Loading...
HomeMy WebLinkAboutReclaim Co. - Rebid Pond Maintenance Project - Randall ParkCity of Yakima REBID POND MAINTENANCE PROJECT Randall Park City Project No. 2384 Construction Contract Specifications & Bid Documents May 2017 REBID POND MAINTENANCE PROJECT- RANDALL PARK 1 MI I MI M I I I I IIIIIII I NM I N 1 1 MI I NM N BID SUMMARY REBID POND MAINTENANCE PROJECT RANDALL PARK CITY PROJECT NO. 2384 ENGINEERS' ESTIMATE Reclaim Company Yakima, WA Thayer Excavating LLC Ellensburg, WA TTC Construction, Inc. Yakima, WA NOVA Contracting, Inc. Olympia, WA ITEM Ma BD SECURITY QTY nal LNr LNT PRICE AMOUNT UNIT PRCE Maw' UNIT PRICE AMOUNT LNr PNCE AMOLM INT PRICE AMOUNT 1 MOBILIZATION 1 LS 024,750.00 $ 24,750 00 0 23 000 00 S 23 000 00 $ 22 917 78 $ 22,917 76 $ 27,500 00 27,500.00 $ 38 000.00 5 38 000 00 2 CLEARING, GRUBBING AND ROADSIDE CLEANUP 0.6 ACRE 515.400.00 $ 9 240 00 0 3 333 33 b 5 000 00 $ 20,186 86 $ 12.100,00 $ 56,000 00 ,.$ $ 33,600 00 '3' 21 000.00 $ 12,600 00 3 COMMON BORROW INCL HAUL 150 CY 523.65 $ 3 547 50 • 15 00 3 2 250'000 $ 25.00 $ 3,750,00 $ 38 00 $ 5,700 00 $ 30 00 $ 4 500 00 4 EMBANKMENT COMPACTION 150 CY 55 78 $ 867 00 '{. 5 00 150 00 0 6 13 $ 919 50 $ 8 50 $ 1.275.00 $ 10 00 $ 1 500 00 5 POND EXCAVATION TO 1113 50 4,000 CY 529 77 $ 119 080 00 0 95 06 3 140 240'00 $ 24 70 $ 98 800-00 $ 35 50 $ 142,000.00 $ 54 00 $ 216,000 00 6 HIGH VISIBILITY FENCE 850 LF $4 40 $ 3 740 00 0 3 ]C 2 550 00 $ 4 00 $ 3,400.00 $ 5 00 $ 4 250 00 6 2-00 $ 1 700 00 7 STREET CLEANING 20 HR 5187 00 $ 3,740.00 5 175 00 ., J 500 00 $ 150 00 $ 3 000 00 $ 180 00 $ 3 600.00 $ 120 00 $ 2 400 00 8 STABILIZED CONSTRUCTION ENTRANCE 1 EACH $5,525,00 $ 5 525 00 $ 1 500 00 8 1 500 00 $ 4 780.00 $ 4,780 00 $ 10.000 00 $ 10000.00 $ 3.200 00 $ 3,200 00 9 TEMPORARY BYPASS AND DRAINAGE 1 LS 322.550.00 $ 22,550.00' 5 15.000 00 0 15 000 00 $ 30,000.00 $ 30 000.00 $ 44,500.00 $ 44 500 00 $ 42 000 00 $ 42 000 00 10 ESC LEAD 20 DAY 5440.00 $ 8 500 50 3 250 50 5 5 205 00 $ 180 00 $ 3,600 00 $ 800 00 $ 16.000 00 $ 100-00. $ 2.000 00 11 SILT FENCE 200 LF $5.50 $ 1 100 00 5 5 00 8 1 000 00 $ 5 00. $ 1 000.00. 5 5.00 5 1 000 00 $ 200 $ 400 00 12 SEEDING AND MULCHING 2.600 SY $0.83 $ 2 324 00 $ 1 25 5 .3 500 00 0 60 3 1 680 00' $ 0 65- $ 1,820 00 $ 1 10 5 3,080 00 13 REPAIR IRRIGATION SYSTEM 1 FA $5,000 00 3 5 000 00 0 5 500 00 '0 5 000 00 ,$ $ 5 000 00 $ 5.000 00 $ 5,000 00- $ 5 000 00 $ 5.000.00 6 5 000 00 14 CONCRETE OUTLET STRUCTURE 1 LS 53.030.00 $ 3,030 00 0 . 700 00 3 7 700 00 $ 4 000.00 $ 4 000 00 $ 3.600 00 $ 3 600.00 $ 6 000 00 $ 6 000 00 15 PERMANENT SIGNING 1 EACH 5385.00 $ 38500 S 50000 3 30000 $ 25000 $ 250.00 $ 20000 $ 200.00 $ 20000 $ 200.00 16 REPAIR OR REPLACEMENT 1 EST 510.000 00 $ 10,000 00 E ! 0 0053 00 0 10 005 00 $ 10 000 00 $ 10 000 00 $ 10,000 00 $ 10 000 00 $ 10 000-00 $ 10 000 00 17 12" STREAMBED COBBLES 41 TON $68.75 $ 2,818-75 5 55 00 5 2 656 00 8 48 00 $ 1 886 00 $ 80 00 $ 3-28000 $ 160 00 $ 6 560 00 18 STREAMBED BOULDERS ONE MAN 17 5 TON $71 50 $ 1 251 25 5 55 00 0 1 , 27 50 $ 60 00 $ 1 050 00 $ 90 00 $ 1 575.00 $ 200 00 $ 3.500.00 19 PVC PIPE FOR WATER MAIN 8 IN. DIAM 60 LF $57 75 $ 3 485 00 S 35 00 0 7 100 00 $ 25 00 $ 1 500 00 $ 70 00 $ 4,200 00 $ 120 00 $ 7 200.00 20 GATE VALVE 8 IN DIAM 1 EACH 31.650.00 $ 1,650 00 3 30C 00 E 1 500 00 0 1 500 00 $ 1 500.00 6 1 500 00 $ 1 500 00- $ 2,000 00 $ 2 000.00 SUBTOTAL BASE BID $ 232.863 50 S 233 552 50 $ 211 133 26 $ 320 600 00 $ 367 840 00 STATE SALES TAX 8.2% $ 19,094 81 5 19 175 18 $ 17 312.93 $ 26 28920 6 30,162.88 TOTAL BASE BID S 251,958.31 $ 253.071.68 $ 228,446.18 S 346,889.20 S 398,002.88 OTAL BASE BID + ADDITIVE'1:+'ADDITIVE:2`' _,-SELEFIED I Oit'CONSTR _UCTFOIY CITY ENGINEERS REPORT ,,� ,,��,,��,,, ALL BIDS HAVE EEEVREVIEVLEDBYTHS OFRCE �.,: IRECaVTvE'D1-ECONRACTBEAWARDEDTO CITY OF-YAKIMA , 1 Z, REBID POND MAINTINANCE PROJECT � RECLAIM COMPANY — RANDALL PARK �� I AWAIDMADE SYCITY MANAGER =� t PROJECT NO 2384 L7 i \..-1 ,- --LKm. 0 ,-' -'I - l -i �i. Cr/ �i �wq c/ -i DATE 5126/L1Y17 DATE CTYE1' 'EER DATE aTY R l FILE: 1 SHEET 1 OF 2J SHEET 2 OF 2 INN NIII NEN INN INN 11= INN NM MIN INN MIN INII NE IMO OM NEI INN BID SUMMARY REBID POND MAINTENANCE PROJECT RANDALL PARK CITY PROJECT NO. 2384 ENGINEERS' ESTIMATE Reclaim: Company Yakima. 14,fi, Thayer Excavating LLC Ellensburg, WA TTC Construction, Inc. Yakima, WA NOVA Contracting, Inc. Olympia, WA rrEM BD SECURITY CRY ND. ITEM LNT LNTPRICE ANOINT LINT PRICE 49451. " INT PRICE AMOUNT INT PRICE AMOUNT INT PRICE AMOUNT ADDITIVE 1 21 2-03 POND EXCAVATION TO 1112 50 1700 CY $ 29 77 $ 50 609 00 10 _ - 2U:0 L, $ 24 70 $ 41 990 00 $ 22 50 $ 38 250 00 -$ 46 00 $ 78 200 00 SUBTOTAL BID ADDITIVE 1 $ 50 609 00 . " 002 01 $ 41 990 00 $ 38 STATE SALES TAX 8 2% $ 4 149 94 [ $ 3 443 18 250 00 $ 3 $ 78 200 00 TOTAL BID ADDITIVE 1 $ 54,758.94 0 20.435.40 S 45.433.18 386 50 5 41,366.50 $ 6 612 40 S 84.612.40 ADDITIVE 2 22 2-03 POND EXCAVATION TO 1111 00 2300 CY $ 29 77 $ 68 471 00 4 11. W - -.. h;, 0r, 8 24 70 $ 56 810 00 $ 22 50 51 750 $ 00 $ 46 00 $ 105 800 00 SUBTOTAL BID ADDITIVE 2 $ 68 471 00 @ 36 cub UC $ 56 810 00 51 750 STATE SALES TAX 8 2% $ 5 614.62 _ : I'.' I 5 $ 4 658 42 $ 00 $ 4243 $ 105 800 00 TOTAL BID ADDITIVE 2 S 74,086.62 35,817 67, $ 61,468.42 50 $ 55,993.50 $ 8 675 60 5 114,475.60 TOTAL BASE BID $ 251,958.31 0 202.070 6I $ 228,446.18 $ 346,889.20 TOTAL BASE BID + ADDITIVE 1 - ''ADDrjIVE'2 $ 306,717.25 £ 282.502.08 $ 273,879.36 $ 388.275.70 S 398,002.88 TOTAL BASE BID 4,'ADORRVE:9 $ 380,802.87 '$.. 52$,3'78.b�: $ 335,347.78 $ 404,269.20 $ 482,615.28 $ 597.090.88 TOTAL: £ 322.315.6E `TOTAL=:BASE-610'+;ADDITiVi 14.ADD_ ITIVE-2 CED FOR CON57RUCi1ON Y,1�t CITY OF YAKIMA ria POND 11114tnrrFVANcE PROJECT RANDALL PARK PROJECT NO. 2384 DATE' 52612017 FILE: 11p9s18dsun , mirs SHEET 2 OF 2 INN NIII NEN INN INN 11= INN NM MIN INN MIN INII NE IMO OM NEI INN Wastewater Division ADDENDUM NO. 1 2220 E. Viola Yakima, WA98901 TO THE BID DOCUMENTS & SPECIFICAITONS FOR THE CITY OF YAKIMA, WA for RANDALL PARK MAINTENANCE DESIGN CITY OF YAKIMA JOB NO. 2384 TO THE ATTENTION OF ALL BIDDERS AND PLAN HOLDERS: The Bid and Contract Documents shall be modified as follows: ITEM I. Bid Opening The Bid Opening has been rescheduled to Friday, May 26th at 2:OOpm. ITEM 2. Bid Item 13, Repair Irrigation System The amount for the force account bid item 13, "Repair Irrigation System" shall be $5,000 for all bidders. Any other amount used for this bid item will not be accepted. Submitted bids not reflecting the $5,000 amount will be corrected and total bid amount will be adjusted. An updated Item Bid Proposal Form is included. This ADDENDUM is to be considered as much a part of the contract provisions as if it were included in the body of the Plans and Specifications. All Bidders shall acknowledge receipt of the ADDENDUM on the proposal form prior to bid opening. APPROVED: S -73-i"1 Brett H. Shell d, P.E. Date City Engineer ADDENDUM NO. 1 ITEM PROPOSAL BID SHEET Rebid Pond Maintenance Project Randall Park City Project No. 2384 ITEM NO. ITEM DESCRIPTION QTY UNITS UNIT PRICE ITEM TOTAL 1 MOBILIZATION 1 L.S. 2 CLEARING, GRUBBING, AND ROADSIDE CLEANUP 0.6 ACRE 3 COMMON BORROW, INCL. HAUL 150 C.Y. 4 EMBANKMENT COMPACTION 150 C.Y. 5 POND EXCAVATION TO 1113.50 4,000 C.Y. 6 HIGH VISIBILITY FENCE 850 LF 7 STREET CLEANING 20 HR 8 STABILIZED CONSTRUCTION ENTRANCE 1 EACH 9 TEMPORARY BYPASS AND DRAINAGE 1 L.S. 10 ESC LEAD 20 DAY 11 SILT FENCE 200 L.F. 12 SEEDING AND MULCHING 2,800 S.Y. 13 REPAIR IRRIGATION SYSTEM 1 F.A. $5,000 $5,000 14 CONCRETE OUTLET STRUCTURE 1 L.S. 15 PERMANENT SIGNING 1 EACH 16 REPAIR OR REPLACEMENT 1 EST $10,000 $10,000 17 12" STREAMBED COBBLES 41 TON 18 STREAMBED BOULDERS ONE MAN 17.5 TON 19 PVC PIPE FOR WATER MAIN 8 IN. DIAM. 60 L.F. 20 GATE VALVE, 8" DIAM. 1 EACH SUBTOTAL BASE BID: SALES TAX (8.2%) TOTAL BASE BID REBID POND MAINTENANCE PROJECT - RANDALL PARK ADDENDUM NO. 1 ITEM ITEM DESCRIPTION QTY UNITS UNIT PRICE ITEM TOTAL BID ADDITIVE 1 21 POND EXCAVATION TO 1112.50 1,700 C.Y. SUBTOTAL BID ADDITIVE 1 SALES TAX (8.2%) TOTAL BID ADDTIVE 1 BID ADDITIVE 2 22 POND EXCAVATION TO 1111.00 2,300 C.Y. SUBTOTAL BID ADDITIVE 2 SALES TAX (8.2%) TOTAL BID ADDITIVE 2 TOTAL BASE BID TOTAL BASE BID + ADDITIVE 1 TOTAL BASE BID +ADDITIVE 1 + ADDITIVE 2 TOTAL REBID POND MAINTENANCE PROJECT - RANDALL PARK ADDENDUM NO. 1 CONTENTS CITY OF YAKIMA REBID POND MAINTENANCE PROJECT Randall Park City Project No. 2384 SECTION PAGE CONTENTS 3 INVITATION TO BID 5 STANDARD SPECIFICATIONS 7 AMENDMENTS TO THE STANDARD SPECIFICATIONS 7 CONTRACT PROVISIONS 25 SPECIAL PROVISIONS 25 INTRODUCTION TO THE SPECIAL PROVISIONS 25 DESCRIPTION OF WORK 27 1-01 DEFINITIONS 27 1-02 BID PROCEDURES AND CONDITIONS 29 1-03 AWARD AND EXECUTION OF CONTRACT 34 1-04 SCOPE OF WORK 37 1-05 CONTROL OF WORK 37 1-06 CONTROL OF MATERIAL 41 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 42 1-08 PROSECUTION AND PROGRESS 49 1-09 MEASUREMENT AND PAYMENT 52 1-10 TEMPORARY TRAFFIC CONTROL 54 2-01 CLEARING, GRUBBING AND ROADSIDE CLEANUP 55 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 55 2-03 ROADWAY EXCAVATION AND EMBANKMENT 57 2-07 WATERING 58 4-04 BALLAST AND CRUSHED SURFACING 58 ;5-04 HOT MIX ASPHALT 59 6-02 CONCRETE STRUCTURES 63 7-04 STORM SEWERS 63 7-12 VALVES FOR WATER MAINS 63 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL 64 8-02 ROADSIDE RESTORATION 65 8-03 IRRIGATION SYSTEMS 65 REBID POND MAINTENANCE PROJECT - RANDALL PARK 3 8-15 RIPRAP 66 8-21 PERMANENT SIGNING 66 8-30 REPAIR OR REPLACEMENT (New Section) 66 9-05 DRAINAGE STRUCTURES, CULVERTS AND CONDUITS 67 STANDARD PLANS 68 CONTRACT 77 PERFORMANCE BOND 79 SAMPLE CERTIFICATION OF INSURANCE 81 SAMPLE ADDITIONAL INSURED ENDORSEMENT 83 MINIMUM WAGE AFFIDAVIT 87 PREVAILING WAGE RATES 89 PROPOSAL 121 PROPOSAL FORM 121 ITEM PROPOSAL BID SHEET 123 BID BOND FORM 127 PROPOSAL SIGNATURE SHEET 129 COMPLIANCE WITH IMMIGRATION AND NATURALIZATION ACT 131 NON -COLLUSION DECLARATION 133 NON-DISCRIMINATION PROVISION 135 WOMEN AND MINORITY BUSINESS ENTERPRISE POLICY 137 COUNCIL RESOLUTION 139 AFFIRMATIVE ACTION PLAN 141 BIDDER CERTIFICATION 143 SUBCONTRACTOR CERTIFICATION 145 MATERIALLY AND RESPONSIVENESS 147 BIDDER'S CHECK LIST 149 PLANS AND DETAILS 151 CONSTRUCTION PLANS 151 REBID POND MAINTENANCE PROJECT - RANDALL PARK 4 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 INVITATION TO BID NOTICE IS HEREBY GIVEN that sealed bids will be received by the City Clerk of the City of Yakima, 129 North 2nd Street, Yakima, Washington, 98901 until 11:00 am on May 26, 2017 and will then and there be opened and publicly read for the construction of CITY OF YAKIMA Rebid Pond Maintenance Project Randall Park City Project No. 2384 This project provides for renovation of the existing Randall Park Pond. Work includes excavation, installing a drain and overflow, surfacing, and other work all to be constructed in accordance with the plans and specifications as prepared by AHBL, Inc for the City of Yakima. All bid proposals shall be accompanied by a bid proposal deposit in cash, certified check, cashier's check or surety bond in an amount equal to five percent (5%) of the amount of such bid proposal. Should the successful bidder fail to enter into such contract and furnish satisfactory performance bond within the time stated in the specifications, the bid proposal deposit shall be forfeited to the City of Yakima. Complete digital project Bidding Documents are available at www.questcdn.com. You may download the digital plan documents for $20.00 by inputting Quest project #5127651 on the website's Project Search page. Please contact QuestCDN.com at 952-233-1632 or info©questcdn.com for assistance in free membership registration, downloading, and working with this digital project information. An optional paper set of project plans and specifications may be obtained at the Office of the City Engineer located at 129 North 2nd Street (509-575-6111), upon payment in the amount of $50.00 for each set, non-refundable. Project questions should be directed to Dana Kallevig at 509-249-6813. Informational copies of maps, plans, and specifications are on file for inspection in the Office of the City Engineer of Yakima in Yakima, Washington. The City of Yakima in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d to 2000-4 and Title 49, Code of Federal Regulations, Department of Transportation, subtitle A, Office of the Secretary, Part 21, nondiscrimination in federally assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color or national origin in consideration for an award. The City reserves the right to reject any or all bids and proposals. DATED this 12th day of May, 2017 PUBLISH: May 12, 2017 May 19, 2017 REBID POND MAINTENANCE PROJECT - RANDALL PARK 5 REBID POND MAINTENANCE PROJECT - RANDALL PARK 6 STANDARD SPECIFICATIONS INTRO.AP1 1 INTRODUCTION ' The following Amendments and Special Provisions shall be used in conjunction with the 2016 Standard Specifications for Road, Bridge, and Municipal Construction. AMENDMENTS TO THE STANDARD SPECIFICATIONS 1 The following Amendments to the Standard Specifications are made a part of this contract and supersede any conflicting provisions of the Standard Specifications. For informational ' purposes, the date following each Amendment title indicates the implementation date of the Amendment or the latest date of revision. ' Each Amendment contains all current revisions to the applicable section of the Standard Specifications and may include references which do not apply to this particular project. 1-01.AP1 Section 1-01, Definitions and Terms August 1, 2016 ' 1-01.3 Definitions The following new term and definition is inserted after the eighth paragraph: Cold Weather Protection Period — A period of time 7 days from the day of concrete placement or the duration of the cure period, whichever is longer. 1 1-02.AP1 1 Section 1-02, Bid Procedures and Conditions April 4, 2016 1-02.4(1) General The first sentence of the last paragraph is revised to read: Any prospective Bidder desiring an explanation or interpretation of the Bid Documents, U shall request the explanation or interpretation in writing by close of business on the Thursday preceding the bid opening to allow a written reply to reach all prospective Bidders before the submission of their Bids. 1 1-02.9 Delivery of Proposal The last sentence of the third paragraph is revised to read: The Contracting Agency will not open or consider any Proposal when the Proposal or Bid deposit is received after the time specified for receipt of Proposals or received in a location ' other than that specified for receipt of Proposals unless an emergency or unanticipated event interrupts normal work processes of the Contracting Agency so that Proposals cannot be received. The following new paragraph is inserted before the last paragraph: REBID POND MAINTENANCE PROJECT - RANDALL PARK 7 If an emergency or unanticipated event interrupts normal work processes of the Contracting Agency so that Proposals cannot be received at the office designated for receipt of bids as specified in Section 1-02.12 the time specified for receipt of the Proposal will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which the normal work processes of the Contracting Agency resume. 1-02.12 Public Opening of Proposals This section is supplemented with the following new paragraph: If an emergency or unanticipated event interrupts normal work processes of the Contracting Agency so that Proposals cannot be opened at the time indicated in the call for Bids the time specified for opening of Proposals will be deemed to be extended to the same time of day on the first work day on which the normal work processes of the Contracting Agency resume. 1-04.AP1 Section 1-04, Scope of the Work January 3, 2017 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda The following new paragraph is inserted before the second to last paragraph: Whenever reference is made in these Specifications or the Special Provisions to codes, rules, specifications, and standards, the reference shall be construed to mean the code, rule, specification, or standard that is in effect on the Bid advertisement date, unless otherwise stated or as required by law. 1-04.3 Reference Information This section is supplemented with the following new sentence: If a document that is provided as reference information contains material also included as a part of the Contract, that portion of the document shall be considered a part of the Contract and not as Reference Information. 