhibit!, C"I[ti REPLA( Franchise No 50157 Amd. 1 ? aF Page 6'of-9 - PLAN AND PROFIL N H r-- NM NS N r N-- -- all S NM NS NM 1015 Woodpecker Truck of Washington 1509 S 22nd ST 19-029-41409—) 2 S. 22nd ST. 4.44P0111-. City of Yakima 2220 E Viola Ave C 191-32$-4465(3D CONSTRUCTION NOTES: NI CONSTRUCT TEMPORARY WATER MAIN BYPASS ABOVE JACO/BONE ACCESS PIT 10 ALLOW CASING INSTALLATION. SEE DETAIL. 0 FOuOICNG INSTALL ARON OF 30' CASING AND AMER MAIN, INSTALL NEW MJ COUPLING 10 CASTING 8' WATER MAIN, 12' MJ X B' MJ REDUCER AND APPROx, JB LF. NEW 12' 0.1. WATER MAIN. 1N5TALL TEMPORARY OLOW-OFF FOR FILLING, FLUSHING, AND TESTING. NO FINAL COPDIECIIONS SHALL BE MADE UNTIL NEW WATERLINE HAS BEEN TESTED AND ACCEPTED. RUG AND ABANDON EXISTING WATER MNRS PER DETAIL. 0 SEE SHEET J. 0 INSTALL (7) EA 12' MJ 22.5' CAROMS TO MAINTAIN AUI21MENi. 145 ass/ALL 12' 4J COUPLING AND CONNECT TO EXISTING 12" WATER MAIN. INSTALL TEMPORARY 8148 -OFF FOR FILMIC. FLUSHING, AND TESTING. 80 FINAL COTENECTGNS SHALL at MADE UNTIL. NEW WATERLINE HAS 8EE14 TESTED AND ACCEPTED. 0 UPON ACCEPTANCE Of NEW WATER MAIN AND FITTINGS DN RAFT, REMOYL TEMPORARY WATER MAPS BYPASS AND MANE FINAL CONNECTION TO EXISTING SYSTEM AS TYRECIED BY ENGINEER. 0 4APNTAIN M3CMUM 15' `ALOE VEHICLE ACCESS LANE Al ALL HIES PROVIDE FLAIXTER AS PECE55ARY, 0 PROVIDE HMA REPAIR. ALL TRENCH PAVEMENT EDGES SHALL 8E HEAT UNE CUT PRIOR 10 REPAIR. 0 CLOSE vALVE, REMON: vAI,vE 80X. FILL 1MTH SELECT BACKER -I ALTO PATCH 18114 NMA TEMPORARY WATER HAIi'81PA5$ two i' www NOTE. CONTRACTOR STALL POTHOLE AND VERIFY 0,0. OF EXISTING WATERLINES PRIOR NO SCHEOULLNG 111tA1 CONNrC HON. B2071ax MALIK " • J, vA II(B15.41MnoWH;----�_____ v:. y v. EX. 12'D.1.; YtISTER MAIN . I TRI•AL WASTE'• 1r 01008 ibitAitil1NLOCAT131• 'ELEIFAII •TOEHOM11 ' " ♦�� HLA Engineering and land Surveying, Int 2801 Rist Road Ylkinu, WA 98902 509.906.7000 Fax 509.90$.3800 WwW.Macivilsan 4+00 5+00 PR LDNIN& Y I1LdECT TO REVOSOON XXI HUM0ER: 17031 DATE. 1-10-17 IDE NAMES DRAWING: 170JI.4wg PLAN 13031.0wg PREFILE: rcw1002.awg 81\19071 OA1E OE51GNE0 8Y, 8AA ENIEREO UV% AJN CITY OF1.511((7City of Yakima', E. VIOLA IA Exhibits "C'.t v s REPLA(Franchise No 50157 Amd. 1 of Page 7 of 9 PLAN AND PROFIL 1 r r r r N N NM - -- w- -- - -- N 4*33 3000 CON0x1( PO9(O P PACS 41 CONCRETE TO ALLOM aTUOV34 Cf 0415 I OSIUYKO LW/MA CLASS 3000 Cd106010 P0LPE0 N PLACE SEES 0131UO0D EMT 5D�F-1321 RMS LRD MICAS O YL 050060 1004414 END MLAS 1 Rat• pets orI'C 16 a30 �1 / U1tt'6rt 4 G. 10,7 10x1 6 (.1411 1,41001 a700r1 1100n 4tl NDpn WWII til tart L•10 ri 1r 11141001 T0t1nlml13n "tart I. 27.1[11n 214.41001 it.10n 11110n lir 13Apn N11Or6fS001 134(00 TON CON.1 4E40YAL O 4.. 15 • 1' OASS ]000 CON'AEu 00000 M PLACE 40 0110(0 Cmlit. v�K PLUGS A100 CARS UIO5111 110 [M CLASS .3000 0014(&14 POU OD V R@M SOW N/ 510 40000 COAT As P00 SNMOE MPS TIDIES 1. 