Loading...
HomeMy WebLinkAboutGranite Construction Company - 2017 Pavement Repair Project2017 — Pavement Repair Project 16th & Cherry Ave and Mead Ave in the vicinity of 14th Ave. CITY OF YAKIMA JOB NO. 2437 INVITATION TO QUOTE CITY OF YAKIMA ENGINEERING DIVISION Contractor: Granite Construction Company 129 NO. 2ND STREET YAKIMA, WASHINGTON 98901 Phone: 509.454.8511 PHONE 575-6111 Address: 80 Pond Road Quotations will be received by the Yakima City Clerk until: 2:00 pm, May 31, 2017 Yakima, Washington 98901 PROJECT SCOPE This contract provides for the removal of the temporary pavement repair of the northbound lanes of N. 16th Avenue at the Cherry Ave intersection, and of the eastbound lane of Mead Avenue at 14th Avenue and construction of a new roadway section in the same areas. The 16th Avenue location includes curb & gutter repair and sidewalk repairs, as well as other related work all in accordance with the Plans and Specifications as prepared by the City Engineer of the City of Yakima. INSTRUCTIONS TO THE CONTRACTOR Please return your lowest price for the following project by 2:00 p.m., May 31, 2017 to the Yakima City Clerk's Office, 15t floor of City Hall. If you have any questions call Randy Tabert at (509) 576-6579. The city reserves the right to reject any or all quotations and to accept any or all items at the price quoted. The city intends to award this contract within 10 calendar days after bid opening. 1 QUOTE 2017 Pavement Repair — 16th Avenue & Mead Avenue City of Yakima Job No. 2437 ITEM NO. PROPOSAL ITEM PAYMENT SECTION QTY UNIT UNIT PRICE DOLLARS AMOUNT DOLLARS 1 MOBILIZATION Per 2016 WSDOT Standard Specification 1-09,7 1 LS S, OcO� S,c OC:)C) — 2 PROJECT TEMPORARY TRAFFIC CONTROL Per 2016 WSDOT Standard Specification 1-10.5 1 LS y pp:2_"2 y it oa°� 3 SAWCUT PAVEMENT Per Contract Specification #12 125 LF 0 4 REMOVING CEMENT CONC. SIDEWALK Per Contract Specification #14 66 SYa9o� 35 2,-5 lD – 5 REMOVING CEMENT CONC. CURB Per Contract Specification #14 122 LF o0 Zb — Z 4y600 6 REMOVING ASPHALT CONC. PAVEMENT Per Contract Specification #16 102 SY 55 b� 3,sio� 7 CRUSHED SURFACING BASE COURSE Per 2016 WSDOT Standard Specification 4-04.5 33 TON <6012 Z, �d'�b°o 8 HMA CL.'/2 IN. PG 64-28 Per 2016 WSDOT Standard Specifications 5-04.5 37 TON 2 S o , ZS�oo 9 CEMENT CONC. TRAFFIC CURB AND GUTTER Per 2016 WSDOT Standard Specification 8-04.5 123 LF o° oo �' �'��_ 10 CEMENT CONCRETE SIDEWALK - 4 INCH THICK Per 2016 WSDOT Standard Specification 8-14.5 71 SY 14(0°22Z�000 11 CEMENT CONCRETE SIDEWALK - 6 INCH THICK Per 2016 WSDOT Standard Specification 8-14.5 17 SYod `5� r o �� ° 12 CEMENT CONC. CURB RAMP TYPE PERPENDICULAR A Per 2016 WSDOT Standard Specification 8-14.5 2 EA k jOpoo 2� Z i �� 13 REPAIR OR REPLACEMENT Per Contract Specification #26 1 EST $ 1,000.00 $ 1,000.00 TOTAL: $41, `dleoo Jason `'alverson Senior Estim5tor Date: 5 / It / ��� 2017 Pavement Repair Project CITY OF YAKIMA JOB NO. 2437 SPECIFICATIONS The 2016 Standard Specifications for Road, Bridge, and Municipal Construction published by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association, by this reference, are made a part of these Contract Documents. Except as may be amended, modified, or supplemented hereinafter, each section of the Standard Specifications shall be considered as much a part of these Contract Documents as if they were actually set forth herein. I. GENERAL/SPECIAL INSTRUCTIONS 1. Description of Project: This contract provides for the removal of the temporary pavement repair of the northbound lanes of N. 16th Avenue at the Cherry Ave intersection, and of the eastbound lane of Mead Avenue at 14th Avenue and construction of a new roadway section in the same areas. The 16th Avenue location includes curb & gutter repair and sidewalk repairs, as well as other related work all in accordance with the Plans and Specifications as prepared by the City Engineer of the City of Yakima. 2. Workmanship: The contractor shall furnish all labor, equipment, and materials, which are necessary to complete the work as described in these specifications. Quality of workmanship shall conform to that which is usually provided by the trade in general. Only the best and safest methods of operation in conjunction with excavation will be allowed. Any variance from the specifications or standards of quality must be clearly pointed out in writing by the bidder. A Performance Bond equal to the bid amount shall be required. 3. Regulatory Requirements: The project shall be performed in a manner that is in compliance with all applicable federal, state and local laws and regulations, including, but not limited to, vehicle regulations (WSDOT/HMTUSA/other), environmental laws and regulations (EPA/WDOE/local), and health and safety laws and regulations (OSHA/WISHA/City Safety Codes). 4. Records: The contractor shall maintain operational records at its place of business for a minimum of five years. These records shall include: point of material pick up, type of material, quantity of material. 5. Prevailing Wages: The contractor will comply with all provisions of Chapter 39.12 RCW - Prevailing Wages on Public Work. A. RCW 39.12.010 - The Prevailing Rate of Wage: Contact the Department of Labor and Industries, to confirm current prevailing wage rate for applicable workers on this particular public work project. B. RCW 39.12.040 - Statement of Intent to Pay Prevailing Wages and an Affidavit of Wages Paid: Before the City may pay any sum due on account, it must receive a statement of Intent to Pay Prevailing Wages approved by the Department of Labor and Industries. Following final acceptance of a public work project, and before any final money is disbursed, each contractor and sub -contractor must submit to the City an Affidavit of Wages Paid, certified by the Department of Labor and Industries. C. RCW 39.12.070 - Fees Authorized for Approval Certification and Arbitrations: Any fees charged by the Department of Labor and Industries for approvals or fees to cover costs of arbitration conducted shall be the responsibility of the contractor. 5 6. Termination - Cause: The City reserves the right to terminate this contract at any time, upon written notice, in the event that the services of the Contractor are deemed by the City to be unsatisfactory, or upon failure to perform any of the terms and conditions contained in this agreement. In addition to the foregoing right of termination, the City may terminate this contract, with or without cause, upon thirty (30) days written notice to Contractor. 