1-06.AP1 Section 1-06, Control of Material January 4, 2016 This section is supplemented with the following new section and subsections: 1-06.6 Recycled Materials The Contractor shall make their best effort to utilize recycled materials in the construction of the project; the use of recycled concrete aggregate as specified in Section 1-06.6(1)A is a requirement of the Contract. The Contractor shall submit a Recycled Material Utilization Plan as a Type 1 Working Drawing within 30 calendar days after the Contract is executed. The plan shall provide the Contractor's anticipated usage of recycled materials for meeting the requirements of these Specifications. The quantity of recycled materials will be provided in tons and as a percentage of the Plan quantity for each material listed in Section 9-03.21(1)E Table on Maximum Allowable Percent (By Weight) of Recycled Material. When a Contract does not REBID POND MAINTENANCE PROJECT - RANDALL PARK 8 1 ' include Work that requires the use of a material that is included in the requirements for using materials the Contractor may state in their plan that no recycled materials are proposed for use. 1 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 1 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 1-06.6(1) Recycling of Aggregate and Concrete Materials t 1-06.6(1)A General The minimum quantity of recycled concrete aggregate shall be 25 percent of the total quantity of aggregate that is incorporated into the Contract for those items listed in Section ' 9-03.21(1)E Table on Maximum Allowable Percent (By Weight) of Recycled Material that allow the use of recycled concrete aggregate. The percentage of recycled material incorporated into the project for meeting the required percentage will be calculated in tons 1 based on the quantity of recycled concrete used on the entire Contract and not as individual items. If the Contractor's total cost for Work with recycled concrete aggregate is greater than without the Contractor may choose to not use recycled concrete aggregate. When the Contractor does not meet the minimum requirement of 25 percent recycled concrete aggregate for the Contract due to costs or any other reason the following shall be 1 submitted: 1. A cost estimate for each material listed in Section 9-03.21(1)E that is utilized on 1 the Contract. The cost estimate shall include the following: a. The estimated costs for the Work for each material with 25 percent recycled concrete aggregate. The cost estimate shall include for each material a copy of the price quote from the supplier with the lowest total cost for the Work. 1 b. The estimated costs for the Work for each material without recycled concrete aggregate. The Contractor's cost estimates shall be submitted as an attachment to the Recycled 1 Materials Reporting form. 1-07.AP1 1 Section 1-07, Legal Relations and Responsibilities to the Public January 3, 2017 t1-07.1 Laws to be Observed In the second to last sentence of the third paragraph, "WSDOT" is revised to read "Contracting ' Agency". 1-07.2(2) State Sales Tax: WAC 458-20-170 — Retail Sales Tax The last three sentences of the first paragraph are deleted and replaced with the following new sentence: REBID POND MAINTENANCE PROJECT - RANDALL PARK 9 The Contractor (Prime or Subcontractor) shall include sales or use tax on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project, in the unit bid prices. 1-07.3(1) Forest Fire Prevention This section is supplemented with the following new subsections: 1-07.3(1)A Fire Prevention Control and Countermeasures Plan The Contractor shall prepare and implement a project -specific fire prevention, control, and countermeasures plan (FPCC Plan) for the duration of the project. The Contractor shall submit a Type 2 Working Drawing no later than the date of the preconstruction conference. 1-07.3(1)A1 FPCC Plan Implementation Requirements The Contractor's FPCC Plan shall be fully implemented at all times. The Contractor shall update the FPCC Plan throughout project construction so that the plan reflects actual site conditions and practices. The Contractor shall update the FPCC Plan at least annually and maintain a copy of the updated FPCC Plan that is available for inspection on the project site. Revisions to the FPCC Plan and the Industrial Fire Precaution Level (IFPL) shall be discussed at the weekly project safety meetings. 1-07.3(1)A2 FPCC Plan Element Requirements The FPCC Plan shall include the following: 1. The names, titles, and contact information for the personnel responsible for implementing and updating the plan. 2. The names and telephone numbers of the Federal, State, and local agencies the Contractor shall notify in the event of a fire. 3. All potential fire causing activities such as welding, cutting of metal, blasting, fueling operations, etc. 4. The location of fire extinguishers, water, shovels, and other firefighting equipment. 5. The response procedures the Contractor shall follow in the event of a fire. Most of Washington State is covered under the IFPL system which, by law, is managed by the Department of Natural Resources (DNR). It is the Contractor's responsibility to be familiar with the DNR requirements and to verify whether or not IFPL applies to the specific project. If the Contractor wishes to continue a work activity that is prohibited under an industrial fire precaution level, the Contractor shall obtain a waiver from the DNR and provide a copy to the Engineer prior to continuation of work on the project. If the IFPL requirements prohibit the Contractor from performing Work the Contractor may be eligible for an unworkable day in accordance with Section 1-08.5. The Contractor shall comply with the requirements of these provisions at no additional cost to the Contracting Agency. REBID POND MAINTENANCE PROJECT - RANDALL PARK 10 1 ' 1-07.8 High -Visibility Apparel The last paragraph is revised to read: ' High -visibility garments shall be labeled as, and in a condition compliant with the ANSI/ISEA 107 (2004 or later version) and shall be used in accordance with manufacturer recommendations. 1-07.8(1) Traffic Control Personnel In this section, references to "ANSI/ISEA 107-2004" are revised to read "ANSI/ISEA 107". 1-07.8(2) Non -Traffic Control Personnel In this section, the reference to "ANSI/ISEA 107-2004" is revised to read "ANSI/ISEA 107". I 1-07.9(2) Posting Notices Items 1 and 2 are revised to read: I 1. EEOC - P/E-1 (revised 11/09, supplemented 09/15) — Equal Employment Opportunity IS THE LAW published by US Department of Labor. Post for projects with federal -aid funding. 2. FHWA 1022 (revised 05/15) — NOTICE Federal -Aid Project published by Federal Highway Administration (FHWA). Post for projects with federal -aid funding. 1 Items 5, 6 and 7 are revised to read: 5. WHD 1420 (revised 02/13) — Employee Rights and Responsibilities Under The I Family And Medical Leave Act published by US Department of Labor. Post on all projects. 6. WHD 1462 (revised 01/16) — Employee Polygraph Protection Act published by US Department of Labor. Post on all projects. 7. F416-081-909 (revised 09/15) — Job Safety and Health Law published by Washington State Department of Labor and Industries. Post on all projects. Items 9 and 10 are revised to read: 9. F700-074-909 (revised 06/13) — Your Rights as a Worker in Washington State by Washington State Department of Labor and Industries (L&I). Post on all projects. ' 10. EMS 9874 (revised 10/15) — Unemployment Benefits published by Washington State Employment Security Department. Post on all projects. 1 1-07.15(1) Spill Prevention, Control, and Countermeasures Plan The second sentence of the first paragraph is deleted. 1 The first sentence of the second paragraph is revised to read: ' The SPCC Plan shall address all fuels, petroleum products, hazardous materials, and other materials defined in Chapter 447 of the WSDOT Environmental Manual M 31-11. Item number four of the fourth paragraph (up until the colon) is revised to read: REBID POND MAINTENANCE PROJECT - RANDALL PARK 11 4. Potential Spill Sources — Describe each of the following for all potentially hazardous materials brought or generated on-site, including but not limited to materials used for equipment operation, refueling, maintenance, or cleaning: The first sentence of item 7e of the fourth paragraph is revised to read: BMP methods and locations where they are used to prevent discharges to ground or water during mixing and transfer of hazardous materials and fuel. The last paragraph is deleted. 1-08.AP1 Section 1-08, Prosecution and Progress January 3, 2017 1-08.1 Subcontracting The second sentence of the second to last paragraph is revised to read: Whenever the Contractor withholds payment to a Subcontractor for any reason including disputed amounts, the Contractor shall provide notice within 10 calendar days to the Subcontractor with a copy to the Contracting Agency identifying the reason for the withholding and a clear description of what the Subcontractor must do to have the withholding released. The fourth sentence of the second to last paragraph is revised to read: The Monthly Payment Summary shall include all Subcontractors that performed work that was paid on the progress estimate by the Contracting Agency. 1-08.1(1) Prompt Payment, Subcontract Completion and Return of Retainage Withheld In item number 5 of the first paragraph, "WSDOT" is revised to read "Contracting Agency". The last sentence in item number 11 of the first paragraph is revised to read: The Contractor may also require any documentation from the Subcontractor that is required by the subcontract or by the Contract between the Contractor and Contracting Agency or by law such as affidavits of wages paid, and material acceptance certifications to the extent that they relate to the Subcontractor's Work. Item number 12 of the first paragraph is revised to read: 12. If the Contractor fails to comply with the requirements of the Specification and the Subcontractor's retainage or retainage bond is wrongfully withheld, the Contractor will be subject to the actions described in No. 7 listed above. The Subcontractor may also seek recovery against the Contractor under applicable prompt pay statutes in addition to any other remedies provided for by the subcontract or by law. 1-08.5 Time for Completion In item 2c of the last paragraph, "Quarterly Reports" is revised to read "Monthly Reports". REBID POND MAINTENANCE PROJECT - RANDALL PARK 12 1-09.AP1 Section 1-09, Measurement and Payment April 4, 2016 1-09.6 Force Account The second sentence of item number 4 is revised to read: A "specialized service" is a work operation that is not typically done by worker classifications as defined by the Washington State Department of Labor and Industries and by the Davis Bacon Act, and therefore bills by invoice for work in road, bridge and municipal construction. 1-10.AP1 Section 1-10, Temporary Traffic Control January 3, 2017 1-10.1(2) Description The first paragraph is revised to read: The Contractor shall provide flaggers and all other personnel required for labor for traffic control activities that are not otherwise specified as being furnished by the Contracting Agency. In the third paragraph, "Project Engineer" is revised to read "Engineer". The following new paragraph is inserted after the third paragraph: The Contractor shall keep lanes, on -ramps, and off -ramps, open to traffic at all times except when Work requires closures. Ramps shall not be dosed on consecutive interchanges at the same time, unless approved by the Engineer. Lanes and ramps shall be closed for the minimum time required to complete the Work. When paving hot mix asphalt the Contractor may apply water to the pavement to shorten the time required before reopening to traffic. 1-10.3(2)C Lane Closure Setup/Takedown The following new paragraph is inserted before the last paragraph: Channelization devices shall not be moved by traffic control personnel across an open lane of traffic. If an existing setup or staging of traffic control devices require crossing an open lane of traffic, the traffic control devices shall be taken down completely and then set up in the new configuration. 2-03.AP2 Section 2-03, Roadway Excavation and Embankment August 1, 2016 2-03.3(7)C Contractor -Provided Disposal Site The second paragraph is revised to read: The Contractor shall acquire all permits and approvals required for the use of the disposal sites before any waste is hauled off the project. The Contractor shall submit a Type 1 Working Drawing consisting of copies of the permits and approvals for any disposal sites to REBID POND MAINTENANCE PROJECT - RANDALL PARK 13 be used. The cost of any such permits and approvals shall be included in the Bid prices for other Work. The third paragraph is deleted. 2-06.AP2 Section 2-06, Subgrade Preparation January 3, 2017 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 3-04.5 Payment In Table 1, the Contingent Unit Price Per Ton value for the item HMA Aggregate is revised to read "$15.00". 4-04.AP4 Section 4-04, Ballast and Crush Surfacing January 3, 2017 4-04.3(5) Shaping and Compaction The first sentence is revised to read: Immediately following spreading and final shaping, each layer of surfacing shall be compacted to at least 95 percent of maximum density determined by the requirements of Section 2-03.3(14)D before the next succeeding layer of surfacing or pavement is placed. 6-02.AP6 Section 6-02, Concrete Structures January 3, 2017 6-02.3(2) Proportioning Materials In the sixth paragraph, the reference to "Section 9-01.2(4)" is revised to read "9-01.2(1)B". 6-02.3(2)A Contractor Mix Design The following new sentence is inserted after the first sentence of the third paragraph: The mix design submittal shall also include test results no older than one year showing that the Aggregates do not contain Deleterious Substances in accordance with Section 9-03. 6-02.3(2)A1 Contractor Mix Design for Concrete Class 4000D The following new sentence is inserted after the second sentence of the last paragraph: REBID POND MAINTENANCE PROJECT - RANDALL PARK 14 Mix designs using shrinkage reducing admixture shall state the specific quantity required. The following new sentence is inserted before the last sentence of the last paragraph: Testing samples of mixes using shrinkage reducing admixture shall use the admixture amount specified in the mix design submittal. 6-02.3(2)B Commercial Concrete The last sentence of the first paragraph is revised to read: Commercial concrete does not require mix design or source approvals for cement, aggregate, and other admixtures. 6-02.3(6)A1 Hot Weather Protection This section is revised to read: The Contractor shall provide concrete within the specified temperature limits. Cooling of the coarse aggregate piles by sprinkling with water is permitted provided the moisture content is monitored and the mixing water is adjusted for the free water in the aggregate. Shading or cooling aggregate piles (sprinkling of fine aggregate piles with water is not allowed). If sprinkling of the coarse aggregates is to be used, the piles moisture content shall be monitored and the mixing water adjusted for the free water in the aggregate. In addition, when removing the coarse aggregate, it shall be removed from at least 1 foot above the bottom of the pile. Refrigerating mixing water; or replacing all or part of the mixing water with crushed ice, provided the ice is completely melted by placing time. If air temperature exceeds 90°F, the Contractor shall use water spray or other accepted methods to cool all concrete -contact surfaces to less than 90°F. These surfaces include forms, reinforcing steel, steel beam flanges, and any others that touch the mix. 6-02.3(6)A2 Cold Weather Protection This section is revised to read: Concrete shall be maintained at or above a temperature of 40°F during the first seven days of the Cold Weather Protection Period and at or above a temperature of 35°F during the remainder of the Cold Weather Protection Period. Cold weather protection requirements do not apply to concrete placed below the ground line. Prior to placing concrete in cold weather, the Contractor shall submit a Type 2 Working Drawing with a written procedure for cold weather concreting. The procedure shall detail how the Contractor will adequately cure the concrete and prevent the concrete temperature from falling below the minimum temperature. Extra protection shall be provided for areas especially vulnerable to freezing (such as exposed top surfaces, corners and edges, thin sections, and concrete placed into steel forms). Concrete placement will only be allowed if the Contractor's cold weather protection plan has been accepted by the Engineer. Prior to concrete placement, the Contractor shall review the 7 -day temperature predictions for the job site from the Western Region Headquarters of the National Weather Service (www.wrh.noaa.gov). When temperatures below 35°F are predicted, the Contractor shall: 1. Install temperature data loggers in each concrete pour. One data logger shall be installed for every 100 yards of concrete placed. Data loggers shall be installed at REBID POND MAINTENANCE PROJECT - RANDALL PARK 15 locations directed by the Engineer, and shall be placed 1.5 inches from the face of concrete. 2. Immediately after concrete placement, temperature data loggers shall be installed on the concrete surface at locations directed by the Engineer. One data logger shall be installed for every 100 yards of concrete placed. The data loggers shall be operated continuously during the Cold Weather Protection Period. Temperatures shall be measured, recorded and stored a minimum of every 30 minutes. Temperature date shall be submitted to the Engineer as a Type 1 Working Drawing within three days following the end of the Cold Weather Protection Period. If the concrete temperature falls below 40°F during the first seven days of the Cold Weather Protection Period, no curing time is awarded for that day and the Cold Weather Protection Period is extended for one additional day. If the concrete temperature falls below 35°F during Cold Weather Protection Period, the concrete may be rejected by the Engineer. 6-02.3(17)K Concrete Forms on Steel Spans In the last paragraph, "ASTM A325" is revised to read "ASTM F3125 Grade A325". 6-02.3(17)N Removal of Falsework and Forms The fifth paragraph is deleted. 