0 5 APPOONNATE 171; OIALLEAMC MC AENO MLA. M( 033371 OR M A 4 I 000.001 M PL4AT0 3 03000 SO 1500 PSE AND 710 09 RST 10003160. 1. 0164900 4451(0 013000 Wow 51300405 001 SOA N0 T651 PWES9R0s Weal SWAMP TEST 0410.54.600 A410/04 50. 0001000 4801. 344 501101.144400 DIAL CONTACT NO' MAIM 061 %VOA. 0661151 KOde 0(004 1 34 01711003 660/011 4014 WR40 Mitt 0070011 LOW CO(01EIE SNAIL Sf 00100[0 OMA SIL P0.ttM1t0N.' 01641040 POM TO Pt*CE1ENT 00 TYPICAL THRUST BLOCKING mil- To KAU. 11811.CaL811.88Eana /343110/4. OKw1N0 1 63 4/61665 . ms 04MMN 4 G. man 11010 R 7170 6 NWrt Non R Nan tY sa 04 of 4,001), A7017 .r 43 01 11 40104 00 1' kik fl go, R II) C,r O 1070 4' 0 n t man O 1071 MAP-M4P9 034500 (10 Nr 0034. 34001 17111 040110 /-611 CARCO %10400AIICNS (43075 00 (8560 917) Mw Ir NAPA 50(4 ONES 1. 110 .13.60. 470111 MORS 0301040 TM 11001130: LOOS. ). 0.30486 ALL 0101 011 3615 1100.04 033400 104 0110-100 WSA(T 00 384000/00 (OVAL TYPICAL PIPE CASING .1 w arx4. 530 cur lata (3010101 CAST VON un- M1A 0.655 1/e' PO Of -7e 0[11➢pppM�p Cf p¢ r -O' / SEC11L0 C[PLESS 14+0'13"1 0 - COOLS 13CM00 002174C 101COn 344 344 .16-217010 NCH aI 3010050 010.41. 04000303 WAR 5(0004 9.0x5 TYPE CA _YAL00 007 411610 100044 101 0C1.34µ0-040105 NON CO APPAOKO CAR 031.1E 0101 - 401 65140.31101100. 0 f00 5411010/4 YAM 1003103 [AMMON RC MAR[ 060300 001 001.1 00x. (001100 (0<017 440 004 11-03:Nrs MOD 3 0PMOLI0 (OWN. WATER VALVE BOX - IN PAVEMENT MOI r1p Nt 4656.64 W _�__ - (A P WA10D ut0-+ OL0N 06)-/ It30GM CAP r EU NO2 OI= _ FA 1rE OOR 1 0' 034030 EA. 47' MATER NAV TPN7ARY AI167INEHT 400445 ENEN1 ALIGNMENT EAST CONNECTION DETAIL NUT 10x014 ♦�� HLA Engineering and land Surveying, Inc. 2103 River Row) Y.tIn9, WA 98902 509.966.7000 Fn 509.963.3800 aw.MociliLCa7 _309 CITE 3034604[0 0' NATER 1.061 405E L'ALia. ROAM( 43101 eOYMO 0- CAP 0 4000 NAR. Ir A K W WWII* e1 N3 (010000 r -0N (3) EA 03' W 40413041.1 03114 NEW 43r E Ir S 47' 343 SILL 3-030 Ir 77.5' NJ LL13016 aV Q' RAIN 0/04 A3. I I ,.11, 0.053 4AVA, NINON YALLt_ 000 Nm 9001000 NEN 47' A 4r W Co6SIN 4Y 771 W (LOW EAST ALIGNMENT DETAIL KO Mo.. X wRP1� f PG CELO DGS &RY SUBJECT TO REVISION WEST CONNECTION DETAIL Not TO 11101£ JW NWOE1610ATL 17011 1-10-17 4110 NAVIES. ORAHJH:, U031 0612 A AN. x0)031100 PROMI, 0104.0o46 100 156.604 S9MEACUN WAIN 0E M 001 073000 410001114115 eE Vs 5 1at0S0RlIID (MM 4. *010 4' 010 0' SOC 000014 104344*. 0N1001(D PPt 00110 A 10006 01 r TN01 Co ALL 9033 3 P1R 2. (004444100 DW. MOPLY INC. ALL APPlCAOE 0.1140 ANO 12.2511.A 301177.0 14404 1401.4.7110. REVISION DATE 05000040 0r. SAA ENTERED DLI AAI LLPRAAt0 01050.30 AI CJRMCIWS 3004 KL rkif= SuCRKI 0410340 011050 0AR0N WS.; e0 �P>RC0INCAN161 OISNN I i1A 0 TAW 106.1 00KCMY MIN PPC *0R 0 VC0ES. 1401036CAL CONPACI00 15 *001000 WILCO NATIO EI116N0 0 ALLOWED 06 113 .PC01CA(00A Ste 10001:0 000«0 4AttIO1 0u11 NE AS 433016 WLSS 0I12122MSE 00001(0 06 ME [MON[IR: C410411*1 .27.2 41 A 540004 OR N127[0 01730:0 13 OOPS[ PER SCC00) 0-010(1) 3 *NC STANDARD SPEW- ATION& 110160 NA*Ew SNAL4. NFCI Ill PCOURTMLNi. 