7. Right to Award: The City of Yakima reserves the right to make contract award by Schedule or on an all or none basis, whichever is in the best interest of the City. 8. Submission of Quote: Quote shall be submitted to the City Clerk's Office, Yakima City Hall, 129 North 2nd Street, Yakima, WA, 98901, by 2:00 p.m. on May 31, 2017 in a sealed envelope labeled 2017 Pavement Repair Project, City of Yakima Job No. 2437, with the quote due date written on it. Bidders will not be allowed to adjust their quotes after submission. 9. No Disturbance: The contractor shall not disturb grounds or materials outside the sphere of the contracted project. 10. Coordination: The contractor will coordinate his work with City of Yakima Construction Supervisor Bruce Floyd at 509.576.6138 or 509.728.3457. 11. Timing: Successful vendor shall coordinate with contacts listed above as to when work will be accomplished. Work shall be completed within 15 working days. 12. Sawcut Pavement Prior to removal, the Contractor shall use a vertical saw cut to delineate the areas of pavement removal from those areas that pavement is to remain. Sawcut Pavement will be measured and paid for by the linear foot regardless of the depth of cut. 13. Removing Asphalt Pavement Removing Asphalt Pavement will be measured and paid by the square yard, for the amount of asphalt pavement actually removed. The asphalt pavement to be removed shall be hauled from the site and disposed of. 14. Removing Concrete Sidewalk and Concrete Curb & Gutter Prior to removal, the Contractor shall use a vertical saw cut to delineate the areas of pavement removal from those areas that pavement is to remain. Concrete curb, gutter and sidewalks shall be removed to the nearest convenient joint if practical. If not practical to remove to the nearest joint, the Contractor shall saw cut these structures in neat vertical and straight transverse horizontal line to provide a matching joint for the new construction. The materials to be removed under this section shall become the property of the Contractor. The Contractor shall remove and dispose of the materials outside of the project limits. Any damage caused to the pavement, curb, gutter or sidewalk, due to the Contractor's operation that is scheduled to remain, shall be repaired by the Contractor to the satisfaction of the Engineer at no expense to the Contracting Agency. Sawcutting for sidewalk or curb removal shall be incidental to "Removing Cement Conc. Sidewalk", and "Removing Cement Concrete Curb." 6 Removing Cement Conc. Sidewalk will be measured and paid by the square yard. Removing Cement Conc. Curb will be measured and paid by the linear foot. 15. Repair or Replacement: The work shall consist of repair of any incidental damages to the area surrounding the project, or other miscellaneous items within or adjacent to the project area. This includes complete replacement of items that are beyond repair as determined by the Engineer. Payment for the item "Repair or Replacement" shall be by force account. For the purpose of providing a common proposal for all bidders, and for that purpose only, the City has estimated the force account for "Repair or Replacement", and has arbitrarily entered the amount for the pay item in the proposal to become a part of the total bid by the Contractor. 16. Business License: All bidders shall have a valid and current business license issued by the City of Yakima covering this type of work. It will be the contractor's responsibility to obtain any licenses or permits required, to complete the project. 17. Right to Reject: The City of Yakima reserves the right to reject any or all quotes or accept any presented which meet or exceed these specifications and which they may deem to be in the best interest of the City and will not necessarily be bound to accept the low quote. 18. No Preferences: No exceptions will be considered that may tend to give an individual bidder a distinct advantage. 19. Contractor's Liability Insurance (Sample Certificate Attached): The contractor shall obtain and maintain in full force and effect during the term of the contract, commercial general liability coverage and automobile coverage with insurance carriers admitted to do business in the State of Washington. The insurance companies must carry a Best's Rating of A- VII or better. The policies will be written on an occurrence basis subject to the following minimum limits of liability: Commercial General Liability: Combined Single Limit: $1,000,000 Per Occurrence $2,000,000 Annual Aggregate The City of Yakima, its agents, elected and appointed officials, and employees are to be listed as additional insured under the policies. The contractor will provide a Certificate of Insurance to the City as evidence of coverage. The certificate will provide 45 days notice of cancellation, and under the cancellation section, the wording "endeavor to" and "but failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representatives" will be crossed out. A copy of the additional insured endorsement attached to the policy will be included with the certificate. The contract shall also maintain workers compensation through the State of Washington. If at any time during the life of the contract or any extension, the contractor fails to maintain the required insurance in full force and effect, all work under the contract shall be discontinued immediately. Any failure to maintain the required insurance may be sufficient cause for the City to terminate the contract. 