6-02.3(25)J Horizontal Alignment The first paragraph (up until the colon) is revised to read: The Contractor shall check and record the horizontal alignment (sweep) of each girder at the following times: The second and third paragraphs are revised to read: Horizontal alignment of the top and bottom flanges shall be checked and recorded. Alternatively, the Contractor may check and record the horizontal alignment of the web near mid -height of the girder. Each check shall be made by measuring the maximum offset at mid -span relative to a chord that starts and stops at the girder ends. The Contractor shall check and record the alignment at a time when the girder is not influenced by temporary differences in surface temperature. Records for the initial check (item 1 above) shall be included in the Contractor's prestressed concrete certificate of compliance.. Records for all other checks shall be submitted as a Type 1 Working Drawing. Immediately after the girder is removed from the casting bed, the alignment shall not be offset more than 1/8 inch for each 10 feet of girder length. Any girder that exceeds an offset of 1/8 inch for each 10 feet of girder length shall be corrected at the job site to the 1/8 inch maximum offset per 10 feet of girder length before concrete is placed into the diaphragms. 6-02.3(25)0 Girder to Girder Connections The first sentence of item number 2 in the second paragraph is revised to read: Intermediate diaphragms shall be placed and weld ties shall be welded in accordance with Section 6-03.3(25). 6-02.3(26)D2 Test Block Dimensions The first sentence is revised to read: REBID POND MAINTENANCE PROJECT - RANDALL PARK 16 The dimensions of the test block perpendicular to the tendon in each direction shall be the smaller of twice the minimum edge distance or the minimum spacing specified by the special anchorage device manufacturer, with the stipulation that the concrete cover over any confining reinforcing steel or supplementary skin reinforcement shall be appropriate for the project -specific application and circumstances. 6-02.3(26)E2 Ducts for External Exposed Installation In the first paragraph, "ASTM D3350" is revised to read "ASTM D3035". In the fourth paragraph, "ASTM D3505" is revised to read "ASTM D3035". 6-02.3(26)G Tensioning Item number 1 of the second paragraph is revised to read: 1. All concrete has reached a compressive strength of at least 4,000 psi or the strength specified in the Plans. When tensioning takes place prior to 28 -day compressive strength testing on concrete sampled in accordance with Section 6-02.3(25)H, compressive strength shall be verified on field cured cylinders in accordance with the FOP for AASHTO T23. 6-02.3(27)A Use of Self -Consolidating Concrete for Precast Units Item number 2 of the first paragraph is revised to read: 2. Precast reinforced concrete three -sided structures, box culverts and split box culverts in accordance with Section 7-02.3(6). 7-08.AP7 Section 7-08, General Pipe Installation Requirements January 3, 2017 7-08.3(1)A Trenches The second sentence of the last paragraph is revised to read: The embankment material shall be compacted to 95 percent of maximum density and the moisture content at the time of compaction shall be between optimum and 3 percentage points below optimum as determined by the Compaction Control Tests specified in Section 2-03.3(14)D. 8-01.AP8 Section 8-01, Erosion Control and Water Pollution Control August 1, 2016 8-01.2 Materials This section is supplemented with the following new paragraph: Recycled concrete, in any form, shall not be used for any Work defined in Section 8-01. 8-01.3(7) Stabilized Construction Entrance The last sentence of the first paragraph is revised to read: REBID POND MAINTENANCE PROJECT - RANDALL PARK 17 Material used for stabilized construction entrance shall be free of extraneous materials that may cause or contribute to track out. 8-01.3(8) Street Cleaning This section is revised to read: Self-propelled street sweepers shall be used to remove and collect sediment and other debris from the Roadway, whenever required by the Engineer. The street sweeper shall effectively collect these materials and prevent them from being washed or blown off the Roadway or into waters of the State. Street sweepers shall not generate fugitive dust and shall be designed and operated in compliance with applicable air quality standards. Material collected by the street sweeper shall be disposed of in accordance with Section 2- 03.3(7)C. Street washing with water will require the concurrence of the Engineer. 9-01.AP9 Section 9-01, Portland Cement January 3, 2017 This section's title is revised to read: Cement 9-01.1 Types of Cement This section is revised to read: Cement shall be classified as portland cement, blended hydraulic cement, or rapid hardening hydraulic cement. 9-01.2(2) Vacant This section, including title, is revised to read: 9-01.2(2) Rapid Hardening Hydraulic Cement Rapid hardening hydraulic cement shall meet the requirements of ASTM C 1600. 9-01.2(3) Low Alkali Cement This section is renumbered as follows: 9-01.2(1)A Low Alkali Cement 9-01.2(4) Blended Hydraulic Cement This section is renumbered as follows: 9-01.2(1)B Blended Hydraulic Cement In the first paragraph, the last two sentences of item number 3 are revised to read: Separate testing of each source of fly ash at each proposed replacement level shall be conducted in accordance with ASTM C1012 at the storage temperature prescribed in Section 9.3 of the test procedure. Expansion at 180 days shall be 0.10 percent or less. REBID POND MAINTENANCE PROJECT - RANDALL PARK 18 In the first paragraph, the last two sentences of item number 4 are revised to read: Separate testing of each source of slag at each proposed replacement level shall be conducted in accordance with ASTM C1012 at the storage temperature prescribed in Section 9.3 of the test procedure. Expansion at 180 days shall be 0.10 percent or less. In the first paragraph, the last two sentences of item number 5 are revised to read: Separate testing of each source of fly ash or slag at each proposed replacement level shall be conducted in accordance with ASTM C1012 at the storage temperature prescribed in Section 9.3 of the test procedure. Expansion at 180 days shall be 0.10 percent or less. 9-01.3 Tests and Acceptance The second paragraph is revised to read: Cement producers/suppliers that certify portland cement or blended hydraulic cement shall participate in the Cement Acceptance Program as described in WSDOT Standard Practice QC 1. Rapid hardening hydraulic cement producers/suppliers are not required to participate in WSDOT Standard Practice QC 1. 9-03.AP9 Section 9-03, Aggregates January 3, 2017 9-03.1(1) General Requirements In this section, each reference to "Section 9-01.2(3)" is revised to read "Section 9-01.2(1)A". This first paragraph is supplemented with the following: Reclaimed aggregate may be used if it complies with the specifications for Portland Cement Concrete. Reclaimed aggregate is aggregate that has been recovered from plastic concrete by washing away the cementitious materials. 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 REBID POND MAINTENANCE PROJECT - RANDALL PARK 19 darker color results from AASHTO T 21 may be used provided that when tested for the 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 1.01 percent by weight Clay lumps and Friable Particles 2.0 percent by weight Shale 2.0 percent by weight Wood waste 0.05 percent by weight Coal and Lignite 0.5 percent by weight Sum of Clay Lumps, Friable Particles, and Chert (Less Than 2.40 specific gravity SSD) 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. 9-03.1(4)C Grading The following new sentence is inserted at the beginning of the last paragraph: Where coarse aggregate size 467 is used, the aggregate may be furnished in at least two separate sizes. 9-03.1(5) Combined Aggregate Gradation for Portland Cement Concrete This section is revised to read: As an alternative to using the fine aggregate sieve grading requirements in Section 9- 03.1(2)B, and coarse aggregate sieve grading requirements in Section 9-03.1(4)C, a combined aggregate gradation conforming to the requirements of Section 9-03.1(5)A may be used. 9-03.1(5)A Deleterious Substances This section is revised to read: The amount of deleterious substances in the washed aggregates 3/8 inch or larger shall not exceed the values specified in Section 9-03.1(4)A and for aggregates smaller than 3/8 inch they shall not exceed the values specified in Section 9-03.1(2)A. 9-03.1(5)B Grading The first paragraph is deleted. REBID POND MAINTENANCE PROJECT - RANDALL PARK 20 9-03.8(2) HMA Test Requirements In the table in item number 3, the heading "Statistical and Nonstatistical" is revised to read "Statistical". 9-03.8(7) HMA Tolerances and Adjustments In the table in item number 1, the column titled "Nonstatistical Evaluation" is deleted. In the table in item 1, the last column titled "Commercial Evaluation" is revised to read "Visual Evaluation". 9-03.11(1) Streambed Sediment The following three new sentences are inserted after the first sentence of the first paragraph: Alternate gradations may be used if proposed by the Contractor and accepted by the Engineer. The Contractor shall submit a Type 2 Working Drawing consisting of 0.45 power maximum density curve of the proposed gradation. The alternate gradation shall closely follow the maximum density line and have Nominal Aggregate Size of no less than 11/2 inches or no greater than 3 inches. 9-03.12(4) Gravel Backfill for Drains The following new sentence is inserted at the beginning of the second paragraph: As an alternative, AASHTO grading No. 57 may be used in accordance with Section 9- 03.1(4)C. 9-03.12(5) Gravel Backfill for Drywelis The following new sentence is inserted at the beginning of the second paragraph: As an alternative, AASHTO grading No. 4 may be used in accordance with Section 9- 03.1(4)C. 9-03.21(1)B Concrete Rubble This section, including title, is revised to read: 9-03.21(1)B Recycled Concrete Aggregate Recycled concrete aggregates are coarse aggregates manufactured from hardened concrete mixtures. Recycled concrete aggregate may be used as coarse aggregate or blended with coarse aggregate for Commercial Concrete_ Recycled. concrete aggregate shall meet all of the requirements for coarse aggregate contained in Section 9-03.1(4) or 9- 03.1(5). In addition to the requirements of Section 9-03.1(4) or 9-03.1(5), recycled concrete shall: 1. Contain an aggregated weight of less than 1 percent of adherent fines, vegetable matter, plastics, plaster, paper, gypsum board, metals, fabrics, wood, tile, glass, asphalt (bituminous) materials, brick, porcelain or other deleterious substance(s) not otherwise noted; 2. Be free of harmful components such as chlorides and reactive materials unless mitigation measures are taken to prevent recurrence in the new concrete; 3. Have an absorption of less than 10 percent when tested in accordance with AASHTO T 85. Recycled concrete aggregate shall be in a saturated condition prior to mixing. REBID POND MAINTENANCE PROJECT - RANDALL PARK 21 Recycled concrete aggregate shall not be placed below the ordinary high water mark of any water of the State. 9-03.21(1)D Recycled Steel Furnace Slag This section title is revised to read: Steel Slag 9-03.21(1)E Table on Maximum Allowable Percent (By Weight) of Recycled Material In the Hot Mix Asphalt column, each value of "20" is revised to read "25". The last column heading "Steel Furnace Slag" is revised to read "Steel Slag". The following new row is inserted after the second row: Coarse Aggregate for Commercial Concrete 9-03.1(4) 0 100 0 0 9-06.AP9 Section 9-06, Structural Steel and Related Materials January 3, 2017 9-06.5(3) High -Strength Bolts In this section, "ASTM A325" is revised to read "ASTM F3125 Grade A325", "ASTM A490" is revised to read "ASTM F3125 Grade A490", and "ASTM F1852" is revised to read "ASTM F3125 Grade F1852". In the fifth paragraph, "ASTM -A325" is revised to read "ASTM F3125". 9-06.12 Bronze Castings In this section, "AASHTO M107" is revised to read "ASTM B22". 9-06.16 Roadside Sign Structures In the first paragraph, "ASTM A325" is revised to read "ASTM F3125 Grade A325". 9-07.AP9 Section 9-07, Reinforcing Steel August 1, 2016 9-07.1(1)A Acceptance of Materials The first sentence of the first paragraph is revised to read: Reinforcing steel rebar manufacturers shall comply with the National Transportation Product Evaluation Program (NTPEP) Work Plan for Reinforcing Steel (rebar) Manufacturers. The first sentence of the second paragraph is revised to read: Steel reinforcing bar manufacturers use either English or a Metric size designation while stamping rebar. REBID POND MAINTENANCE PROJECT - RANDALL PARK 22 9-07.1(2) Bending The first two sentences of the first paragraph are deleted and replaced with the following two new sentences: Steel reinforcing bars shall be cut and bent cold to the shapes shown on the Plans. Fabrication tolerances shall be in accordance with ACI 315. 9-20.AP9 Section 9-20, Concrete Patching Material, Grout, and Mortar January 3, 2017 This section is supplemented with the following new subsection: 9-20.5 Bridge Deck Repair Material Bridge deck repair material shall be either an ultra-low viscosity, two-part liquid, polyurethane -hybrid polymer concrete, or a pre-packaged cement based repair mortar, conforming to the following requirements: 1. Minimum compressive strength of 2,500 psi, in accordance with ASTM C 109. 2. Total soluble chloride ion content by mass of product shall conform to the limits specified in Section 6-02.3(2) for reinforced concrete. 3. Permeability of less than 2,000 coulombs at 56 -days in accordance with AASHTO T 277. If pre-packaged deck repair material does not include coarse aggregate, the Contractor shall extend the mix with coarse aggregate as recommended by the manufacturer. 9-23.AP9 Section 9-23, Concrete Curing Materials and Admixtures January 3, 2017 9-23.9 Fly Ash The first paragraph is revised to read: Fly ash shall conform to the requirements of AASHTO M295 Class C or F including supplementary optional chemical requirements as set forth in Table 2. The last sentence of the last paragraph is revised to read: The supplementary optional chemical limits in AASHTO M295 Table 2 do not apply to fly ash used in Controlled Density Fill. 9-23.12 Metakaolin This section, including title, is revised to read: 9-23.12 Natural Pozzolan Natural Pozzolans shall be either Metakaolin or ground Pumice and shall conform to the requirements of AASHTO M295 Class N, including supplementary optional chemical requirements as set forth in Table 2. REBID POND MAINTENANCE PROJECT - RANDALL PARK 23 9-35.AP9 Section 9-35, Temporary Traffic Control Materials August 1, 2016 9-35.12 Transportable Attenuator The second sentence of the first paragraph is revised to read: The transportable attenuator shall be mounted on, or attached to, a host vehicle that complies with the manufacturer's recommended weight range. REBID POND MAINTENANCE PROJECT - RANDALL PARK 24 CONTRACT PROVISIONS SPECIAL PROVISIONS 1 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. 1 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. 1 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: 1 (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 City of Yakima Standard Details Contractor shall obtain copies of these publications, at Contractor's own expense. 1 1 1 1 REBID POND MAINTENANCE PROJECT - RANDALL PARK 25 REBID POND MAINTENANCE PROJECT - RANDALL PARK 26 DIVISION 1 — GENERAL REQUIREMENTS DESCRIPTION OF WORK (March 13, 1995) This project provides for renovation of the existing Randall Park Pond. Work includes excavation, installing a drain and overflow, surfacing, and other work all to be constructed in accordance with the plans and specifications as prepared by AHBL, Inc for the City of Yakima. 1-01 DEFINITIONS 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". REBID POND MAINTENANCE PROJECT - RANDALL PARK 27 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. 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. REBID POND MAINTENANCE PROJECT - RANDALL PARK 28 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 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 (June 27, 2011 APWA GSP) Delete this section and replace it with the following: Information as to where Bid Documents can be obtained or reviewed can be found in the Call for Bids (Advertisement for Bids) for the work. After award of the contract, plans and specifications will be issued to the Contractor at no cost as detailed below: To Prime Contractor No. of Sets Basis of Distribution Reduced plans (11" x 17") 6 Furnished automatically upon award. Contract Provisions 6 Furnished automatically upon award. Large plans (e.g., 22" x 34") 0 Furnished only upon request. Additional plans and Contract Provisions may be obtained by the Contractor from the source stated in the Call for Bids, at the Contractor's own expense. 1-02.5 Proposal Forms (June 27, 2011 APWA GSP) Delete this section and replace it with the following: The Proposal Form will identify the project and its location and describe the work. It will also list estimated quantities, units of measurement, the items of work, and the materials to be furnished at the unit bid prices. The bidder shall complete spaces on the proposal form that call for, but are not limited to, unit prices; extensions; summations; the total bid amount; signatures; date; and, where applicable, retail sales taxes and acknowledgment of addenda; the bidder's name, address, telephone number, and signature; the bidder's D/M/WBE commitment, if applicable; a State of Washington Contractor's Registration Number; and a Business License Number, if applicable. Bids shall be completed by typing or shall be REBID POND MAINTENANCE PROJECT - RANDALL PARK 29 printed in ink by hand, preferably in black ink. The required certifications are included as part of the Proposal Form. The Contracting Agency reserves the right to arrange the proposal forms with alternates and additives, if such are 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 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. Delete the fifth paragraph of Section 1-02.6. Section 1-02.6 is supplemented with the following: Cumulative Alternates Bidding This Bid Proposal requires the bidder to bid cumulative Alternates as part of the bid. As such the bidder is required to submit a Base Bid and a bid for each of the cumulative Alternate(s) Al and A2. Bid Proposal The bid proposal is composed of the following parts: 1. Base Bid The base bid shall include constructing all items included in the proposal except those items contained in the Additive(s) 1 and 2. 