3 4'04404 7-W Cr IK Si4OnCA100NS. TYPICAL TRENCH DETAIL NM 10 MAK CITY OFCKiVif.girWk. E. VIOLA .Exhibit REPLAFranchise No. 50157 Amd. 1 Page 8 of 9 DE 6 7 1— I NS N 1 I N— — --— M— —— s in . ----- �—VNK t VNK 00X 0 _- "rs-100K ItVALVE DQIt I1 �l v, L� y RG OR CROSS cro---WJK 1 YAM BOX —CONCAVE CURL A GUTTER II 0190ANI VNK t VNK OM RAV 11 ii 7-5� V .es ``7 LOCATE 10010.411 sr PFA PLANS DO WM014.l1( RE40K0 10 CEA', wOIVJUN DETAAS S TO 119E K MS LOCATION f011 4100101.1 TYPICAL MGM& IVC Vt.. NAVE SMD.T0I1 PLtSO SU OI WRIER RCARO STRUCNiGi SEE 0$010/ARON, INTERSECTION LAYOUT AUT MIKA! 4�� FI LA Engineering and Land Sun in Inc.AR.nlacailDND1 g g' 2801Rivet Road Yakima, WA 96902 509.956.7000 Fax s09.95s.26Do e,, -, � ' * ` nm Ii0 I. FlIE AD, I f0.E NAMES: DRAVANG, PLAN. PROFILE: 0-17 S 17031,0.9 xXr"'`"' 1 Sr CEI CITY OFa Iof,YaitiA ,.V E h bits. SACS . 7 E. VILA v1 1i`+ REPLA( • Franchise No 50157 Amd. 1 ' Page 9 of 9._ � n � � � n� O �n � � M w M N u SUBJECT s' � ����®� XXXX0 ° DESIGNED MI DAA TE ENURED BY: AL1 - -- DET •.1 _ 7 055190N DATE Chapter 1 Utility Accommodation Right of Way Line From Zone B to Right of Way Line Roadway (includes shoulders Right of Way Line From Zone B to Right of Way Line 36" Min d Zone C Bottom of ditch Zone B 4-10 ft -4. Zone A Zone 8 4-10 ft—to. Zone C Back of curb or toe of slope 42" Min 60" Min from lowest .. .� point of finished V _ roadway or shoulder 4-6 ft—i►- d 42" Min Longitudinal Coverage Detail -4-6 ft—► Bottom of ditc 42" Min 60" Min from lowest point of finished roadway or shoulder in Zone A y 36" Min y 0 Back of curb or toe of slope 42" Min Carrier pipe Casing pipe Note: Casing pipes shall extend a minimum of 6 feet beyond the toe of fill slopes, or bottom of ditch line, or outside curb Crossing Coverage Detail City of Yakima Exhibit "I)" Minimum Cover for Pipe Installation Franchise No. 50157 Amd. 1 Figure 120-3 Page 1 of 1 WSDOT Utilities Manual M 22-87.07 November 2014 Page 1-45 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 CONSTRUCTION NOTIFICATION Permit Number: 50157 Amendment Number 1 State Route Number: 82 Mile Post: 35.02 To Mile Post: 35.02 Applicant Reference (WO) Number: AC2262 Information in this box is required to be filled out completely SCHEDULED START DATE OF CONSTRUCTION: ESTIMATED DATE OF COMPLETION: Contractor/Who will perform the work. (Please Print) FIELD CONTACT: Mike Shane OFFICE CONTACT: COMPANY PHONE: ADDRESS FAX: TY FIELD REP: STATE PAGER: (509) 575-6154 CELL: COMPANY/Permit/Franchise Holder (Please Print City of Yakima FIELD CONTACT: Mike Shane David Brown PHONE: (509) 576-6480 2301 Fruitvale Blvd FAX: Yakima, WA 98902 PAGER: (509) 575-6154 CELL: In accordance with Washington State Department of Transportation (WSDOT) Special Provisions for Permits and Franchises, the above information is to be provided to the following WSDOT representative ten (10) working days prior to the beginning of construction. JASON HARRIS SCR UTILITIES INSPECTOR 2809 Rudkin Road Union Gap, WA 98903-1648 OFFICE: FAX: CEL: E-MAIL: 1-509-577-1748 1-509-577-1686 1-509-654-8385 HarriJM@wsdot.wa.gov For State representatives use only: Has this installation been completed to your satisfaction? YES Comments: Signature: NO Date: SUPERVISORS, PLEASE SEND A COMPLETED COPY TO THE REGION UTILITY OFFICE AND A COPY TO YOUR SUPERINTENDENT. Note: THE UTILITY COMPANY OR THEIR REPRESENTATIVE SHALL NOTIFY SOUTH CENTRAL REGION UTILITIES IMMEDIATELY IF THEY ARE UNABLE TO START CONSTRUCTION ON THE DATE INDICATED ABOVE. FAILURE TO PROVIDE NOTIFICATION MAY RESULT IN INSPECTION CHARGES BEING INCURRED. City of Yakima Exhibit "E" Franchise No. 50157 Amd. 1 Page 1 of 2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 CONSTRUCTION NOTIFICATION Permit Number: 50157 Amendment Number 1 State Route Number: 82 Mile Post: 35.02 To Mile Post: 35.02 Applicant Reference (WO) Number: AC2262 Information in this box is required to be filled out completely) SCHEDULED START DATE OF CONSTRUCTION: ESTIMATED DATE OF COMPLETION: Contractor/Who will perform the work. (Please Print) FIELD CONTACT: Mike Shane OFFICE CONTACT: COMPANY PHONE: ADDRESS FAX: `QTY FIELD REP: STATE PAGER: CELL: COMPANY/Permit/Franchise Holder (Please Print) City of Yakima FIELD CONTACT: Mike Shane David Brown PHONE: (509) 576-6480 2301 Fruitvale Blvd FAX: Yakima, WA 98902 PAGER: (509) 575-6154 CELL: In accordance with Washington State Department of Transportation (WSDOT) Special Provisions for Permits and Franchises, the above information is to be provided to the following WSDOT representative ten (10) working days prior to the beginning of construction. Les Turnley Area 2 Maintenance and Operations Superintenden FAX: 900 East Selah Rd. CEL: Yakima, WA 98901 E-MAIL: OFFICE: 1-509-575-2592 509-575-2020 1-509- 945-5437 TurnleL@WSDOT.WA.GOV For State representatives use only• Has this installation been completed to your satisfaction? YES Comments: Signature: NO Date: SUPERVISORS, PLEASE SEND A COMPLETED COPY TO THE REGION UTILITY OFFICE AND A COPY TO YOUR SUPERINTENDENT. Note: THE UTILITY COMPANY OR THEIR REPRESENTATIVE SHALL NOTIFY SOUTH CENTRAL REGION UTILITIES IMMEDIATELY IF THEY ARE UNABLE TO START CONSTRUCTION ON THE DATE INDICATED ABOVE. FAILURE TO PROVIDE NOTIFICATION MAY RESULT IN INSPECTION CHARGES BEING INCURRED. City of Yakima Exhibit "E" Franchise No. 50157 Amd. 1 Page 2 of 2