20. Compliance with Immigration and Naturalization Act 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 7 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. If the contractor has not previously filed an E-Verify Compliance Declaration with the City, the contractor must sign the attached E-Verify Compliance Declaration and submit it to the City prior to being awarded the contract. Failure to do so may be cause for rejection of the bid. CONTRACT THIS AGREEMENT, made and entered into in triplicate, this day of , 2017, by and between the City of Yakima, hereinafter called the Owner, and Granite Construction Company. a California 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: $41.818.00, for 2017 Pavement Repair Project — 16th & Cherry Ave and Mead Ave, City Project No. 2437, all in accordance with, and as described in the attached plans and specifications and the 2014 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 Fifteen (15) working days. If work has not commenced within the ten (10) days after the Notice to Proceed, the first chargeable working day shall be the 11th day after the date on which the City issues the Notice to Proceed. If said work is not completed within the time specified, the Contractor agrees to pay to the Owner the sum specified in the Standard Specifications for each and every day said work remains uncompleted after expiration of the specified time, as liquidated damages. The Contractors shall provide and bear the expense of all equipment, work and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in this contract and every part thereof, except such as are mentioned in the specifications to be furnished by the City of Yakima. II. The City of Yakima hereby promises and agrees with the Contractor to employ, and does employ the Contractor to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the attached plans and specifications and the terms and conditions herein contained and hereby contracts to pay for the same according to the attached specifications and the schedule of unit or itemized prices hereto attached, at the time and in the manner and upon the conditions provided for in this contract. III. INDEMNIFICATION. The Contractor shall defend, indemnify, and hold harmless the City, its officers, elected officials, employees and agents from and against any and all claims, causes of action, damages, losses, and expenses of any kind or nature whatsoever, including but not limited to, attorney's fees and court costs, arising out of, relating to, or resulting from the Contractor's performance or non-performance of the services, duties and obligations required of it under this Agreement. IV. The Contractor for himself, and for his heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all the covenants herein contained upon the part of the Contractor. V. It is further provided that no liability shall attach to the City of Yakima by reason of entering into this contract, except as expressly provided herein. IN WITNESS WHEREOF the parties hereto have caused this agreement to be executed the day and year first herein above written. Countersigned: CITY OF YAKIMA this 301 day of Jv 2017. CONTRACTOR Granite Construction Compana California Corporation Contracto By: Jigi esai %.` OONS TR '. 4/....* * 6.6.ii;;;*6.�0 Vice Presdident F < ✓a,)�� m: z (President, Owner, etc.) y 79. ;• n ,. 2� : O **.i �•'•OI�NIP. ddress: 585 West Beach Street• • 6� Watsonville, CA 9507ti '',/,,,, i //Julio` �` ,`, .:2,0/ 7 - CITY CONTRACT NO RESOLUTION NO: Ii (ff Bond No.: 106670548 Travelers PERFORMANCE BOND BOND TO CITY OF YAKIMA KNOW ALL MEN BY THESE PRESENTS: That whereas the City of Yakima, Washington has awarded to Granite Construction Company (Contractor) hereinafter designated as the 'Principal" a contract for the construction of the project designated 2017 Pavement Repair Project, City Project No. 2437, all as hereto attached and made a part hereof and whereas, said principal is required under the terms of said contract to furnish a bond for the faithful performance of said contract: NOW, THEREFORE, we, the principal, and Travelers Casualty and Surety Company of America (Surety), y). a corporation, organized and existing under and by virtue of the laws of the State of Connecticut , duly authorized to do business in the State of Washington, as surety, are jointly and severally held and firmly bound unto the City of Yakima, Washington, in the penal sum of $ 41,818.00 (Total Contract Amount) lawful money of the United States, the payment of which we jointly and severally bind ourselves, our heirs, executors, administrators and assigns, and successors and assigns, firmly by these presents. THE CONDITIONS OF THIS BOND IS SUCH, that if the above bonded principal shall faithfully perform all of the provisions of said contract in the manner and within the time therein set forth, or within such extensions of time as may be granted under said contract, and shall pay all laborers, mechanics, sub -contractors and materialmen; the claims of any person or persons arising under the contract to the extent such claims are provided for in RCW 39.08.010; the state with respect to taxes imposed pursuant to Titles 50, 51 and 82 RCW which may be due; and all persons who shall supply said principal or sub -contractors with provisions and supplies for the carrying on of said work, and shall hold said City of Yakima, Washington, their employees, agents, and elected or appointed officials, harmless from any damage occasioned to any person or property by reason of any carelessness or negligence on the part of said principal, or any sub -contractor in the performance of said work, and shall indemnify and hold the City of Yakima, Washington, its employees, agents, and elected or appointed officials, harmless from any damage or expense by reason of failure of performance as specified in said contract, or from defects appearing or developing in the material or workmanship provided or performed under said contract after its acceptance thereof by the City of Yakima, Washington, and all claims filed in compliance with Chapter 39.08 RCW are resolved and all taxes pursuant to Titles 50 and 51 and 82 RCW have been paid, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. This obligation is entered into in pursuance of the statutes of the State of Washington, and the Ordinances of the City of Yakima, Washington. IN WITNESS WHEREOF, the said principal and the said surety have caused this bond to be signed and sealed by their duly authorized officers this 21st day of June Approved as to form: ,201!. 