2. Additive(s) 1 and 2 a. Additive 1 Based upon excavating the pond bottom to an elevation of 1112.50 as identified in the plans. The bid items for Additive 1 are as listed in the bid proposal. b. Additive 2 REBID POND MAINTENANCE PROJECT - RANDALL PARK 30 Based upon excavating the pond bottom to an elevation of 1111.00 as identified in the plans. The bid items for Additive 2 are as listed in the bid proposal. Award Procedures The successful bidder will be the bidder submitting the lowest responsible bid for the preference, listed in the order below, which is within the amount of Available Funds for the project. Preference 1: Lowest total for (Base Bid plus Additive 1 plus Additive 2) Preference 2: Lowest total for (Base Bid plus Additive 1) Preference 3: Lowest total for Base Bid. In any case, the award will be subject to the requirements of Section 1-03. Add the following new section: 1-02.6(1)Recycled Materials Proposal (January 4, 2016 APWA GSP) The Bidder shall submit with the Bid, its proposal for incorporating recycled materials into the project, using the form provided in the Contract Provisions. 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. 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. REBID POND MAINTENANCE PROJECT - RANDALL PARK 31 1-02.9 Delivery of Proposal (August 15, 2012 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 Name 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 Documents or Good Faith Effort Documentation, then to be considered responsive, the Bidder shall submit with their Bid Proposal, written Confirmation Documentation from each DBE firm listed on the Bidder's completed DBE Utilization Certification, form 272-056A EF, as required by Section 1-02.6. 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. 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. 1-02.12 Public Opening of Proposals (May 4, 2012 APWA GSP) Delete this section and replace it with the following: Proposals will be opened and publicly read at the time indicated in the Call for Bids, after the deadline(s) for submitting all elements of the Bid Proposal including DBE Written Confirmation Documents and/or Good Faith Effort Documentation, unless the Bid opening REBID POND MAINTENANCE PROJECT - RANDALL PARK 32 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 has been delayed or canceled. Bidders, their authorized agents, and other interested parties are invited to be present. 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; 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; 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 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 A) Delete this section and replace it with the following: REBID POND MAINTENANCE PROJECT - RANDALL PARK 33 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. As evidence that the Bidder meets the mandatory bidder responsibility criteria, the apparent two lowest Bidders must submit to the Contracting Agency within 24 hours of the bid submittal deadline, documentation (sufficient in the sole judgment of the Contracting Agency) demonstrating compliance with all responsibility criteria. The Contracting Agency reserves the right to request such documentation from other Bidders as well, and to request further documentation as needed to assess bidder responsibility. The Contracting Agency also reserves the right to obtain information from third parties concerning a Bidder's compliance with the mandatory bidder responsibility criteria. If the Contracting Agency determines the Bidder does not meet the mandatory bidder responsibility criteria in RCW 39.04.350(1) 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. 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. 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 REBID POND MAINTENANCE PROJECT - RANDALL PARK 34 control. If a minimum bid amount has been established for any item and the bidder's unit or lump sum price is less than the minimum specified amount, the Contracting Agency will unilaterally revise the unit or lump sum price, to the minimum specified amount and recalculate the extension. The total of extensions, corrected where necessary, including sales taxes where applicable and such additives_ and/or alternates as selected by the Contracting Agency, will be used by the Contracting Agency for award purposes and to fix the Awarded Contract Price amount and the amount of the contract bond. 1-03.1(1) Identical Bid Totals (January 4, 2016 APWA GSP) Revise this section to read: After opening Bids, if two or more lowest responsive Bid totals are exactly equal, then the tiebreaker will be the Bidder with an equal lowest bid, that proposed to use the highest percentage of recycled materials in the Project, per the form submitted with the Bid Proposal. If those percentages are also exactly equal, then the tiebreaker will be determined by drawing as follows: Two or more slips of paper will be marked as follows: one marked "Winner" and the other(s) marked "unsuccessful". The slips will be folded to make the marking unseen. The slips will be placed inside a box. One authorized representative of each Bidder shall draw a slip from the box. Bidders shall draw in alphabetic order by the name of the firm as registered with the Washington State Department of Licensing. The slips shall be unfolded and the firm with the slip marked "Winner" will be determined to be the successful Bidder and eligible for Award of the Contract. Only those Bidders who submitted a Bid total that is exactly equal to the lowest responsive Bid, and with a proposed recycled materials percentage that is exactly equal to the highest proposed recycled materials amount, are eligible to draw. 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. REBID POND MAINTENANCE PROJECT - RANDALL PARK 35 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 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, 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 signed by the president or vice president). 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 jurisdiction. REBID POND MAINTENANCE PROJECT - RANDALL PARK 36 1-04 SCOPE OF WORK 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. 1-05 CONTROL OF WORK 1-05.4 Conformity With And Deviations From Plans And Stakes This section is supplemented with the following: The Contractor shall be responsible for all surveying required for this project. A Professional Surveyor, licensed in the State of Washington, shall be employed by the Contractor to perform all horizontal and vertical control work, and to do the construction staking, including setting offset points and grades. The Contractor shall protect all existing monuments within the construction limits from being disturbed or damaged in any way during construction. If any monuments are disturbed, damaged or removed during construction, the Licensed Surveyor shall replace such monuments in accordance with State Law including recording a Land Corner Record for each monument affected. All associated costs for the survey work shall be incidental to the other bid items of the project. 1-05.7 Removal of Defective and Unauthorized Work (October 1, 2005 APWA GSP) Supplement this section with the following: If the Contractor fails to remedy defective or unauthorized work within the time specified in a written notice from the Engineer, or fails to perform any part of the work required by the Contract Documents, the Engineer may correct and remedy such work as may be identified in the written notice, with Contracting Agency forces or by such other means as the Contracting Agency may deem necessary. If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have work the Contractor refuses to perform completed by using Contracting Agency or other forces. An emergency situation is any situation when, in the opinion of the Engineer, a delay in its REBID POND MAINTENANCE PROJECT - RANDALL PARK 37 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. 1-05.11 Final Inspection Delete this section and replace it with the following: 1-05.11 Final Inspections and Operational Testing (October 1, 2005 APWA GSP) 1-05.11(1) Substantial Completion Date When the Contractor considers the work to be substantially complete, the Contractor shall so notify the Engineer and request the Engineer establish the Substantial Completion Date. The Contractor's request shall list the specific items of work that remain to be completed in order to reach physical completion. The Engineer will schedule an inspection of the work with the Contractor to determine the status of completion. The Engineer may also establish the Substantial Completion Date unilaterally. If, after this inspection, the Engineer concurs with the Contractor that the work is substantially complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the Substantial Completion Date. If, after this inspection the Engineer does not consider the work substantially complete and ready for its intended use, the Engineer will, by written notice, so notify the Contractor giving the reasons therefor. Upon receipt of written notice concurring in or denying substantial completion, whichever is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized 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. REBID POND MAINTENANCE PROJECT - RANDALL PARK 38 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 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. REBID POND MAINTENANCE PROJECT - RANDALL PARK 39 Add the following new section: 1-05.12(1) One -Year Guarantee Period (March 8, 2013 APWA GSP) 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. 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. Add the following new section: 1-05.16 Water and Power (October 1, 2005 APWA GSP) The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the contract includes power and water as a pay item. REBID POND MAINTENANCE PROJECT - RANDALL PARK 40 1-06 CONTROL OF MATERIAL 1-06.2 Acceptance of Materials 1-06.2(1) Samples and Tests for Acceptance This section is supplemented with the following: The Contractor shall be responsible for scheduling and paying for all material testing required for this project. All testing services shall be performed by an independent, certified testing firm and/or laboratory meeting the approval of the Engineer. The Contractor shall submit information relating to the qualifications of the proposed testing firm to the Engineer for review and approval prior to the preconstruction conference. The testing frequencies listed below may be modified to assure compliance with specifications. In each case, the Engineer may require additional tests be performed at the Contractor's expense, if test results do not meet the required densities and results. Moisture density curves for each type of material encountered and copies of all test results shall be submitted to the Engineer as construction progresses for Trench Backfilling, Embankment Compaction, Subgrade Preparation, and Ballast and Crushed Surfacing. The sampling frequency is as follows: Trench Backfilling Compaction tests shall be taken at a frequency and at depths sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for each 100 linear feet of main pipeline trench and one (1) test for each street crossing. At alternating 100 -foot locations along the main trench line, tests shall be taken at 1 -foot, 2 -foot and 3 -foot depths below finish grade. Compaction shall conform to Section 7-08.3(3) or 7-10.3(11) as applicable to the pipeline being constructed. At a minimum, compaction within the roadway area shall be to at least 95% of maximum density as determined by ASTM D 1557 (Modified Proctor). Embankment Construction Compaction tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for every 5000 square feet of surface area for each lit of roadway embankment. Roadway embankment compaction shall be as specified in Section 2-03.3(14). Subqrade Preparation Compaction tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for every 5,000 square feet of surface area for each lift of roadway subgrade. Subgrade compaction shall be as specified in Section 2-06.3(2). Ballast and Crushed Surfacing Compaction tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for every 5,000 square feet of surface area for each lift of ballast or crushed surfacing. REBID POND MAINTENANCE PROJECT - RANDALL PARK 41 Compaction of ballast and crushed surfacing shall be as specified in Section 4-04.3(5). Asphalt Concrete Pavement Copies of the maximum Rice density test for each class of asphalt concrete pavement and copies of all test results shall be provided to the Engineer as construction progresses. Density tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for every 5000 square feet of surface area for each lift of asphalt concrete pavement. Compaction of asphalt concrete pavement shall be as specified in Section 5-04.3(10) B of these Special Provisions. Cement Concrete Curb, Gutter and Sidewalk One test shall be taken for every 500 cubic yards of concrete placed for curb, gutter or sidewalk. The concrete shall be tested for temperature, air content, slump and compressive strength. 1-06.6 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 the 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 REBID POND MAINTENANCE PROJECT - RANDALL PARK 42 injured on the project site. Employees should not be permitted to work on the project site before the Contractor has established and made known procedures for removal of injured persons to a hospital or a doctor's care. The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the Contractor's plant, appliances, and methods, and for any damage or injury resulting from their failure, or improper maintenance, use, or operation. The Contractor shall be solely and completely responsible for the conditions of the project site, including safety for all persons and property in the performance of the work. This requirement shall apply continuously, and not be limited to normal working hours. The required or implied duty of the Engineer to conduct construction review of the Contractor's performance does not, and shall not, be intended to include review and adequacy of the Contractor's safety measures in, on, or near the project site. 1-07.2 State Taxes Delete this section, including its sub -sections, in its entirety and replace it with the following: 1-07.2 State Sales Tax (June 27, -2011 APWA GSP) The Washington State Department of Revenue has issued special rules on the State sales tax. Sections 1-07.2(1) through 1-07.2(3) are meant to clarify those rules. The Contractor should contact the Washington State Department of Revenue for answers to questions in this area. The Contracting Agency will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability. The Contractor shall include all Contractor -paid taxes in the unit bid prices or other contract amounts. In some cases, however, state retail sales tax will not be included. Section 1- 07.2(2) describes this exception. The Contracting Agency will pay the retained percentage (or release the Contract Bond if a FHWA-funded Project) only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all contract -related taxes have been paid (RCW 60.28.051). The Contracting Agency may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of Revenue, whether the amount owed relates to this contract or not. Any amount so deducted will be paid into the proper State fund. 1-07.2(1) State Sales Tax — Rule 171 WAC 458-20-171, and its related rules, apply to building, repairing, or improving streets, roads, etc., which are owned by a municipal corporation, or political subdivision of the state, or by the United States, and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included as a part of the street or road drainage system and power lines when such are part of the roadway lighting system. For work performed in such cases, the Contractor shall include Washington State Retail 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. REBID POND MAINTENANCE PROJECT - RANDALL PARK 43 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). 