1v� (City Attorney) tttl11110\ Granite Construction Company (Signature a Desai, Vice President (Print Name) Travelers Casualty and Surety Company of America By: (Signature) Ashley Stinson (Print Name) Attorney -in -Fact (Title) Executed in 3 Counterparts A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. ACKNOWLEDGMENT State of California County of Santa Cruz ) On June 21, 2017 before me, M.I. Barron, Notary Public (insert name and title of the officer) personally appeared Ashley Stinson who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature M.I. Barron, Notary Public F;1.... M. 1. k9,'�ki - W Commisslon # 2 „ (Seal) Notary Public - Caror Santa Cruz County My Comm. Expires Mar 18. Tr` TRAVELERS ) Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company Attorney -In -Fact No. 228138 POWER OF ATTORNEY St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company KNOW ALL MEN BY THESE PRESENTS: That St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc. is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint John D. Gilliland, Jigisha Desai, Kathleen Schreckengost Catherine Gustayson, Ashley Stinson, and Lillian Tse of the City of Watsonville, State of California, their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power of Attorney is limited to bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof for Granite Construction Incorporated and all subsidiaries and affiliates, alone or in joint venture. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 26th day of June, 2014. Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company State of Connecticut By: City of Hartford ss. Robert L. Raney, Senior Vice President On this the 26th day of June, 2014, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. My Commission expires the 30th day of June, 2016. Page 1 of 2 Marie C. Tetreault, Notary Public CNA CNA71527XX (Ed. 10/12) ADDITIONAL INSURED - PRIMARY AND NON-CONTRIBUTORY It is understood and agreed that this endorsement amends the BUSINESS AUTO COVERAGE FORM as follows: SCHEDULE Name of Additional Insured Persons Or Organizations Any person or organization whom the named insured is required by written contract to add as an additional insured on this policy. 1. In conformance with paragraph A.1.c. of Who Is An Insured of Section II — LIABILITY COVERAGE, the person or organization scheduled above is an insured under this policy. 2. The insurance afforded to the additional insured under this policy will apply on a primary and non-contributory basis if you have committed it to be so in a written contract or written agreement executed prior to the date of the "accident" for which the additional insured seeks coverage under this policy. All other terms and conditions of the Policy remain unchanged. CNA71527XX (10/12) Page 1 of 1 Insured Name: Granite Construction Incorporated Copyright CNA All Rights Reserved. Policy No: BUA2074978692 Endorsement No: Effective Date: 10/01/2016 This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this June 21, 2017 Kevin E. Hughes, Assistant Secretary To verify the authenticity of this Power of Attorney, call 1-800-421-3880 or contact us at www.travelersbond com. Please refer to the Attorney -In -Fact number, the above-named individua/s and the details of the bond to which the power is attached. Page 2 of 2 AcoRtf CERTIFICATE OF LIABILITY INSURANCE ��' DATE M/DDIYYYY) 06/22/2017 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER LIC #0C36861 1-415-403-1491 Alliant Insurance Services, Inc. 100 Pine Street, llth Floor San Francisco, CA 94111 John Gilliland20508 CONTACT NAME: Kimberly Leikam INCNNo, Ext): 415-403-1491 FAX No: 415-874-4818 E-MAIL ADDRESS: kleikam@alliant.com INSURER(S) AFFORDING COVERAGE NAIC # INSURERA: VALLEY FORGE INS CO X INSURED Granite Construction Company 585 West Beach Watsonville, CA 95076 INSURERB: TRANSPORTATION INS CO 20494 INSURER C : EACH OCCURRENCE INSURERD: DAMAGE TO RENTED PREMISES (Ea occurrence) INSURER E: INSURER F : CLAIMS -MADE COVERAGES CERTIFICATE NUMBER: 50160975 REVI 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 SUBR WVD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/YYYY) LIMITS A GENERAL X LIABILITY COMMERCIAL GENERAL LIABILITY X X GL 2074978689 10/01/16 10/01/18 EACH OCCURRENCE $ 2,000,000 DAMAGE TO RENTED PREMISES (Ea occurrence) $ 2, 000, 000 CLAIMS -MADE X OCCUR MED EXP (Any one person) $ Nil X Contractual Liability PERSONAL 8, ADV INJURY $ 2,000,000 X XCU Hazards GENERAL AGGREGATE $ 10,000,000 GEN'L AGGREGATE POLICY x LIMIT APPLIES JEo X PER: LOC PRODUCTS - COMP/OP AGG $ 2,000,000 $ A AUTOMOBILE X X X LIABILITY ANY AUTO ALL OWNED AUTOS HIRED AUTOS Contractual X SCHEDULED AUTOS NON -OWNED AUTOS$ X X BUA2074978692 10/01/16 10/01/18 COMBINED SINGLE LIMIT (Ea accident) $ 2,000,000 BODILY INJURY (Per person) $ BODILY INJURY$ ( Per accident) PROPERTY DAMAGE (Per accident) $ UMBRELLA LIAB EXCESS LIAB OCCUR CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE $ DED RETENTION $ $ B B A A WORKERS COMPENSATION ANDEMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below YIN N N 1 A X X X X 1 WC274978658 (NY) 10/01/id WC274978661 (MT, WI,HI) 10/01/16 WC274978630 (CA) 10/01/16 WC274978644 (AOS/StopGa P) 10/01/16 10/01/17 I 10/01/17 10/01/172,000,000E.L. 10/01/17 X WCSTATU- TORY LIMITS OTH- ER $ 2,000,000 E.L. EACH ACCIDENT DISEASE - EA EMPLOYEE $ E.L. DISEASE -POLICY LIMIT, $ 2.000, 000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) Job #: TBD - CITY OF YAKIMA - 2017 PAVEMENT REPAIR PROJECT. PROJECT NO. 2437 THE CITY OF YAKIMA, ITS AGENTS, ELECTED AND APPOINTED OFFICIALS, AND EMPLOYEES ARE HEREBY ADDED AS ADDITIONAL INSUREDS, PER ENDORSEMENTS ATTACHED. GL Per ISO Form CG0001 10/01; AL Per ISO Form CA0001 03/10 CERTIFICATE HOLDER CANCELLATION 2505 CITY OF YAKIMA 129 NORTH SECOND STREET YAKIMA, WA 98901 USA 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 Alliant Insurance Services, Inc. ACORD 25 (2010/05) kaleikam © 1988-2010 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD SUPPLEMENT TO CERTIFICATE OF INSURANCE DATE 06/22/2017 NAME OF INSURED: Granite Construction Company SUPP (10/00) POLICY NUMBER: BUA2074978692 COMMERCIAL AUTO CA 04 44 10 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: Granite Construction Incorporated Endorsement Effective Date: 10/01/2016 SCHEDULE Name(s) Of Person(s) Or Organization(s): Any person or organization for whom or which you are required by written contract or agreement to obtain this waiver from us. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The Transfer Of Rights Of Recovery Against Others To Us condition does not apply to the person(s) or organization(s) shown in the Schedule, but only to the extent that subrogation is waived prior to the "accident" or the "loss" under a contract with that person or organization. CA 04 44 10 13 Copyright, Insurance Services Office, Inc., 2011 Page 1 of 1 POLICY NUMBER: GL2074978689 COMMERCIAL GENERAL LIABILITY EFFECTIVE: 10/012016 CG 25 03 05 09 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED CONSTRUCTION PROJECT(S) GENERAL AGGREGATE LIMIT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Designated Construction Project(s): Any construction project as required by a written contract or agreement that was executed prior to the date of loss. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. For all sums which the insured becomes legally obligated to pay as damages caused by "occurrences" under Section I — Coverage A, and for all medical expenses caused by accidents under Section I — Coverage C, which can be attributed only to ongoing operations at a single designated construction project shown in the Schedule above: 1. A separate Designated Construction Project General Aggregate Limit applies to each designated construction project, and that limit is equal to the amount of the General Aggregate Limit shown in the Declarations. 2. The Designated 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 under Coverage C regardless of the number of: a. Insureds; b. Claims made or "suits" brought; or c. Persons or organizations making claims or bringing "suits." CG 25 03 05 09 3. Any payments made under Coverage A for damages or under Coverage C for medical expenses shall reduce the Designated Construction Project General Aggregate Limit for that designated construction project. Such payments shall not reduce the General Aggregate Limit shown in the Declarations nor shall they reduce any other Designated Construction Project General Aggregate Limit for any other designated construction project shown in the Schedule above. 4. The limits shown in the Declarations for Each Occurrence, Damage To Premises Rented To You and Medical Expense continue to apply. However, instead of being subject to the General Aggregate Limit shown in the Declarations, such limits will be subject to the applicable Designated Construction Project General Aggregate Limit. Copyright, Insurance Services Office, Inc., 2008 Page 1 of 2 B. For all sums which the insured becomes legally obligated to pay as damages caused by "occurrences" under Section 1— Coverage A, and for all medical expenses caused by accidents under Section 1 — Coverage C, which cannot be attributed only to ongoing operations at a single designated construction project shown in the Schedule above: 1. Any payments made under Coverage A for damages or under Coverage C for medical expenses shall reduce the amount available under the General Aggregate Limit or the Products -completed Operations Aggregate Limit, whichever is applicable; and 2. Such payments shall not reduce any Designated Construction Project General Aggregate Limit. Page 2 of 2 C. When coverage for liability arising out of the "products -completed operations hazard" is provided, any payments for damages because of "bodily injury" or "property damage" included in the "products -completed operations hazard" will reduce the Products -completed Operations Aggregate Limit, and not reduce the General Aggregate Limit nor the Designated Construction Project General Aggregate Limit. D. If the applicable designated 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 — Limits Of Insurance not otherwise modified by this endorsement shall continue to apply as stipulated. Copyright, Insurance Services Office, Inc., 2008 CG 25 03 05 09 CNA G -140331-D (Ed. 01/13) BLANKET ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS — WITH PRODUCTS -COMPLETED OPERATIONS COVERAGE It is understood and agreed that this endorsement amends the COMMERCIAL GENERAL LIABILITY COVERAGE PART as follows: SCHEDULE (OPTIONAL) Name of Additional Insured Persons Or Organizations (As required by "written contract" per Paragraph A. below.) Locations of Covered Operations (As per the "written contract," provided the location is within the "coverage territory" of this Coverage Part.) A. Section I1 - Who Is An Insured is amended to include as an additional insured: 1. Any person or organization whom you are required by "written contract" to add as an additional insured on this Coverage Part; and 2. The particular person or organization, if any, scheduled above. B. The insurance provided to the additional insured is limited as follows: 1. The person or organization is an additional insured only with respect to liability for "bodily injury," "property damage," or "personal and advertising injury" caused in whole or in part by: a. Your acts or omissions, or the acts or omissions of those acting on your behalf, in the performance of your ongoing operations specified in the "written contract"; or b. "Your work" that is specified in the "written contract" but only for "bodily injury" or "property damage" included in the "products -completed operations hazard," and only if: (1) The "written contract" requires you to provide the additional insured such coverage; and (2) This Coverage Part provides such coverage. 2. If the "written contract" specifically requires you to provide additional insurance coverage via the 10/01 edition of CG2010 (aka CG 20 10 10 01), or via the 10/01 edition of CG2037 (aka CG 20 37 10 01), or via the 11/85 edition of CG2010 (aka CG 20 10 11 85), then in paragraph 6.1. above, the words 'caused in whole or in part by are replaced by the words 'arising out of. 3. We will not provide the additional insured any broader coverage or any higher limit of insurance than: a. The maximum permitted by law; b. That required by the "written contract"; c. That described in 6.1. above; or d. That afforded to you under this policy, whichever is less. 4. Notwithstanding anything to the contrary in Condition 4. Other Insurance (Section IV), this insurance is excess of all other insurance available to the additional insured whether on a primary, excess, contingent or G -140331-D (Ed. 01/13) POLICY #: GL2074978689 Page 1 of 2 EFFECTIVE: 10/01/2016 Copyright, CNA All Rights Reserved. C'NA G -140331-D (Ed. 01/13) any other basis. But if required by the "written contract" to be primary and non-contributory, this insurance will be primary and non-contributory relative to insurance on which the additional insured is a Named Insured. 5. The insurance provided to the additional insured does not apply to "bodily injury," "property damage," or "personal and advertising injury" arising out of: a. The rendering of, or the failure to render, any professional architectural, engineering, or surveying services, including: (1) The preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; and (2) Supervisory, inspection, architectural or engineering activities; or b. Any premises or work for which the additional insured is specifically listed as an additional insured on another endorsement attached to this Coverage Part. C. SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS is amended as follows: 1. The Duties In The Event of Occurrence, Offense, Claim or Suit condition is amended to add the following additional conditions applicable to the additional insured: An additional insured under this endorsement will as soon as practicable: (1) Give us written notice of an "occurrence" or an offense which may result in a claim or "suit" under this insurance, and of any claim or "suit" that does result; (2) Except as provided in Paragraph B.4. of this endorsement, agree to make available any other insurance the additional insured has for a loss we cover under this Coverage Part; Send us copies of all legal papers received, and otherwise cooperate with us in the investigation, defense, or settlement of the claim or "suit"; and (4) Tender the defense and indemnity of any claim or "suit" to any other insurer or self insurer whose policy or program applies to a loss we cover under this Coverage Part. But if the "written contract" requires this insurance to be primary and non-contributory, this provision (4) does not apply to insurance on which the additional insured is a Named Insured. (3) We have no duty to defend or indemnify an additional insured under this endorsement until we receive from the additional insured written notice of a claim or "suit." D. Only for the purpose of the insurance provided by this endorsement, SECTION V — DEFINITIONS is amended to add the following definition: "Written contract" means a written contract or written agreement that requires you to make a person or organization an additional insured on this Coverage Part, provided the contract or agreement: 1. Is currently in effect or becomes effective during the term of this policy; and 2. Was executed prior to: a. The "bodily injury" or "property damage"; or b. The offense that caused the "personal and advertising injury," for which the additional insured seeks coverage under this Coverage Part. All other terms and conditions of the Policy remain unchanged. Material used with permission of ISO Properties, Inc. G -140331-D (Ed. 01/13) POLICY #: GL2074978689 Page 2 of 2 EFFECTIVE: 10/01/2016 Copyright, CNA All Rights Reserved. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Waiver of Transfer of Rights of Recovery Against Others to Us This endorsement modifies insurance provided under the following: Commercial General Liability Coverage Form Under SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS, The Transfer Of Rights Of Recovery Against Others To Us Condition is amended by the addition of the following: We waive any right of recovery we may have against any person or organization because of payments we make for injury or damage arising out of: 1. Your ongoing operations; or 2. "Your work" included in the "products completed operations hazard." However, this waiver applies only when you have agreed in writing to waive such rights of recovery in a contract or agreement, and only if the contract or agreement: 1. Is in effect or becomes effective during the term of this policy; and 2. Was executed prior to loss. This endorsement is part of your policy and takes effect on the effective date of your policy, unless another effective date is shown below. Must Be Completed ENDT. NO. POLICY NO. GL 2074978689 Complete Only When This Endorsement Is Not Prepared with the Policy Or Is Not to be Effective with the Policy ISSUED TO: Granite Construction Incorporated EFFECTIVE DATE OF THIS ENDORSEMENT Countersigned by Authorized Representative CNA WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY INSURANCE POLICY G -19160-B (Ed. 11/97) BLANKET WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS- CALIFORNIA This endorsement changes the policy to which it is attached. It is agreed that Part One — Workers' Compensation Insurance G. Recovery From Others and Part Two — Employers' Liability Insurance H. Recovery From Others are amended by adding the following: We will not enforce our right to recover against persons or organizations. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) PREMIUM CHARGE —n/a The charge will be an amount to which you and we agree that is a percentage of the total standard premium for Califomia exposure. The amount is n/a %. UTAH WAIVER OF SUBROGATION ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Utah is shown in Item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Our waiver of rights does not release your employees' rights against third parties and does not release our authority as trustee of claims against third parties.Schedule : Any person or organization for whom the named insured has agreed by written contract to furnish this waiver. WC43 03 05 (Ed 7-00) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT All Other States where allowed (except CA, TX, UT) We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule Any person or organization for whom the named insured has agreed by written contract to furnish this waiver WC00 03 13 (Ed 4-84) This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective 10/01/2016 G -19160-B (Ed. 11/97) WC274978644 Valley Forge Insurance Company WC274978658 Transportation Insurance Company WC274978661 Transportation Insurance Company WC 274978630 Valley Forge Insurance Company Page 1 of 1 COMPLIANCE WITH IMMIGRATION AND NATURALIZATION ACT 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: Granite Construction Company Dated this 21st ,day of June , 20 17 Signature: Printed Name: Jason Halverson - Senior Estimator Phone #: 509.248.8376 Email Address: to til1 Wit .N` pNsTR.# ''e C ` v:'c�Rp��Py TSO .gyp a ICI,p ?c, 19,22; ,�'�!Fo Nl1.t.',Ab ',,1 j.