1-07.13 Contractor's Responsibility for Work 1-07.13(4) Repair of Damage This section is revised to read: (August 6, 2011) The Contractor shall promptly repair all damage to either temporary or permanent work as directed by the Engineer. For damage qualifying for relief under Section 1-07.13(1), 1-07.13(2) or 1-07.13(3), payment will be made in accordance with Section 1-04.4. Payment will be limited to repair and damaged work only. No payment will be made for delay or disruption of work. 1-07.17 Utilities and Similar Facilities Section 1-07.17 is supplemented with the following: (April 2, 2007) Locations and dimensions shown in the Plans for existing facilities are in accordance with available information obtained without uncovering, measuring, or other verification. The following addresses and telephone numbers of utility companies known or suspected of having facilities within the project limits are supplied for the Contractor's convenience: REBID POND MAINTENANCE PROJECT - RANDALL PARK 44 *** City of Yakima Wastewater Div. City of Yakima Water Div. Centurylink Pacific Power Charter Communications Cascade Natural Gas Corp. *** 2220 E. Viola 2300 Fruitvale 8 W. 2°d Ave. Room 304 P.O. Box 1729 1005 N. 16t Ave. 401 N. 1st St. Yakima, WA 98901 Yakima, WA 98902 Yakima, WA 98902 Yakima, WA 98907 Yakima, WA 98902 Yakima, WA 98901 1-07.18 Public Liability and Property Damage Insurance Delete this section in its entirety, and replace it with the following: 1-07.18 Insurance (January 4, 2016 APWA GSP) 1-07.18(1) General Requirements 509-575-6077 509-575-6154 509-575-7183 509-575-3146 509-575-1697 509-457-5905 A. The Contractor shall procure and maintain the insurance described in all subsections of section 1-07.18 of these Special Provisions, from insurers with a current A. M. Best rating of not less than A-: VII and licensed to do business in the State of Washington. The Contracting Agency reserves the right to approve or reject the insurance provided, based on the insurer's financial condition. B. The Contractor shall keep this insurance in force without interruption from the commencement of the Contractor's Work through the term of the Contract and for thirty (30) days after the Physical Completion date, unless otherwise indicated below. C. If any insurance policy is written on a claims made form, its retroactive date, and that of all subsequent renewals, shall be no later than the effective date of this Contract. The policy shall state that coverage is claims made, and state the retroactive date. Claims -made form coverage shall be maintained by the Contractor for a minimum of 36 months following the Completion Date or earlier termination of this Contract, and the Contractor shall annually provide the Contracting Agency with proof of renewal. If renewal of the claims made form of coverage becomes unavailable, or economically prohibitive, the Contractor shall purchase an extended reporting period ("tail") or execute another form of guarantee acceptable to the Contracting Agency to assure financial responsibility for liability for services performed. D. The Contractor's Automobile Liability, Commercial General Liability and Excess or Umbrella Liability insurance policies shall be primary and non-contributory insurance as respects the Contracting Agency's insurance, self-insurance, or self-insured pool coverage. Any insurance, self-insurance, or self-insured pool coverage maintained by the Contracting Agency shall be excess of the Contractor's insurance and shall not contribute with it. E. The Contractor shall provide the Contracting Agency and all additional insureds with written notice of any policy cancellation, within two business days of their receipt of such notice. G. The Contractor shall not begin work under the Contract until the required insurance has been obtained and approved by the Contracting Agency REBID POND MAINTENANCE PROJECT - RANDALL PARK 45 H. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the Contracting Agency may, after giving five business days' notice to the Contractor to correct the breach, immediately terminate the Contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the Contracting Agency on demand, or at the sole discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting Agency. I. All costs for insurance shall be incidental to and included in the unit or lump sum prices of the Contract and no additional payment will be made. 1-07.18(2) Additional Insured All insurance policies, with the exception of Workers Compensation, and of Professional Liability and Builder's Risk (if required by this Contract) shall name the following listed entities as additional insured(s) using the forms or endorsements required herein: • the Contracting Agency and its officers, elected officials, employees, agents, and volunteers • appointed officials The above -listed entities shall be additional insured(s) for the full available limits of liability maintained by the Contractor, irrespective of whether such limits maintained by the Contractor are greater than those required by this Contract, and irrespective of whether the Certificate of Insurance provided by the Contractor pursuant to 1-07.18(4) describes limits lower than those maintained by the Contractor. For Commercial General Liability insurance coverage, the required additional insured endorsements shall be at least as broad as ISO forms CG 20 10 10 01 for ongoing operations and CG 20 37 10 01 for completed operations. 1-07.18(3) Subcontractors The Contractor shall cause each Subcontractor of every tier to provide insurance coverage that complies with all applicable requirements of the Contractor -provided insurance as set forth herein, except the Contractor shall have sole responsibility for determining the limits of coverage required to be obtained by Subcontractors. The Contractor shall ensure that all Subcontractors of every tier add all entities listed in 1-07.18(2) as additional insureds, and provide proof of such on the policies as required by that section as detailed in 1-07.18(2) using an endorsement as least as broad as ISO CG 20 10 10 01 for ongoing operations and CG 20 37 10 01 for completed operations. Upon request by the Contracting Agency, the Contractor shall forward to the Contracting Agency evidence of insurance and copies of the additional insured endorsements of each Subcontractor of every tier as required in 1-07.18(4) Verification of Coverage. 1-07.18(4) Verification of Coverage The Contractor shall deliver to the Contracting Agency a Certificate(s) of Insurance and endorsements for each policy of insurance meeting the requirements set forth herein when the Contractor delivers the signed Contract for the work. Failure of Contracting Agency to demand such verification of coverage with these insurance requirements or failure of Contracting Agency to identify a deficiency from the insurance documentation provided shall not be construed as a waiver of Contractor's obligation to maintain such insurance. Verification of coverage shall include: 1. An ACORD certificate or a form determined by the Contracting Agency to be equivalent. REBID POND MAINTENANCE PROJECT - RANDALL PARK 46 2. Copies of all endorsements naming Contracting Agency and all other entities listed in 1-07.18(2) as additional insured(s), showing the policy number. The Contractor may submit a copy of any blanket additional insured clause from its policies instead of a separate endorsement. 3. Any other amendatory endorsements to show the coverage required herein. 4. A notation of coverage enhancements on the Certificate of Insurance shall not satisfy these requirements — actual endorsements must be submitted. Upon request by the Contracting Agency, the Contractor shall forward to the Contracting Agency a full and certified copy of the insurance policy(s). If Builders Risk insurance is required on this Project, a full and certified copy of that policy is required when the Contractor delivers the signed Contract for the work. 1-07.18(5) Coverages and Limits The insurance shall provide the minimum coverages and limits set forth below. Contractor's maintenance of insurance, its scope of coverage, and limits as required herein shall not be construed to limit the liability of the Contractor to the coverage provided by such insurance, or otherwise limit the Contracting Agency's recourse to any remedy available at law or in equity. All deductibles and self-insured retentions must be disclosed and are subject to approval by the Contracting Agency. The cost of any claim payments falling within the deductible or self-insured retention shall be the responsibility of the Contractor. In the event an additional insured incurs a liability subject to any policy's deductibles or self-insured retention, said deductibles or self- insured retention shall be the responsibility of the Contractor. 1-07.18(5)A Commercial General Liability Commercial General Liability insurance shall be written on coverage forms at least as broad as ISO occurrence form CG 00 01, including but not limited to liability arising from premises, operations, stopgap liability, independent contractors, products -completed operations, personal and advertising injury, and liability assumed under an insured contract. There shall be no exclusion for liability arising from explosion, collapse or underground property damage. The Commercial General Liability insurance shall be endorsed to provide a per project general aggregate limit, using ISO form CG 25 03 05 09 or an equivalent endorsement. Contractor shall maintain Commercial General Liability Insurance arising out of the Contractor's completed operations for at least three years following Substantial Completion of the Work. Such policy must provide the following minimum limits: $1,000,000 Each Occurrence $2,000,000 General Aggregate $2,000,000 Products & Completed Operations Aggregate $1,000,000 Personal & Advertising Injury each offence $1,000,000 Stop Gap / Employers' Liability each accident 1-07.18(5)B Automobile Liability Automobile Liability shall cover owned, non -owned, hired, and leased vehicles; and shall be written on a coverage form at least as broad as ISO form CA 00 01. If the work involves the transport of pollutants, the automobile liability policy shall include MCS 90 and CA 99 48 endorsements. REBID POND MAINTENANCE PROJECT - RANDALL PARK 47 Such policy must provide the following minimum limit: $1,000,000 Combined single limit each accident 1-07.18(5)C Workers' Compensation The Contractor shall comply with Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. 1-07.24 Rights of Way (July 23, 2015 APWA GSP) Delete this section 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 48 hours notice prior to entry by the Contractor. This includes entry onto easements and private property where private improvements must be adjusted. The Contractor shall be responsible for providing, without expense or liability to the Contracting 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 REBID POND MAINTENANCE PROJECT - RANDALL PARK 48 a release, that the restoration of the property has been satisfactorily accomplished. The statement shall include the parcel number, address, and date of signature. Written releases must be filed with the Engineer before the Completion Date will be established. 1-08 PROSECUTION AND PROGRESS Add the following new section: 1-08.0 Preliminary Matters (May 25, 2006 APWA GSP) Add the following new section: 1-08.0(1) Preconstruction Conference (October 10, 2008 APWA GSP) Prior to the Contractor beginning the work, a preconstruction conference will be held between the Contractor, the Engineer and such other interested parties as may be invited. The purpose of the preconstruction conference will be: 1. To review the initial progress schedule; 2. To establish a working understanding among the various parties associated or affected by the work; 3. To establish and review procedures for progress payment, notifications, approvals, submittals, etc.; 4. To establish normal working hours for the work; 5. To review safety standards and traffic control; and 6. To discuss such other related items as may be pertinent to the work. The Contractor shall prepare and submit at the preconstruction conference the following: 1. A breakdown of all lump sum items; 2. A preliminary schedule of working drawing submittals; and 3. A list of material sources for approval if applicable. Add the following new section: 1-08.0(2) Hours of Work (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 REBID POND MAINTENANCE PROJECT - RANDALL PARK 49 hours are being requested, and why. Requests shall be submitted for review no later than noon 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 1-08.1 Subcontracting (August 24, 2016 APWA GSP) Delete the eighth paragraph and replace it with the following: On all projects funded with federal assistance the Contractor shall submit "Monthly Report of Amounts Credited as DBE Participation" (form 422-103 EF) on a monthly basis, in which DBE Work is accomplished, for every month in which the Contract is active or upon completion of the project, as appropriate. The monthly reports are due on the 20th of the month following the end of the previous month. 1-08.3 Progress Schedule This section is supplemented with the following: The Contractor shall prepare and submit to the Engineer a Construction Progress and Completion Schedule using the Bar Graph or Critical Path Method. Items in the Schedule shall be arranged in the order and sequence in which they will be performed. The Schedule shall conform to the working time and time of completion established under the terms of the Contract and shall be subject to modification by the Engineer. The schedule shall be drawn to a time scale, shown along the base of the diagram, using an appropriate measurement per day with weekends and holidays indicated. The Construction Progress Schedule shall be continuously updated and, if necessary, redrawn upon the first working day of each month or upon issuance of any Change Order which substantially affects the scheduling. Copies (2 prints or 1 reproducible) of newly updated Schedules shall be forwarded to the Engineer, as directed, immediately upon preparation. The Contractor shall submit a weekly activity schedule to the Construction Engineer before 9:00 a.m. on the Friday prior to the week indicated on the schedule. REBID POND MAINTENANCE PROJECT - RANDALL PARK 50 If the Contractor proceeds with work not indicated on his weekly activity schedule, or in a sequence differing from that which he has shown on his schedule, the Engineer may order the Contractor to delay unscheduled activities until they are included on a subsequent weekly activity schedule. 1-08.4 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. When shown in the Plans, the first order of work shall be the installation of high visibility fencing to delineate all areas for protection or restoration, as described in the Contract. Installation of high visibility fencing adjacent to the roadway shall occur after the placement of all necessary signs and traffic control devices in accordance with 1-10.1(2). Upon construction of the fencing, the Contractor shall request the Engineer to inspect the fence. No other work shall be performed on the site until the Contracting Agency has accepted the installation of high visibility fencing, as described in the Contract. 1-08.5 Time for Completion (September 12, 2016 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. REBID POND MAINTENANCE PROJECT - RANDALL PARK 51 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 (per Section 1-07.9(5)). b. Material Acceptance Certification Documents c. Monthly Reports of Amounts Credited as DBE Participation, as required by the Contract Provisions. d. Final Contract Voucher Certification e. Copies of the approved "Affidavit of Prevailing Wages Paid" for the Contractor and all Subcontractors f. Property owner releases per Section 1-07.24 (March 13, 1995) This project shall be physically completed within *** 30 *** working days. 1-08.9 Liquidated Damages (August 14, 2013 APWA GSP) Revise the fourth paragraph to read: When the Contract Work has progressed to Substantial Completion as defined in the Contract, the Engineer may determine that the work is Substantially Complete. The Engineer will notify the Contractor in writing of the Substantial Completion Date. For overruns in Contract time occurring after the date so established, the formula for liquidated damages shown above will not apply. For overruns in Contract time occurring after the Substantial Completion Date, liquidated damages shall be assessed on the basis of direct engineering and related costs assignable to the project until the actual Physical Completion Date of all the Contract Work. The Contractor shall complete the remaining Work as promptly as possible. Upon request by the Project Engineer, the Contractor shall furnish a written schedule for completing the physical Work on the Contract. 1-09 MEASUREMENT AND PAYMENT 1-09.6 Force Account (October 10, 2008 APWA GSP) Supplement this section with the following: The Contracting Agency has estimated and included in the Proposal, dollar amounts for all items to be paid per force account, only to provide a common proposal for Bidders. All such dollar amounts are to become a part of Contractor's total bid. However, the Contracting Agency does not warrant expressly or by implication that the actual amount of work will REBID POND MAINTENANCE PROJECT - RANDALL PARK 52 correspond with those estimates. Payment will be made on the basis of the amount of work actually authorized by Engineer. 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. 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 Tess: 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. REBID POND MAINTENANCE PROJECT - RANDALL PARK 53 The determination of payments under the contract will be final in accordance with Section 1-05.1. 1-09.11(3) Time Limitation 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 where 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 Aqency 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(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 is 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 Section 1-10.2(1) is supplemented with the following: REBID POND MAINTENANCE PROJECT - RANDALL PARK 54 (December 1, 2008) Only training with WSDOT TCS card and WSDOT training curriculum is recognized in the State of Washington. The Traffic Control Supervisor shall be certified by one of the following: The Northwest Laborers -Employers Training Trust 27055 Ohio Ave. Kingston, WA 98346 (360) 297-3035 Evergreen Safety Council 401 Pontius Ave. N. Seattle, WA 98109 1-800-521-0778 or (206) 382-4090 The American Traffic Safety Services Association 15 Riverside Parkway, Suite 100 Fredericksburg, Virginia 22406-1022 Training Dept. Toll Free (877) 642-4637 Phone: (540) 368-1701 1-10.4 Measurement 1-10.4(2) Items Bids with Lump Sum for Incidentals (August 2, 2004) The proposal contains the item "Project Temporary Traffic Control", lump sum. The provisions of Section 1-10.4(1) shall apply. DIVISION 2 - EARTHWORK 2-01 CLEARING, GRUBBING AND ROADSIDE CLEANUP 2-01.1 Description This section is supplemented with the following: (March 13, 1995) Clearing and grubbing on this project shall be performed within the following limits: ***Surrounding areas to the Randall Park Pond as shown on the plans.