‘40%% jason.halverson@gcinc.com 17 it 3- w o S Yo yd U S�\\ Zo s a . ' � s. z w s 0o w ,411 U W w Z e,:\,‘ 20 ow Z_ 00_ )0 Z O o J w Z Z W J Z =- oU 'n z 0 COLD JOINT (TYP) COMMERCIAL APPROACH - TYPE 2 a_ > F U 0 LL 0 J U W O U SECTION A SE 0 URB RESIDENTIAL APPROACH Z F- O W 0 Z z H Z Q W W O O WU O 2 _11--- a' >-0 QU Z a. w~ 3D W Q 0 O W w Z WW mw cez < 0 in O Q O 0 U 0 0 00 <0 W0 ceQ cel -m H <0 OWO a o aD oW co WI- <w Z - f- 0 ZIO d Z 00 0 O Z U 0 < w 00y O W J W U a 2= mu O 2 to 1- F F OU Z u'i 0 r Z O 0a p jm O W a c - O to Z 20 0 cnO Z ZO - O r--.1.7. o W ° W < N 2zw a ¢a woz O a< 2 J LY U0 w0 0 oz W Q OF WW Q M< LL W Z F_ W ow H � Z O O O ... H O -DM J Q0~ a W n 0 -J nw wZm ( av) < _ L`0> `-1- a W Z O U W to O J ooa¢ n_U) 0 a> 0:0Z W 0 Z W r m w2‹ ¢ 0 w a WQ wW �tn as w 2 0 No WF- w<1O c7)(1)00 -2 FUtn U �O Z 0J F 0 = r 0z0 a 2� F- Qa o=w " 2„, ow Z a a 0 wOU I--2 W U 0 0 F- LL' O~ p 0 rcoi U W 0) 7 U 1TOM -_10)> OF .7,,J6Q0 0 Z N " 4 6 6 ti City of Yakima - Standard Detail THROUGH JOINTS ON EACH SIDE OF AND AROUND EACH UTILITY APPURTENANCE. FOR HANDICAP RAMP SIZE AND POSITION, SEE APPLICABLE STANDARD DETAILS. SIDEWALK JOINTING SEE PLANS S = 0.02 ft/ft y. 0.5' CEMENT CONCRETE COMPACTED SUBGRADE 0.17' MIN. CSTC (COMPACTED DEPTH) COLD JOINT 6" SIDEWALK SECTION SEE PLANS COLD JOINT S = 0.02 ft/ft IISTrIM6.21"."M".57112e11=1111111111.1111131IMIngaliglaniarlop 1.111 0.33' CEMENT CONCRETE COMPACTED SUBGRADE 0.17' MIN. CSTC (COMPACTED DEPTH) 4" STANDARD SECTION NOTES 1. THROUGH JOINTS WITH 3/8" JOINT MATERIAL SHALL BE PLACED AT 20' INTERVALS OR MATCH EXISTING CURB JOINTS. 2. 1 1/2" DEEP DUMMY JOINTS SHALL BE SCORED INTO THE CONCRETE AT ALTERNATING 10' INTERVALS. 3. "V" GROOVES SHALL BE PLACED AT 5' INTERVALS. 4. ALL JOINTS, "V" GROOVES, AND EDGES SHALL BE FINISHED WITH AN EDGER HAVING A 1/4" RADIUS. 5. SEE PLANS FOR WIDTH AND POSITION OF SIDEWALK. 6. WSDOT CLASS 3000 CONCRETE WITH COARSE AGGREGATE GRADING NO. 5. City Of Yakima City of Yakima - Standard Detail Engineering Division 129 North Second Street Yakima, Washington CEMENT CONCRETE SIDEWALK R5 NOT TO SCALE Revision 03-2011 fe, ) L13 (/ /'/ .9 012 -.e_ Z� 0 00 z2 2m 00 )§ \� 0 k CEMENT CONCRETE PEDESTRIAN CURB CEMENT CONCRETE CURBS STANDARD PLAN F-10.12-03 / - SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION k g u | zk §) §co § kre �0 0 1130011 _.. __ zk 2v 0U. w )§ <0 0 0 DRAWN BY: FERN LIDDELL LANDING - GRADE BREAK - SEE CONTRACT PLANS - 4'-0"MIN CEMENT CONCRETE _ SIDEWALK - SEE NOTE 5 FLARE (TYP.) 3/8" EXPANSION JOINT (TYP.)- SEE -, STANDARD PLAN F-30.10 GRADE BREAK CURB RAMP WIDTH 4' - 0" MIN. LANDING TO MATCH CURB RAMP WIDTH - SEE CONTRACT PLANS - GRADE BREAK SEE CONTRACT PLANS - 4'-0"MIN. LANDING CURB RAMP CEMENT CONCRETE _ SIDEWALK - SEE NOTE 5 PROVIDE SMOOTH TRANSITION TO SIDEWALK WIDTH / (TVP.) r- CURB RAMP - GRADE BREAK CURB, OR CURB AND GUTTER - -, SEE NOTE 4 FACE OF CURB - MEASURED PARALLEL 1 TO CURB (TYP ) SLOPE TREATMENT - SEE STANDARD PLAN F-30.10 1 CROSSWALK SEE CONTRACT PLANS - 4'-0"MIN 3/8" EXPANSION JOINT (TYP.) - SEE -� STANDARD PLAN F-30.10 TRANSITION TO SIDEWALK BUFFER, IF PRESENT, OR TO BACK OF CURB (TYP.) - SEE CONTRACT PLANS ,,, - DETECTABLE WARNING SURFACE - SEE STANDARD PLAN F-45.10 DEPRESSED CURB AND GUTTER - SEE NOTE 4 PLAN VIEW TYPE PERPENDICULAR A 7,\ L 4' - 0" MIN SEE CONTRACT PLANS * CURB RAMP WIDTH 4' - 0" MIN. - LANDING TO MATCH CURB RAMP 1 / WIDTH - SEE CONTRACT PLANS 1 j IJh GRADE BREAK a I - / * CURB, OR CURB AND GUTTER - SEE NOTE 4 FACE OF CURB J CONTRACTION JOINT (TVP) - SEE STANDARD PLAN F-30.10 FOR CURB RAMP LENGTHS GREATER THAN 8' - 0" PROVIDE CONTRACTION JOINT EQUALLY SPACED 4' - 0" MIN. OC. DETECTABLE WARNING SURFACE - SEE STANDARD PLAN F-45.10 15' - 0" MAX. (TYP.) SEE NOTE 7 GRADE BREAK * * CROSSWALK L MIN. _ SEE CONTRACT PLANS - 4' - 0" MW. BUFFER WIDTH - MATCH - TO CURB RAMP DEPTH (TYP ) -- '\ CEMENT CONCRETE ` PEDESTRIAN CURB - SEE NOTE 4 DETECTABLE WARNING SURFACE - SEE STANDARD PLAN F-45.10 DEPRESSED CURB AND GUTTER PLAN VIEW TYPE PERPENDICULAR B (SHOWN WITH BUFFER) - GRADE BREAK - COUNTER SLOPE - 5.0% MAX. LANDING - CEMENT CONCRETE PEDESTRIAN CURB - SEE NOTE 4 DETECTABLE WARNING SURFACE - SEE STANDARD PLAN F-45.10 CURB RAMP SECTION TOP OF ROADWAY __ DEPRESSED CURB AND GUTTER - SEE STANDARD PLAN F-10.12 CEMENT CONCRETE CURB RAMP "TYPE PERPENDICULAR "A" PAY LIMIT - SEE NOTE 6 3" R. TYP DEPRESSED CURB AND GUTTER - - SEE NOTE 4 CEMENT CONCRETE CURB AND GUTTER - SEE NOTE 4 CURB RADIUS DETAIL O ISOMETRIC VIEW TYPE PERPENDICULAR A PAY LIMIT CEMENT CONCRETE CURB RAMP "TYPE PERPENDICULAR "B" PAY LIMIT - SEE NOTE 6 - NOTES 1. At marked crosswalks, the connection between the curb ramp and the road- way must be contained within the width of the crosswalk markings. 2. Where "GRADE BREAK" is called out, the entire length of the grade break between the two adjacent surface planes shall be flush. 3. Do not place Gratings, Junction Boxes, Access Covers, or other appurten- ances on any part of the Curb Ramp or Landing, or in front of the Curb Ramp where it connects to the roadway. 4. See Contract Plans for the curb design specified. See Standard Plan F-10.12 for Curb, Curb and Gutter, Depressed Curb and Gutter, and Pedestrian Curb details. 5. See Standard Plan F-30.10 for Cement Concrete Sidewalk Details. See Contract Plans for width and placement of sidewalk. 6. The Bid Item "Cement Concrete Curb Ramp Type " does not Include the adjacent Curb, Curb and Gutter, Depressed Curb and Gutter, Pedestrian Curb, or Sidewalks. 7. The Curb Ramp length is not required to exceed 15 feet (unless shown otherwise in the Contract Plans). When applying the 15 -foot max. length, the running slope of the Curb Ramp is allowed to exceed 8.3%. Use a single constant slope from bottom of ramp to top of ramp to match into the landing over a horizontal distance of 15 feet. Do not include the abutting landing in the 15 -foot max. measurement. 8. Curb Ramps and Landings shall receive a broom finish. See Standard Specifications 8-14. 9. Pedestrian Curb may be omitted if the ground surface at the back of the Curb Ramp and/or Landing will be at the same elevation as the Curb Ramp or Landing and there will not be material to retain. LEGEND * * * * * SLOPE IN EITHER DIRECTION 1.5 OR FLATTER RECOMMENDED FOR DESIGN/FORMWORK (2% MAX.) 7.5% OR FLATTER RECOMMENDED FOR DESIGN/FORMWORK (8.3% MAX.) 9.5% OR FLATTER RECOMMENDED FOR DESIGN/FORMWORK (10% MAX.) ISOMETRIC VIEW TYPE PERPENDICULAR B PAY LIMIT PERPENDICULAR CURB RAMP STANDARD PLAN F-40.15-03 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION STATE DESIGN ENGINEER Washington Slur. Department of Transportation DRAWN BY: FERN LIDDELL A A E_ C\ D TRUNCATED DOME TRUNCATED DOME SPACING ' SECTION SEE NOTE 3 \ SEE STANDARD SPECIFICATIONS FOR COLOR OF SURFACE WALKWAY CURB RAMP - MIN. MAX. A 1.60" 2.40" B 0 65' c 0.45" 0.90" D 1.40" E 0 2" TRUNCATED DOME DETAILS W r7 LANDING m OFFSET SEE NOTE 8 / WIDTH OF J WALKWAY DETECTABLE WARNING ` - SURFACE (DWS) - SEE NOTE 4 BACK OF CURB SINGLE DIRECTION CURB