*** 2-01.3 Construction Supplement this section with the following: Trees within clearing limits shall be saved unless they encroach on the eastern embankment. Engineer to verify trees to be removed in field. 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 2-02.3 Construction Requirements Section 2-02.3 is supplemented with the following: REBID POND MAINTENANCE PROJECT - RANDALL PARK 55 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 that is scheduled to remain, due to the Contractor's operation, shall be repaired by the Contractor to the satisfaction of the Engineer at no expense to the Contracting Agency. 2-02.3(3) Removal of Pavements, Sidewalks, Curbs and Gutters This section is supplemented with the following: Item 1 is revised to read: Haul all broken pieces to an off -project site to be obtained by the Contractor. Item 3 is revised by adding the following to the end of the first sentence: "or remove to the nearest joint as directed." (February 17, 1998) Removal of Obstructions The following items shall be removed, disposed of or reset as directed by the Engineer in accordance with the requirements of Section 2-02 of the Standard Specification: 1. Existing overflow cobble 2. Existing irrigation system within project limits Items are approximate locations, Contractor shall verify the type, size and length of each item to determine the scope of work needed to remove such items prior to bid. All other items encountered, which are not covered by Section 2-01 of the Standard Specifications (Clearing, Grubbing, and Roadside Cleanup) shall be considered incidental to the bid item "Removal of Structures and Obstructions". 2-02.4 Measurement This section is supplemented with the following: Where saw cutting is necessary, the Contractor shall be paid by the linear foot, regardless of depth of cut, which includes all labor and equipment required to do the cut. For this project, the maximum expected depth of cut is four inches. 2-02.5 Payment This section is supplemented by adding the following pay item: REBID POND MAINTENANCE PROJECT - RANDALL PARK 56 "Saw Cut", per linear foot. 2-03 ROADWAY EXCAVATION AND EMBANKMENT (*****) Supplement this chapter with the following: Language in the Standard Specifications, not modified by these Special Provisions, regarding, but not limited to: "Roadway", "Roadway Prism", "Right of Way", or other typical roadway construction terms shall be taken to refer to the work shown and described on the Plans and typical sections. Specifications for roadway excavation shall apply to work associated with the bid item "Pond Excavation." 2-03.3(14) Embankment Construction Supplement this section with the following: Embankment material shall be free of loose surface materials, roots, and other organic debris. The contractor is responsible to set aside suitable embankment material during pond excavation. Suitable material shall have the following characteristics: a minimum of 20% silt and clay, a maximum of 60% sand, a maximum of 60% silt, with nominal gravel and cobble content. As determined by the Engineer, material in excess of the optimum moisture content or that which has been contaminated with organic matter shall not be used as embankment material. 2-03.4 Measurement Section 2-03.4 is supplemented with the following: Only one determination of the original ground elevation will be made on this project. Measurement for roadway excavation and embankment will be based on the original ground elevations recorded previous to the award of this contract. Control stakes shall be set during construction by the contractor's surveyor to provide the Contractor with all essential information for the construction of excavation and embankments. If discrepancies are discovered in the ground elevations which will materially affect the quantities of earthwork, the original computations of earthwork quantities will be adjusted accordingly. Earthwork quantities will be computed, either manually or by means of electronic data processing equipment, by use of the average end area method or by the finite element analysis method utilizing digital terrain modeling techniques. Pond Excavation shall be measured by the cubic yard per the specifications of the first paragraph in section 2-03.4. 2-03.5 Payment Supplement this section with the following: "Pond Excavation", per cubic yard. The unit Contract price per cubic yard for "Pond Excavation shall be full compensation for all costs incurred for excavating, loading, placing, or otherwise disposing of the material. No separate payment shall be made for haul, disposal, or transfer of material. The unit Contract price per cubic yard for "Embankment Compaction" shall be full compensation for all costs incurred for all material, labor, tools, equipment and incidentals required. This includes all costs associated with importing offsite fill material should the Engineer determine onsite material is unsuitable for embankment. REBID POND MAINTENANCE PROJECT - RANDALL PARK 57 2-07 WATERING 2-07.3 Construction Requirements This section is supplemented with the following: The Contractor shall secure permission from and comply with all requirements of the water utility before obtaining water from fire hydrants. The Contractor shall notify the Engineer as soon as such permission is granted. The Contractor shall use hydrant wrenches only to open hydrants. While using hydrants, the Contractor shall make certain that he hydrant valve is fully open in order to prevent damage to the hydrant valve. A metered hydrant connection furnished by the water utility shall be used as an auxiliary valve on the outlet line for control purposes. Fire hydrant valves shall be closed slowly to avoid a surge in the system causing undue pressure on the water lines. The Contractor shall carefully note the importance of following these directions. If a hydrant is damaged due to the Contractor or an employee of the Contractor, the Contractor shall immediately notify the water utility so that the damage can be repaired as quickly as possible. Upon completing the use of the hydrants, the Contractor shall notify the water utility so that the hydrants may be inspected for possible damage. Any damage resulting from the use of the hydrants by the Contractor will be repaired by the water utility, and the cost thereof shall be withheld, if necessary, form the final payment to the Contractor. The Contractor shall furnish all equipment and tools, except the metered hydrant connection, that may be necessary to meet the requirements of the water distribution agency pertaining to hydrant use. Violation of these requirements will result in fines and will lay the Contactor liable for damage suits because of malfunctioning of damaged fire hydrants, in the event of fire. 2-07.4 Measurement This section is supplemented with the following: There will be no measurement for water. 2-07.5 Payment This section is supplemented with the following: All costs to provide and apply water shall be incidental to construction. All costs shall be included in other contract pay items. DIVISION 4 - BASES 4-04 BALLAST AND CRUSHED SURFACING 4-04.4 Measurement Revise the second paragraph of this section to read: Crushed surfacing top course, base course, ballast, and gravel base shall be measured by the cubic yard compacted in place to the neat lines indicated on the Plans. REBID POND MAINTENANCE PROJECT - RANDALL PARK 58 1 4-04.5 Payment Supplement this section with the following: The contract unit price for crushed surfacing top course, base course, ballast, and gravel base shall be considered full compensation for hauling, furnishing, placing, shaping, and ' compaction of the material and for all labor, equipment, tools, and incidentals necessary to complete this item. 1 DIVISION 5 - SURFACE TREATMENTS AND PAVEMENTS 5-04 HOT MIX ASPHALT 1 5-04.1 Description (March 9, 2016 APWA GSP) 1 Supplement this section with the following: ' This Work shall also consist of providing and placing one or more layers of plant -mixed porous hot mix asphalt (PHMA) on a prepared foundation or base in accordance with these Specifications and the lines, grades, thicknesses, and typical cross-sections shown in the Plans or established by the Engineer. The manufacture of PHMA may include porous warm 1 mix asphalt (PWMA) processes in accordance with these Specifications. PWMA processes include organic additives, chemical additives, and foaming. ' 5-04.3(3)A Material Transfer Device / Vehicle (January 16, 2014 APWA GSP) The first paragraph of this section is revised to read: Additionally, a material transfer device or vehicle (MTDN) is not required at the following tlocations: throughout the length of the project. 5-04.3(7)A Mix Design ' (March 9, 2016 APWA GSP) Supplement this section with the following: 1 Mix Designs for PHMA shall be submitted to the Engineer on Washington State DOT Form 350-042 with the additional PHMA test data required by this specification provided as a one page supplemental attachment. The supplemental test data form is available at 1 http://www.wsdot.wa.gov/partners/apwa/PorousAsphaltPavement.pdf. The asphalt binder for PHMA/PWMA shall be PG 70-22ER polymer modified or higher ' grade. Binder content shall be between 6.0% and 7.0% by total weight of the mix, and will be the highest percentage that passes both the drain down and void requirements tests at Ndesign = 75 gyrations. The binder content tolerance shall be ±0.3% during production/ ' placement of the PHMA/PWMA. The Contractor shall adjust the aggregate to meet the maximum drain down test requirements within the ranges provided below. 1 1. Drain down shall be 0.3 °A°, maximum, according to ASTM D6390 2. Void ratio shall be 16% to 25% per ASTM D3203 at Ndesign = 75 gyrations. The Contractor shall include with the submittal temperature -viscosity curves from the 1 polymer -modified asphalt binder supplier showing the recommended mixing and compaction temperatures developed for dense graded HMA applications. REBID POND MAINTENANCE PROJECT - RANDALL PARK 59 The Contractor shall determine anti -strip requirements for PHMA/PWMA and provide data for anti -stripping. The asphaltic mix shall be tested for its resistance to stripping by water in accordance with ASTM D-3625. If the estimated coating area is not above 95 percent, anti - stripping agents shall be added to the asphalt. Contractor shall be responsible for conducting the anti -stripping evaluation and providing a report to the Engineer. Alternately, anti -strip evaluation of an existing dense graded hot mix asphalt of the same maximum nominal aggregate class and from the same aggregate materials source may be used to set the anti -stripping requirements for PHMA/PWMA. The anti -strip requirement for the PHMA/PWMA shall be equivalent to the anti -stripping requirement for the HMA. 5-04.3(7)A2 Statistical or Nonstatistical Evaluation Delete this section and replace it with the following: 5-04.3(7)A2 Nonstatistical Evaluation (January 16, 2014 APWA GSP) Mix designs for HMA accepted by Nonstatistical evaluation shall; • Be submitted to the Project Engineer on WSDOT Form 350-042 • Have the aggregate structure and asphalt binder content determined in accordance with WSDOT Standard Operating Procedure 732 and meet the requirements of Sections 9- 03.8(2) and 9-03.8(6). • Have anti -strip requirements, if any, for the proposed mix design determined in accordance with WSDOT Test Method T 718 or based on historic anti -strip and aggregate source compatibility from WSDOT lab testing. Anti -strip evaluation of HMA mix designs utilized that include RAP will be completed without the inclusion of the RAP. At or prior to the preconstruction meeting, the contractor shall provide one of the following mix design verification certifications for Contracting Agency review; • The proposed mix design indicated on a WSDOT mix design/anti-strip report that is within one year of the approval date • The proposed HMA mix design submittal (Form 350-042) with the seal and certification (stamp & signature) of a valid licensed Washington State Professional Engineer. • The proposed mix design by a qualified City or County laboratory mix design report that is within one year of the approval date. The mix design will be performed by a lab accredited by a national authority such as Laboratory Accreditation Bureau, L -A -B for Construction Materials Testing, The Construction Materials Engineering Council (CMEC's) ISO 17025 or AASHTO Accreditation Program (AAP) and shall supply evidence of participation in the AASHTO Material Reference Laboratory (AMRL) program. At the discretion of the Engineer, agencies may accept mix designs verified beyond the one- year verification period with a certification from the Contractor that the materials and sources are the same as those shown on the original mix design. 5-04.3(8)A1 General (January 16, 2014 APWA GSP) Delete this section and replace it with the following: REBID POND MAINTENANCE PROJECT - RANDALL PARK 60 Acceptance of HMA shall be as defined under nonstatistical or commercial evaluation. Nonstatistical evaluation will be used for all HMA not designated as Commercial HMA in the contract documents. The mix design will be the initial JMF for the class of HMA. The Contractor may request a change in the JMF. Any adjustments to the JMF will require the approval of the Project Engineer and must be made in accordance with Section 9-03.8(7). Commercial evaluation may be used for Commercial HMA and for other classes of HMA in the following applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores, prelevel, and pavement repair. Other nonstructural applications of HMA accepted by commercial evaluation shall be as approved by the Project Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Project Engineer. Commercial HMA can be accepted by a contractor certificate of compliance letter stating the material meets the HMA requirements defined in the contract. 5-04.3(8)A4 Definition of Sampling Lot and Sublot (January 16, 2014 APWA GSP) Section 5-04.3(8)A4 is supplemented with the following: For HMA in a structural application, sampling and testing for total project quantities less than 400 tons is at the discretion of the engineer. For HMA used in a structural application and with a total project quantity less than 800 tons but more than 400 tons, a minimum of one acceptance test shall be performed: If test results are found to be within specification requirements, additional testing will be at the engineer's discretion. ii. If test results are found not to be within specification requirements, additional testing as needed to determine a CPF shall be performed. 5-04.3(8)A5 Test Results (January 16, 2014 APWA GSP) The first paragraph of this section is deleted. 5-04.3(8)A6 Test Methods (January 16, 2014 APWA GSP) Delete this section and replace it with the following: Testing of HMA for compliance of Va will be at the option of the Contracting Agency. If tested, compliance of Va will be use WSDOT Standard Operating Procedure SOP 731. Testing for compliance of asphalt binder content will be by WSDOT FOP for AASHTO T 308. Testing for compliance of gradation will be by WAQTC FOP for AASHTO T 27/T 11. 5-04.3(13) Surface Smoothness This section is supplemented with the following: The second sentence is revised to read: REBID POND MAINTENANCE PROJECT - RANDALL PARK 61 The completed surface of the wearing course shall not vary more than 1/4 inch from the lower edge of a 10 -foot straightedge placed on the surface parallel to centerline. Add the following: When utility appurtenances such as manhole rings and covers and valve boxes are encountered of are to be located within the HMA pavement area, these items are either to be removed or not put in place until after the paving operation has been completed. The location of each utility appurtenance and all Monuments shall be referenced prior to the start of paving operations and a temporary covering shall be placed over the appurtenances to facilitate the continuous paving operation. After paving has been completed, the Contractor shall furnish, install and adjust new castings on all new and existing public utility structures and new monument cases for all monuments as shown on the plans. Utility casting shall not be adjusted until the paving is complete. After which, the center of each structure and each monument shall be relocated from the references previously established by the Contractor. The HMA shall be cut and removed to a neat circle, the diameter of which shall be equal to the outside diameter of the rim plus two feet. The new rim shall be placed on cement concrete or adjustment rings and wedged up to the desired grade. The base materials shall be removed and Class 3000 cement concrete shall be placed within the entire volume of the excavation up to, but not to exceed, 1-1/2 inches below the finished pavement surface. On the following day, the concrete, the edges of the HMA and the outer edge of the casting shall be painted with a hot asphalt tack coat. HMA Class 3/8 In. shall then be placed and compacted with hand tampers and a patching roller. The completed patch shall match the existing paved surface for texture, density and uniformity of grade. The joint between the patch and existing pavement shall then be painted with hot asphalt cement or asphalt emulsion and shall be immediately covered with dry paving sand before the asphalt cement solidifies. 