RAMP (GRADE BREAK BETWEEN CURB AND LANDING s 5 FT. FROM BACK OF CURB) (SEE NOTE 6) CURB RAMP -� WALKWAY - I> 6 m LANDING DIRECTION OF TRAVEL WIDTH OF WALKWAY CURB RAMP, LANDING, CUT- THROUGH OR WALKWAY DETECTABLE WARNING SURFACE (DWS) - SEE NOTE 3 BACK OF CURB - SEE NOTE 2 CURB AND GUTTER -/ LANDING - WALKWAY -\ 1 2'-0"MIN. - TVP OF ALL APPLICATIONS MATCH TO WIDTH OF CURB RAMP, LANDING, CUT -THROUGH OR WALKWAY DETECTABLE WARNING SURFACE DETAIL - WALKWAY < l CURB RAMP \ DETECTABLE WARNING _ SURFACE (DWS) - SEE NOTE 3 BACK OF CURB - 1 SEE NOTE 2 BACK OF CURB - _ SEE NOTE 2 SINGLE DIRECTION CURB RAMP (GRADE BREAK BETWEEN CURB AND LANDING > 5 FT. FROM BACK OF CURB) (SEE NOTE 6) CURB RAMP WALKWAY LANDING CURB RAMP 1 \I DETECTABLE WARNING SURFACE(DWS)- SEE NOTE 3 WIDTH OF CURB RAMP PERPENDICULAR CURB RAMP (SEE NOTE 6) DETECTABLE WARNING SURFACE (DWS) - SEE NOTES 4 8 7 WALKWAY BACK OF CURB - _ SEE NOTE 2 WIDTH OF LANDING PARALLEL CURB RAMP (SEE NOTE 6) _ DETECTABLE WARNING SURFACE (DWS) - SEE NOTE 3 WIDTH OF CURB RAMP, LANDING, OR WALKWAY co I I ISI I I _I I,I,I,I_,II I 1 1 If��-I--I- 1 I NS CO RAIL - WIDTH OF CUT - THROUGH (TYP.) NOTES 1. The Detectable Warning Surface (DWS) shall extend the full width of the curb ramp, landing, or other roadway entrance as applicable. Exception: If the Manufacturer of the DWS requires a concrete border around the DWS, a variance of up to 2 inches on each side of the DWS is permitted 2. The Detectable Warning Surface (DWS) shall be placed at the back of curb, with the two leading corners of the DWS panel placed adjacent to the back of the curb, and with no more than a 2 inch gap between the DWS and the back of the curb measured at the center of the DWS panel. Exception: If the Manufacturer of the selected DWS requires a concrete border around the DWS, a variance of up to 2 inches from the back of the curb is permitted (measured at the leading corners of the DWS panel). 3. The rows of truncated domes shall be aligned to be perpendicular to the grade break at the back of curb. 4. The rows of truncated domes shall be aligned to be parallel to the direction of travel. 5. If curb and gutter are not present, such as a shared -use path connection, the Detectable Warning Surface shall be placed at the pavement edge. 6. See Standard Plans for sidewalk and curb ramp details. 7. If a curb ramp is required, the location of the Detectable Warning Surface must be at the bottom of the ramp and within the required distance from the rail. B. When the grade break between the curb ramp and the landing is less than or equal to 5 ft. from the back of curb at all points, place the Detectable Warning Surface on the bottom of the curb ramp directly above the grade break. DETECTABLE WARNING SURFACE (TYP.) - SEE NOTE 3 PATH OR WALKWAY PEDESTRIAN RAILROAD CROSSING .. DETECTABLE WARNING � SURFACE (TYP.) - SEE NOTE 3 BACK OF CURB - SEE NOTE 2 ISLAND CUT -THROUGH NIS WIDTH OF CUT -THROUGH (TYP.) BACK OF CURB - SEE NOTE 2 BACK OF CURB - SEE NOTE 2 MEDIAN CUT -THROUGH WIDTH OF SHARED - USE PATH OR WALKWAY (TYP.) WIDTH OF CUT -THROUGH (TYP.) ROUNDABOUT SPLITTER ISLAND DETECTABLE WARNING SURFACE (DWS)- - SEE NOTES 4 8 5 PAVEMENT EDGE 7 r-1 SHARED -USE - PATH OR WALKWAY SHOULDER PLACEMENT GUIDELINES SHARED -USE PATH CONNECTION DETECTABLE WARNING SURFACE STANDARD PLAN F-45.10-02 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION /11111k STATE DESIGN ENGINEER T WashInyr.. 5m1. D >.nm.ol or Tran.ponorimn i N E S BEGIN NEW CURB & GUTTER REPLACE RAMP REPLACE CONC. SIDEWALK ENGLEWOOD AVENUE REPLACE RAMP END NEW CURB & GUTTER i.• -d. CHERRY A VENUE 1 PAVEMENT REPAIR LIMITS AND AREA z 112.18' REPAIR SECTION 4 6" HMA PLACED IN 2 - 3" LIFTS 6" CRUSHED SURFACING BASE COURSE DATE REVISION BY City Of Yakima Engineering Division ' 29 Nein Second Stree', anima. Washinglnn 2017 Pavement Repair Project City of Yakima Project No. 2418 Project Eng: RKT Drawn By: RKT Chkd. By: BHS Drawing Scales Horizontal =1" = 20' Vertical = None 16th/Cherry Repair Plan 1 2 N W E S W. MEAD A VENUE S. 14THAVENUE 5' i PAVEMENT REPAIR LIMITS AND AREA EXACT BOUNDARY TO BE FIELD LOCATED REPAIR SECTION 6" HMA PLACED IN 2 - 3" LIFTS 6" CRUSHED SURFACING BASE COURSE DATE 1 REVISION BY City Of Yakima Engineering Division 29 north second street ` akime. Washington 2017 Pavement Repairs Pavement Repair City of Yakima Project No. 2418 Project Eng. RKT Drawn By: RKT Chkd. By: BHS Drawing Scales Horizontal =1" = 20' Vertical = None Mead Ave Repair Plan 2 2 I BID SUMMARY 2017 Pavement Repair Project 16th & Cherry and Mead Avenue CITY PROJECT NO. 2437 ENGINEERS ESTIMATE GRANITE CONSTRUCTION CO. Yakima, WA COLUMBIA ASPHALT AND GRAVEL Yakima, WA ITEM BID SECURITY NO. ITEM QTY UNIT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT 1 MOBILIZATION 1 LS $3,500.00 $3,500.00 $5,000.00 $5,000.00 $5,100.00 $5,100.00 2 PROJECT TEMPORARY TRAFFIC CONTROL 1 LS $3,000.00 $3.000.00 $4,100.00 54,100.00 $13,800.00 $13,800.00 3 SAWCUT PAVEMENT 125 LF $3.00 5375.00 $8.00 51,000.00 $2.50 $312.50 4 REMOVING CEMENT CONC. SIDEWALK 66 SY $150.00 $9,900.00 535.00 52,310.00 530.00 $1,980.00 5 REMOVING CEMENT CONC. CURB 122 LF $10.00 $1,220.00 $20.00 52,440.00 $8.00 5976.00 6 REMOVING ASPHALT CONC. PAVEMENT 102 SY $30.00 $3,060.00 $35.00 53,570.00 $30.00 $3,060.00 7 CRUSHED SURFACING BASE COURSE 33 TON $70.00 $2,310.00 $80.00 $2,640.00 $88.00 $2,904.00 8 HMA CL. % IN. PG 64-28 37 TON $170.00 $6,290.00 5250.00 59,250.00 $300.00 $11,100.00 9 CEMENT CONC. TRAFFIC CURB AND GUTTER 123 LF $25.00 , $3,075.00 530.00 53,690.00 $32.00 53,936.00 10 CEMENT CONCRETE SIDEWALK - 4 INCH THICK 71 SY $50.00 $3,550.00 546.00 53,266.00 $64.00 $4,544.00 11 CEMENT CONCRETE SIDEWALK -6INCH THICK 17 SY $60.00 $1,020.00 556.00 $952.00 $80.00 $1,360.00 12 CEMENT CONC. CURB RAMP TYPE PERPENDICULAR A 2 EA $1,600.00 53,200.00 51,300.00 52,600.00 $1,000.00 $2,000.00 13 REPAIR OR REPLACEMENT 1 EST $1,000.00 51,000.00 51,000.00 51,000.00 $1,000.00 $1,000.00 $ 41,500.00 $ 41,818.00 S 52,072.50 CITY ENGINEERS REPORT COMPETITIVE QUOTES WERE OPENED ON 5/31/2017 1 ,, CITY OF YAKIMA ALL BIDS HAVE BEEN REVIEWED BY THIS OFFICE. -. 1 I RECOMMEND THE CONTRACT BE AWARDED TO: .. 2017 Pavement Repair Project y . :� `:' 16th Avenue & Cherry and Mead Avenue Granite Construction Co. NIMIlirAWARD MADE BY CITY MANAGER PROJECT NO. 2437 .# A'-'1 •N A%,,, (� DATE: 61112017CITY ENGINE\@RO DATE DATE CITY M R FILE: 2017 Pavement Repa s BID SJM MARY SHEET 1 OF 1