5-04.3(14) Planing Bituminous Pavement Section 5-04.3(14) is supplemented with the following: (January 5, 2014) The Contractor shall perform the planing operations no more than *** 14 *** calendar days ahead of the time the planed area is to be paved with HMA, unless otherwise allowed by the Engineer in writing. 5-04.5 Payment 5-04.5(1)B Price Adjustments for Quality of HMA Compaction (January 16, 2014 APWA GSP) Delete this section and replace it with the following: The maximum CPF of a compaction lot is 1.00. For each compaction lot of HMA when the CPF is less than 1.00, a Nonconforming Compaction Factor (NCCF) will be determined. THE NCCF equals the algebraic difference of REBID POND MAINTENANCE PROJECT - RANDALL PARK 62 CPF minus 1.00 multiplied by 40 percent. The Compaction Price Adjustment will be calculated as the product of the NCCF, the quantity of HMA in the lot in tons and the unit contract price per ton of the mix. DIVISION 6 - STRUCTURES 6-02 CONCRETE STRUCTURES 6-02.5 Payment Supplement this section with the following: "Concrete Outlet Structure", lump sum. The lump sum item for "Concrete Outlet Structure" shall be full compensation for all labor and material costs to construct structure as shown in the plans. This includes, but is not limited to labor and materials for subgrade preparation, form work, reinforcing steel, placing and finishing of concrete, and curing. DIVISION 7 - DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS AND CONDUITS 7-04 STORM SEWERS 7-04.3(1)A General This section is supplemented with the following: No infiltration or exfiltration test will be required for the storm drainpipe. 7-04.5 Payment This section is supplemented with the following: The unit Contract price per linear foot for storm sewer pipe of the kind and size specified shall be full pay for all Work to complete the installation, including excavation, laying, and bedding of pipe, anti -seep collars, and trash racks as shown in the plans. 7-12 VALVES FOR WATER MAINS 7-12.1 Description Supplement this Section with the following: This work consists of providing and installing gate valves for the stormwater facility drain lines. 7-12.5 Payment Supplement this section with the following: The unit Contract price per each for the valve specified to be utilized with drain system shall be full pay for all Work to furnish and install the valve complete in place on the drain line, including trenching, jointing, painting, low-pressure air testing, valve box, and concrete collar. REBID POND MAINTENANCE PROJECT - RANDALL PARK 63 DIVISION 8 - MISCELLANEOUS CONSTRUCTION 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL 8-01.3 Construction Requirements General The tenth paragraph of Section 8-01.3(1) is revised to read: (January 25, 2010) Erodible Soil Eastern Washington Erodible soil not being worked whether at final grade or not, shall be covered within the following time period using an approved soil cover practice: July 1 through September 30 October 1 through June 30 8-01.3(1)C Water Management 8-01.3(1)C4 Management of Off -Site Water Supplement this Section with the following: 30 days 15 days Contractor shall submit Working Drawings for approval detailing bypass of off-site water, which enters the pond by an existing easterly flowing stream. This includes but is not limited to methods to dam stream, size, location and restraint for pipes, pump size, generator type and size, pump controls such as floats or continuous operation, turbidity measurements, and discharge flow rate. The existing pond does not have a drain system. The Contractor shall submit a separate set of Working Drawings detailing draining methods for the pond. This includes draining prior to and during pond excavation. Items to address shall include: 1. Draining Method (pump, siphon, cutting embankment, etc.) 2. Turbidity Management a. Process to comply with NPDES Construction Stormwater General Permit i. Proposed treatment methods and/or facilities 8-01.3(2)B Seeding and Fertilizing Supplement this section with the following: Seed Mix • 40% Perennial Ryegrass • 40% Creeping Red Fescue • 10% colonial Bentgrass • 10% White Clover Seeding application rate shall be 80 -120 Ib per acre. 8-01.4 Measurement Supplement this section with the following: Stabilized Construction Entrance shall be measured per each entrance constructed at the locations indicated in the Plans or as directed by the Engineer. REBID POND MAINTENANCE PROJECT - RANDALL PARK 64 8-01.5 Payment Supplement this section with the following: "Temporary Bypass and Drainage", lump sum. The lump sum Contract price for "Temporary Bypass and Drainage", shall be full pay for all equipment, labor, and materials to perform the Work specified to bypass off-site water and drain pond as described in Section 8-01.3(1)C4, this includes, but is not limited to preparation, submittal, and revisions to Working Drawings, pumps, pipes, generators, treatment facilities, and all other measures required to comply with NPDES Construction General Stormwater Permit. "Stabilized Construction Entrance", per each. The unit contract price for Stabilized Construction Entrance shall be considered full compensation for providing, installing, and maintaining materials, and for all labor, tools, equipment, and incidentals necessary to complete this item. Removal and disposal of materials at an approved disposal site shall be considered incidental and included in the unit price. 8-02 ROADSIDE RESTORATION 8-02.3(1) Responsibility During Construction Supplement this Section with the following: The Contractor shall have sole responsibility for the maintenance and appearance of the project area until Final Acceptance has been granted by the Contracting Agency. 8-02.3(2)B Weed and Pest Control Plan Supplement this section with the following: Weed control for disturbed areas during construction shall be maintained by the Contractor through the warranty period of the project. 8-03 IRRIGATION SYSTEMS 8-03.1 Description Supplement this Section with the following: The work shall also include repair of the existing irrigation system to provide 100% head-to- head coverage within the project limits. Repairs shall be per 8-03 irrigation systems in the Standard Specifications. 8-03.5 Payment Supplement this section with the following: "Repair Irrigation System", Force Account. All costs for furnishing and installing irrigation system equipment and components as needed to restore the irrigation system to functional condition, all costs of initial and annual inspections and tests performed on cross connection control devices and electrical wire testing during the life of the Contract and As Built Plans shall be included in the lump sum price for the complete irrigation system as shown in the Plans or as otherwise approved by the Engineer. REBID POND MAINTENANCE PROJECT - RANDALL PARK 65 8-15 RIPRAP 8-15.2 Materials See Special Provision 9-13.1(5) for quarry spall gradation for outlet spillway. 8-15.4 Measurement Supplement this section with the following: Quarry spalls shall be measured by the cubic yard compacted in place to the neat lines indicated on the Plans. 8-15.5 Payment Supplement this section with the following: The unit Contract price per cubic yard for quarry spalls shall be full pay for all costs in furnishing, placing, and compacting spalls and riprap for outlet protection. Quarry spalls used for other purposes such as Construction Entrance or lay down area shall not be paid for as part of the "Quarry SpaII" bid item. 8-21 PERMANENT SIGNING 8-21.5 Payment Supplement this Section with the following: The lump sum item for "Permanent Signing" shall be full pay for all labor, materials, and equipment to provide and install the "Do Not Feed Waterfowl" sign as shown in the plans. 8-30 REPAIR OR REPLACEMENT (New Section) 8-30.1 Description The work shall consist of repair of any incidental damages to landscaping, fencing, private irrigation, top soil, turf or other miscellaneous items within or adjacent to the project area. This includes complete replacement of items that are beyond repair as determined by the Engineer. 8-30.5 Payment Payment will be made for the following bid items: "Repair or Replacement", by force account. For the purpose of providing a common proposal for all bidders, and for that purpose only, the City has estimated the force account for "Repair or Replacement", and has arbitrarily entered the amount for the pay item in the proposal to become a part of the total bid by the Contractor. REBID POND MAINTENANCE PROJECT - RANDALL PARK 66 9-05 DRAINAGE STRUCTURES, CULVERTS AND CONDUITS 9-05.15(1) Manhole Ring and Cover This section is revised to read as follows: All manhole rings and lids to be adjusted on this project shall be replaced with locking manhole rings and lids that will be supplied by the City at no cost to the Contractor. The locking manhole rings and lids shall be picked up from the Wastewater Collections Shop located at 204 W. Pine Street at the Contractor's expense. The locking lids are marked as "Sewer" for the sanitary sewer system and "Storm" for the storm water system. The Contractor will be responsible for placing the correct lid on each system manhole upon completion of adjustment. The Contractor shall notify the Wastewater Collections Shop a minimum of 24 hours in advance (509-576-6302) to ensure that the facility will be open when scheduling the pickup of the rings and lids. The Contractor will need to supply the forklift for loading of the lids. The lids shall be placed such that the lid will open against traffic. REBID POND MAINTENANCE PROJECT - RANDALL PARK 67 (January 3, 2017) STANDARD PLANS The State of Washington Standard Plans for Road, Bridge and Municipal Construction M21-01 transmitted under Publications Transmittal No. PT 16-048, effective August 1, 2016 is made a part of this contract. The Standard Plans are revised as follows: A-30.15 DELETED A-40.10 Section View, PCCP to HMA Longitudinal Joint, callout, was - "Sawed Groove - Width 3/16" (IN) MIN. to 5/16" (IN) MAX. - Depth 1" (IN) MIN. - see Std. Spec. 5-04.3(12)B" is revised to read; "Sawed Groove - Width 3/16" (IN) MIN. to 5/16" (IN) MAX. - Depth 1" (IN) MIN. - see Std. Spec. Section 5-04.3(12)A2" A-50.10 Sheet 2 of 2, Plan, with Single Slope Barrier, reference C -14a is revised to C-70.10 A-50.20 Sheet 2 of 2, Plan, with Anchored Barrier, reference C -14a is revised to C-70.10 A-50.30 Sheet 2 of 2, Plan (top), reference C -14a is revised to C-70.10 A-60.30 Note 4, was - "If the ACP and membrane is to be removed from the bridge deck, see GSP 023106 for deck preparation before placing new membrane." Is revised to read; "If the ACP and membrane is to be removed from the bridge deck, see GSP 6-02.3(10)D.OPT6.GB6 for deck preparation before placing new membrane." B-10.20 and B-10.40 Substitute "step" in lieu of "handhold" on plan B-15.60 Table, Maximum Knockout Size column, 120" Diam., 42" is revised to read; 96" B-25.20 Add Note 7. See Standard Specification Section 8-04 for Curb and Gutter requirements B-40.40 Note 2, was - "When bolt -down grates are specified in the Contract, provide two slots in the grate that are centered with the holes in the frame. Location of bolt -down slots varies among different manufacturers." Is revised to read; "Bolt -down capability is required on all frames, grates, and covers, unless specified otherwise in the Contract. Provide 2 holes in the frame that are vertically aligned with the grate or cover slots. The frame shall accept the 5/8" (in) - 11 NC x 2" (in) Allen head cap screw by being tapped, or other approved mechanism. Location of bolt -down holes varies by manufacturers." B-55.20 Metal Pipe elevation, title is revised to read; "Metal Pipe and Steel Rib Reinforced Polyethylene Pipe" REBID POND MAINTENANCE PROJECT - RANDALL PARK 68 B-90.40 Offset & Bend details, add the subtitle, "Plan View" above titles C -16a Note 1, reference C-28.40 is revised to C-20.10 C -16b Note 3, reference C-28.40 is revised to C-20.10 C-22.14 Note 3, formula, was: "Elevation G = (Elevation S — D x (0.1) + 28" is revised to read: "Elevation G = (Elevation S — D x (0.1) + 28/12" C-22.16 Note 3, formula, was: "Elevation G = (Elevation S — D x (0.1) + 31" is revised to read: "Elevation G = (Elevation S — D x (0.1) + 31/12" C-22.41 DELETED D-10.10 Wall Type 1 may be used if no traffic barrier is attached on top of the wall. Walls with traffic barriers attached on top of the wall are considered non-standard and shall be designed in accordance with the current WSDOT Bridge Design Manual (BDM) and the revisions stated in the 11/3/15 Bridge Design memorandum. D-10.15 Wall Type 2 may be used if no traffic barrier is attached on top of the wall. Walls with traffic barriers attached on top of the wall are considered non-standard and shall be designed in accordance with the current WSDOT BDM and the revisions stated in the 11/3/15 Bridge Design memorandum. D-10.20 Wall Type 3 may be used in all cases. The last sentence of Note 6 on Wall Type 3 shall be revised to read: The seismic design of these walls has been completed using a site adjusted (effective) peak ground acceleration of 0.32g. D-10.25 Wall Type 4 may be used in all cases. The last sentence of Note 6 on Wall Type 4 shall be revised to read: The seismic design of these walls has been completed using a site adjusted (effective) peak ground acceleration of 0.32g. D-10.30 Wall Type 5 may be used in all cases. D-10.35 Wall Type 6 may be used in all cases. D-10.40 Wall Type 7 may be used if no traffic barrier is attached on top of the wall. Walls with traffic barriers attached on top of the wall are considered non-standard and shall be designed in REBID POND MAINTENANCE PROJECT - RANDALL PARK 69 accordance with the current WSDOT BDM and the revisions stated in the 11/3/15 Bridge Design memorandum. D-10.45 Wall Type 8 may be used if no traffic barrier is attached on top of the wall. Walls with traffic barriers attached on top of the wall are considered non-standard and shall be designed in accordance with the current WSDOT BDM and the revisions stated in the revisions stated in the 11/3/15 Bridge Design memorandum. D-15.10 STD Plans D-15 series "Traffic Barrier Details for Reinforced Concrete Retaining Walls" are withdrawn. Special designs in accordance with the current WSDOT BDM are required in place of these STD Plans. D-15.20 STD Plans D-15 series "Traffic Barrier Details for Reinforced Concrete Retaining Walls" are withdrawn. Special designs in accordance with the current WSDOT BDM are required in place of these STD Plans. D-15.30 STD Plans D-15 series "Traffic Barrier Details for Reinforced Concrete Retaining Walls" are withdrawn. Special designs in accordance with the current WSDOT BDM are required in place of these STD Plans. F-10.12 Section Title, was — "Depressed Curb Section" is revised to read: "Depressed Curb and Gutter Section" F-10.40 "EXTRUDED CURB AT CUT SLOPE", Section detail - Deleted F-10.42 DELETE — "Extruded Curb at Cut Slope" View G-22.10 Sheet 2, Elevation , Three -Post Installation, Dimension, upper right, was — ".035" is revised to read: " 0.35X" H-70.20 Sheet 2, Spacing Detail, Mailbox Support Type 1, reference to Standard Plan 1-70.10 is revised to H-70.10 J-3 DELETED J -3b DELETED J -3C DELETED J-10.21 REBID POND MAINTENANCE PROJECT - RANDALL PARK 70 Note 18, was - "When service cabinet is installed within right of way fence, see Standard Plan J-10.22 for details." Is revised to read; "When service cabinet is installed within right of way fence, or the meter base is mounted on the exterior of the cabinet, see Standard Plan J-10.22 for details." J-10.22 Key Note 1, was - "Meter base per serving utility requirements- as a minimum, the meter base shall be safety socket box with factory -installed test bypass facility that meets the requirements of EUSERC drawing 305." Is revised to read; "Meter base per serving utility requirements- as a minimum, the meter base shall be safety socket box with factory - installed test bypass facility that meets the requirements of EUSERC drawing 305. When the utility requires meter base to be mounted on the side or back of the service cabinet, the meter base enclosure shall be fabricated from type 304 stainless steel." Key Note 4, "Test with (SPDT Snap Action, Positive close 15 Amp - 120/277 volt "T" rated). Is revised to read: "Test Switch (SPDT snap action, positive close 15 amp - 120/277 volt "T" rated)." Key Note 14, was - "Hinged dead front with 1/4 turn fasteners or slide latch." Is revised to read; "Hinged dead front with 1/4 turn fasteners or slide latch. - Dead front panel bolts shall not extend into the vertical limits of the breaker array(s)." Key Note 15, was - "Cabinet Main Bonding Jumper. Buss shall be 4 lug tinned copper. See Cabinet Main bonding Jumper detail, Standard Plan J -3b." is revised to read; "Cabinet Main Bonding Jumper Assembly - Buss shall be 4 lug tinned copper - See Standard Plan J- 10.20 for Cabinet Main Bonding Jumper Assembly details." J-20.10 Add Note 5, "5. One accessible pedestrian signal assembly per pedestrian pushbutton post." J-20.11 Sheet 2, Foundation Detail, Elevation, callout - "Type 1 Signal Pole" is revised to read: "Type PS or Type 1 Signal Pole" Sheet 2, Foundation Detail, Elevation, add note below Title, "(Type 1 Signal Pole Shown)" Add Note 6, "6. One accessible pedestrian signal assembly per pedestrian pushbutton post." J-20.26 Add Note 1, "1. One accessible pedestrian pushbutton station per pedestrian pushbutton post." J-20.16 View A, callout, was - LOCK NIPPLE, is revised to read; CHASE NIPPLE J-21.10 Sheet 1 of 2, Elevation view (Round), add dimension depicting the distance from the top of the foundation to find 2 #4 reinforcing bar shown, to read; 3" CLR.. Delete "(TYP.)" from the 2 IA" CLR. dimension, depicting the distance from the bottom of the foundation to find 2 # 4 reinf. Bar. Sheet 1 of 2, Elevation view (Square), add dimension depicting the distance from the top of the foundation to find 1 #4 reinforcing bar shown, to read; 3" CLR. Delete "(TYP.)" from the 2'/z" CLR. dimension, depicting the distance from the bottom of the foundation to find 1 # 4 reinf. Bar. Sheet 2 of 2, Elevation view (Round), add dimension depicting the distance from the top of the foundation to find 2 #4 reinforcing bar shown, to read; 3" CLR. Delete "(TYP.)" from the REBID POND MAINTENANCE PROJECT - RANDALL PARK 71 2 1/2" CLR. dimension, depicting the distance from the bottom of the foundation to find 2 # 4 reinf. Bar. Sheet 2 of 2, Elevation view (Square), add dimension depicting the distance from the top of the foundation to find 1 #4 reinforcing bar shown, to read; 3" CLR. Delete "(TYP.)" from the 2 1/2" CLR. dimension, depicting the distance from the bottom of the foundation to find 1 # 4 reinf. Bar. Detail F, callout, "Heavy Hex Clamping Bolt (TYP.) - 3/4" (IN) Diam. Torque Clamping Bolts (see Note 3)" is revised to read; "Heavy Hex Clamping Bolt (TYP.) - 3/4" (IN) Diam. Torque Clamping Bolts (see Note 1)" Detail F, callout, "3/4" (IN) x 2' - 6" Anchor Bolt (TYP.) - Four Required (See Note 4)" is revised to read; "3/4" (IN) x 2' - 6" Anchor Bolt (TYP.) - Three Required (See Note 2)" J-21.15 Partial View, callout, was - LOCK NIPPLE - 1 1/2" DIAM., is revised to read; CHASE NIPPLE - 1 '/2" (IN) DIAM. J-21.16 Detail A, callout, was - LOCKNIPPLE, is revised to read; CHASE NIPPLE J-22.15 Ramp Meter Signal Standard, elevation, dimension 4' - 6" is revised to read; 6'-0" (2x) Detail A, callout, was - LOCK NIPPLE - 1 '/2" DIAM. is revised to read; CHASE NIPPLE 1 1/2" (IN) DIAM. J-40.10 Sheet 2 of 2, Detail F, callout, "12 - 13 x 1 '/2" S.S. PENTA HEAD BOLT AND 12" S. S. FLAT WASHER" is revised to read; "12 - 13 x 1 '/2" S.S. PENTA HEAD BOLT AND 1/2" (IN) S. S. FLAT WASHER" J-60.14 All references to J -16b (6x) are revised to read; J-60.11 K-80.30 In the NARROW BASE, END view, the reference to Std. Plan C -8e is revised to Std. Plan K-80.35 M-11.10 Layout, dimension (from stop bar to "X"), was - 23' is revised to read; 24' The following are the Standard Plan numbers applicable at the time this project was advertised. The date shown with each plan number is the publication approval date shown in the lower right-hand corner of that plan. Standard Plans showing different dates shall not be used in this contract. A-10.10-00 8/7/07 A-40.00-00 8/11/09 A-50.30-00 11/17/08 A-10.20-00 10/5/07 A-40.10-03 12/23/14 A-50.40-00 11/17/08 A-10.30-00 10/5/07 A-40.15-00 8/11/09 A-60.10-03 12/23/14 A-20.10-00 8/31/07 A-40.20-03 12/23/14 A-60.20-03 12/23/14 A-30.10-00 11/8/07 A-40.50-02 12/23/14 A-60.30-00 11/8/07 A-30.30-01 6/16/11 A-50.10-00 11/17/08 A-60.40-00 8/31/07 A-30.35-00 10/12/07 A-50.20-01 9/22/09 B-5.20-01 6/16/11 B-30.50-01 4/26/12 B-75.20-01 6/10/08 REBID POND MAINTENANCE PROJECT - RANDALL PARK 72 B-5.40-01 6/16/11 B-5.60-01 6/16/11 B-10.20-01 2/7/12 B-10.40-00 6/1/06 B-10.60-00 6/8/06 B-15.20-01 2/7/12 B-15.40-01 2/7/12 B-15.60-01 2/7/12 B-20.20-02 3/16/12 B-20.40-03 3/16/12 B-20.60-03 3/15/12 B-25.20-01 3/15/12 B-25.60-00 6/1/06 B-30.10-01 4/26/12 B-30.20-02 4/26/12 B-30.30-01 4/26/12 B-30.40-01 4/26/12 C-1 7/12/16 C -la 7/14/15 C -lb 7/14/15 C -lc 7/12/16 C-1 d 10/31/03 C-2 1/6/00 C -2a 6/21/06 C -2b 6/21/06 C -2c 6/21/06 C -2d 6/21/06 C -2e 6/21/06 C -2f 3/14/97 C -2g 7/27/01 C -2h 3/28/97 C -2i 3/28/97 C -2j 6/12/98 C -2k 7/12/16 C -2n 7/12/16 C -2o 7/13/01 C -2p 10/31/03 C-3 7/2/12 C -3a 10/4/05 C -3b 6/27/11 C -3c 6/27/11 C -4b 7/15/16 C -4e 7/15/16 C -4f 7/2/12 C -16b 6/3/10 D-2.04-00 11/10/05 D-2.06-01 1/6/09 D-2.08-00 11/10/05 D-2.14-00 11/10/05 D-2.16-00 11/10/05 D-2.18-00 11/10/05 B-30.70-03 4/26/12 B-75.50-01 B-30.80-00 6/8/06 B-75.60-00 8-30.90-01 9/20/07 8-80.20-00 B-35.20-00 6/8/06 B-80.40-00 B-35.40-00 6/8/06 B-82.20-00 B-40.20-00 6/1/06 B-85.10-01 B-40.40-01 6/16/10 B-85.20-00 8-45.20-00 6/1/06 8-85.30-00 8-45.40-00 6/1/06 8-85.40-00 8-50.20-00 6/1/06 B-85.50-01 B-55.20-00 6/1/06 8-90.10-00 8-60.20-00 6/8/06 8-90.20-00 B-60.40-00 6/1/06 B-90.30-00 B-65.20-01 4/26/12 B-90.40-00 B-65.40-00 6/1/06 8-90.50-00 B-70.20-00 6/1/06 8-95.20-01 8-70.60-00 6/1/06 8-95.40-00 6/10/08 6/8/06 6/8/06 6/1/06 6/1/06 6/10/08 6/1/06 6/1/06 6/8/06 6/10/08 6/8/06 6/8/06 6/8/06 6/8/06 6/8/06 2/3/09 6/8/06 6/11/14 6/11/14 7/14/15 7/14/15 7/14/15 7/14/15 7/15/16 7/2/12 7/2/12 7/2/12 6/17/14 6/11/14 6/11/14 6/11/14 6/11/14 6/11/14 6/11/14 6/11/14 4/8/12 4/8/12 4/8/12 6/11/14 6/30/14 6/17/14 6/11/14 6/11/14 7/3/08 C-6 7/15/16 C-23.60-03 C -6a 10/14/09 C.24.10-01 C -6c 7/15/16 C-25.18-05 C -6d 7/15/16 C-25.20-06 C -6f 7/15/16 C-25.22-05 C-7 6/16/11 C-25.26-03 C -7a 6/16/11 C-25.80-04 C-8 2/10/09 C-40.14-02 C -8a 7/25/97 C-40.16-02 C -8b 2/29/16 C-40.18-02 C -8e 2/21/07 C-70.10-01 C -8f 6/30/04 C-75.10-01 0-10 7/15/16 0-75.20-01 C -16a 6/3/10 C-75.30-01 0-20.10-03 7/14/15 0-80.10-01 0-20.14-03 6/11/14 0-80.20-01 0-20.15-02 6/11/14 0-80.30-01 0-20.18-02 6/11/14 0-80.40-01 0-20.19-02 6/11/14 0-80.50-00 0-20.40-05 7/14/15 C-85.10-00 0-20.41-01 7/14/15 0-85.11-00 0-20.42-05 7/14/15 0-85.14-01 0-20.45.01 7/2/12 0-85.15-01 0-22.14-04 7/15/16 0-85.16-01 0-22.16-05 7/14/15 0-85-18-01 0-22.40-05 7/15/16 0-85.20-01 0-22.45-02 7/15/16 0-90.10-00 D-2.48-00 11/10/05 D-3.17-02 5/9/16 D-2.64-01 1/6/09 D-4 12/11/98 D-2.66-00 11/10/05 D-6 6/19/98 D-2.68-00 11/10/05 D-10.10-01 12/2/08 D-2.80-00 11/10/05 D-10.15-01 12/2/08 D-2.82-00 11/10/05 D-10.20-00 7/8/08 REBID POND MAINTENANCE PROJECT - RANDALL PARK 73 D-2.20-00 11/10/05 D-2.32-00 11/10/05 D-2.34-01 1/6/09 D-2.36-03 6/11/14 D-2.42-00 11/10/05 D-2.44-00 11/10/05 D-2.60-00 11/10/05 D-2.62-00 11/10/05 D-2.46-01 6/11/14 E-1 E-2 F-10.12-03 F-10.16-00 F-10.18-00 F-10.40-03 F-10.42-00 D-2.84-00 11/10/05 D-2.86-00 11/10/05 D-2.88-00 11/10/05 D-2.92-00 11/10/05 D-3.09-00 5/17/12 D -3.10-01 5/29/13 O -3.11-03 6/11/14 D-3.15-02 6/10/13 D-3.16-02 5/29/13 2/21/07 E-4 8/27/03 5/29/98 E -4a 8/27/03 6/11/14 F-10.62-02 4/22/14 12/20/06 F-10.64-03 4/22/14 6/27/11 F-30.10-03 6/11/14 6/29/16 F-40.12-03 6/29/16 1/23/07 F-40.14-03 6/29/16 G-10.10-00 9/20/07 G-20.10-02 6/23/15 G-22.10-03 7/10/15 G-24.10-00 11/8/07 G-24.20-01 2/7/12 G-24.30-01 2/7/12 G-24.40-06 2/29/16 G-24.50-03 6/17/14 G-24.60-04 6/23/15 H-10.10-00 H-10.15-00 H-30.10-00 G-25.10-04 6/10/13 G-30.10-04 6/23/15 G-50.10-02 6/23/15 G-60.10-03 6/18/15 G-60.20-02 6/18/15 G-60.30-02 6/18/15 G-70.10-03 6/18/15 G-70.20-03 2/29/16 G-70.30-03 2/29/16 7/3/08 H-32.10-00 7/3/08 H-60.10-01 10/12/07 H-60.20-01 D-10.25-00 7/8/08 D-10.30-00 7/8/08 D-10.35-00 7/8/08 D-10.40-01 12/2/08 D-10.45-01 12/2/08 D-15.10-01 12/2/08 D-15.20-03 5/9/16 D-15.30-01 12/02/08 F-40.15-03 6/29/16 F-40.16-03 6/29/16 F-45.10-02 7/15/16 F-80.10-04 7/15/16 G-90.10-02 4/28/16 G-90.11-00 4/28/16 G-90.20-04 4/28/16 G-90.30-03 4/28/16 G-90.40-02 4/28/16 G-95.10-01 6/2/11 G-95.20-02 6/2/11 G-95.30-02 6/2/11 9/20/07 H-70.10-01 2/7/12 7/3/08 H-70.20-01 2/16/12 7/3/08 H-70.30-02 2/7/12 1-10.10-01 8/11/09 1-30.10-02 3/22/13 1-30.15-02 3/22/13 1-30.16-00 3/22/13 1-30.17-00 3/22/13 J-10 7/18/97 J-10.10-03 6/3/15 J-10.15-01 6/11/14 J-10.16-00 6/3/15 J-10.17-00 6/3/15 J-10.18-00 6/3/15 J-10.20-01 6/1/16 J-10.21-00 6/3/15 J-10.22-00 5/29/13 J-15.10-01 6/11/14 J-15.15-02 7/10/15 J-20.10-03 6/30/14 J-20.11-02 6/30/14 J-20.15-03 6/30/14 1-30.20-00 9/20/07 1-30.30-01 6/10/13 1-30.40-01 6/10/13 1-30.60-00 5/29/13 1-40.10-00 9/20/07 1-40.20-00 9/20/07 1-50.20-01 6/10/13 1-60.10-01 6/10/13 1-60.20-01 6/10/13 1-80.10-02 7/15/16 J-26.20-00 6/11/14 J-40.38-01 5/20/13 J-27.10-01 7/21/16 J-40.39-00 5/20/13 J-27.15-00 3/15/12 J-40.40-01 4/28/16 J-28.10-01 5/11/11 J-50.10-00 6/3/11 J-28.22-00 8/07/07 J-50.11-00 6/3/11 J-28.24-01 6/3/15 J-50.12-00 6/3/11 J-28.26-01 12/02/08 J-50.15-00 6/3/11 J-28.30-03 6/11/14 J-50.16-01 3/22/13 J-28.40-02 6/11/14 J-50.20-00 6/3/11 J-28.42-01 6/11/14 J-50.25-00 6/3/11 J-28.43-00 6/11/14 J-50.30-00 6/3/11 J-28.45-03 7/21/16 J-60.05-01 7/21/16 J-28.50-03 7/21/16 J-60.11-00 5/20/13 J-28.60-02 7/21/16 J-60.12-00 5/20/13 REBID POND MAINTENANCE PROJECT - RANDALL PARK 74 J-20.16-02 6/30/14 J-20.20-02 5/20/13 J-20.26-01 7/12/12 J-21.10-04 6/30/14 J-21.15-01 6/10/13 J-21.16-01 6/10/13 J-21.17-01 6/10/13 J-21.20-01 6/10/13 J-22.15-02 7/10/15 J-22.16-03 7/10/15 J-26.10-03 7/21/16 J-26.15-01 5/17/12 K-70.20-01 6/1/16 K-80.10-01 6/1/16 K-80.20-00 12/20/06 K-80.30-00 2/21/07 K-80.35-00 2/21/07 K-80.37-00 2/21/07 L-10.10-02 L-20.10-03 L-30.10-02 J-28.70-02 6/1/16 J-60.13-00 6/16/10 J-29.10-01 7/21/16 J-60.14-00 6/16/10 J-29.15-01 7/21/16 J-75.10-02 7/10/15 J-29.16-02 7/21/16 J-75.20-01 7/10/15 J-30.10-00 6/18/15 J-75.30-02 7/10/15 J-40.05-00 7/21/16 J-75.40-02 6/1/16 J-40.10-04 4/28/16 J-75.41-01 6/29/16 J-40.20-03 .4/28/ 16 J-75.45-02 6/1/16 J-40.30-04 4/28/16 J-90.10-02 4/28/16 J-40.35-01 5/29/13 J-90.20-02 4/28/16 J-40.36-01 5/20/13 J-90.21-01 4/28/16 J-40.37-01 5/20/13 6/21/12 L-40.10-02 6/21/12 L-70.10-01 7/14/15 L-40.15-01 6/16/11 L-70.20-01 6/11/14 L-40.20-02 6/21/12 5/21/08 5/21/08 M-1.20-03 6/24/14 M-1.40-02 6/3/11 M-1.60-02 6/3/11 M-1.80-03 6/3/11 M-2.20-03 7/10/15 M-2.21-00 7/10/15 M-3.10-03 6/3/11 M-3.20-02 6/3/11 M-3.30-03 6/3/11 M-3.40-03 6/3/11 M-3.50-02 6/3/11 M-5.10-02 6/3/11 M-7.50-01 1/30/07 M-9.50-02 6/24/14 M-9.60-00 2/10/09 M-11.10-01 1/30/07 M-15.10-01 2/6/07 M-17.10-02 7/3/08 M-20.10-02 6/3/11 M-20.20-02 4/20/15 M-20.30-04 2/29/16 M-20.40-03 6/24/14 M-20.50-02 6/3/11 M-24.20-02 4/20/15 M-24.40-02 4/20/15 M-24.50-00 6/16/11 M-24.60-04 6/24/14 M-40.10-03 6/24/14 M-40.20-00...10/12/07 M-40.30-00 9/20/07 M-40.40-00 9/20/07 M-40.50-00 9/20/07 M-40.60-00 9/20/07 M-60.10-01 6/3/11 M-60.20-02 6/27/11 M-65.10-02 5/11/11 M-80.10-01 6/3/11 M-80.20-00 6/10/08 M-80.30-00 6/10/08 REBID POND MAINTENANCE PROJECT - RANDALL PARK 75 REBID POND MAINTENANCE PROJECT - RANDALL PARK 76 CONTRACT THIS AGREEMENT, made and entered into in triplicate, this day Ofj_ 017, by and between the City of Yakima, hereinafter called the Owner, and,Qec/Ai7 CO . a 5o/e/0,0 /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 Contractgr shall do all work and furnish all tools, materials, labor and equipment for THE BID AMOUNT OF: $322,3/ �9 , for Rebid Pond Maintenance Project — Randall Park, City Project No. 2384, 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 Thirty (30) 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 day of 111/11`/ 2017. rliadd A ity Manager Attest: \Cit Clerk CONTRACTOR SO !e ,PeC/4' PA-✓>" ,alk) P. By: T KIAtq C..1 , Kik ctor S7 -#e , ,a i1 r' 1 t,P * It . 1,. + i CITU CONTRACT NO:20f 7' / �o ' 1.1'4'170 h'�'' RESOLUTION NO: n 14 'O\ (Print Name) e-ve,e#J/ Al/9-v4G-e'Q SS: (President, Owner, etc.) P, o. Box W56 Corporation REBID POND MAINTENANCE PROJECT — RANDALL PARK 77 PERFORMANCE BOND BOND TO CITY OF YAKIMA KNOW ALL MEN BY THESE PRESENTS: Bond No. 30012650 That whereas the City of Yakima, Washington has awarded to - Reclaim Company (Contractor) hereinafter designated as the "Principal" a contract for the construction of the project designated Rebid Pond Maintenance Project — Randall Park, City Project No. 2384, 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 Western Surety Company (Surety), a corporation, organized and existing under and by virtue of the laws of the State of South Dakota , 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 $ 322,319.68 (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 alt 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 seated by their duly authorized officers this 12th day of June , 2017 , Approved as to form: �.JJ (Tdle) (City Attorney) REBID POND MAINTENANCE PROJECT — RANDALL PARK gn re) (Print Name) Western Surety Company By: (Surety) (Signature) Aliceon A. Keltner (Print Name) Attorney -in -Fact (rise) 79 Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it docs by virtue of the signature and seal herein affixed hereby make; constitute and appoint Michael S Mansfield, Sara Sophie Sellin, Donald Percell Shanklin Jr, Misti M Webb, Tamara A Ringeisen, Kari Michelle Motley, Bryan Richard Ludwick, David W Ross, Individually of Portland, OR Cynthia L Jay, Eric A Zimmerman, James B Binder, Aliceon A Kellner, Brandon K Bush, Individually of Seattle, WA Karen C Swanson, Julie R Truitt, Jamie Diemer, Carley Espiritu, Christopher Kinyon, Brent E Heilesen, Peter .1 Comfort, Annelies M Richie, Kyle Joseph Howat, Kristine A Lawrence, Mary S Norrell, Heather L Allen, Individually of Tacoma, WA its true and lawful Attorneys) -in -Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds. undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to hind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney, pursuant to the authority herehy given, are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Law printed on the reverse hereof, duly adopted, as indicated, by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to he signed by its Vice President and its corporate seal to be hereto affixed on this 19th day of January, 2017. State of South Dakota County of Minnehaha } ss WESTERN SURETY COMPANY ud T. Bruflat, Vice President On this 19th day of January, 2017, before me personally carne Paul T. Bruflat, to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is the Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to he the act and ilecd of said corporation. My commission expires June 23, 2021 J. MOHR CzNOTARY PUBLIC SOUTH DAKOTA CERTIFICATE J. Mohr, Notary Public 1, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force, and further certify that the By -Law of the corporation printed on the reverse hereof is still in force. In testimony whereof f have hereunto subscrihed my name and affixed the seal of the said corporation this 1)--{7"•-- day of `i l lye Q_ O' 7 Form F4280-7-2012 WESTERN SURETY COMPANY 65v 2°4111L4fret../ L. Nelson, Assistant Secretary Authorizing By -Law ADOPTED BY THE SHAREHOLDERS OF WESTERN SURETY COMPANY This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the shareholders of the Company. Section 7. All bonds, policies. undertakings, Powers of Attorney. or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary. and Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President. Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds, policies, or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may he printed by facsimile. ACO dR CERTIFICATE OF LIABILITY INSURANCE DATE Ian 6/1/2017 THIS CERTIFICATE 18 ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. TINS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGA11VELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. HIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S). AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: if IN codifies*, holder Is an ADDITIONAL INSURED, the polkyllss) must bo endorsed, If SUBROGATION 18 WANED, outdoes to On terms and conditions of tM policy, certain policies may require an endorsement A statement on this osrtlflcats doss not confer rights to the certificate hotdsr In Ileu of such ondorsomant(s). PRODUCER Terril, Lewis & Wilke Ins, Inc. PO Box 1789 Yakima, WA 98907-1789 S48URED Jessica Conner/on DBA Reclaim Company PO Box 4136 Yakima, WA 98904 COVERAGES Natal) Roque Eau. (509) 248-3515 Ar$68. nroquo@tlwlns.Com Nauseam AFFORDING commie NAIL etauRea Scottsdale Insurance Company - Programs asURan o : INSURER c RAWRIER o SIMMER F CERTIFICATE NUMBER: REVISION NUMBER: 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 18 SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. OMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. _ TYPE OF INSURANCE SAL Lb1EDI.RY COMMERCIAL GENERAL LWaWTY ..-- `.__} CLAIMS -MADE I " I OCCUR GEM. AGGREGATE UWTAPPPL/�EjS PER: POLICY (Vl .FUER T I I LOC MIT011064.E LIAa1LIrY ANY AUTO ALI ED T i SCREAMED AUTOS HIRED At/TOS NO NOON�SNEA UAa _.. OCCUR EXCESS UAa 1Lq A{MS- LADE DEe—J 1 RETENTION $ YTGlttallla COIIENSAl10N ARID EMPLOYHIs' LW JTY ANY PROPRETOR/PARTNEA/F.xECUTIVE dyyeetsbniaeoty slim CER/UMBER EXCLUtx?p9 der DESCRIPTION OF OPERATIONS bras X POLICY IEJAIaeR CPS -2600995 ■l_r. 44 / 11/22/2016 11/22/2017 LINTS EACH OCCURRENCE r rTd i , - IED IMP (Any cno Pr«oni _. PERSONAL & ADV INJURY Oer1ERAL AGGREGATE PRODUCTS - COMP/OP AGO 1,000,000 100,000 t 5,000 s 1,000,000 2 000 000 s 2,000,000 1 s s $ D 61NO&2 LIMIT (Wit 4 111 ODDLY IMIUIY (Pyr noon) T 000LY INJURY (PM seetm ) 11ot socIdoM EACH OCCURRENCE f $ $ AGGREGATE f t Y/N N/A 11014 OF e}aNAT10N$1 LOCATION$ # YISIICLES (MIDI) ACORO 101, Aa$r.w NMErrs $i*Ualols r arm Isom to I. 4) Certificate holder is listed asan additional insured -the Contracting Agency and its officers, elected officials, employees, agents and volunteer; Appointed officials Project Randall Park - Pond Maintenance E.L. EACH ACCIDENT E.L. DISEASE -EA EMPLOYE: $ EJ.. DISEASE - POUCY LWIT t CERTIFICATE HOLDER CANCELLATION City of Yakima 129 North 2nd Street 2nd Floor Yakima, WA 98901 SHOULD ANY OF TNS ADOVE calciuSED POWER BE CANCELLED BEFORE THE E]O41RATi0N OATS THEREOF, NOTICE YELL se DELIVERED Ht ACCORDANCE %VTH THE POUCY PNOV1MONa. summate RIPRESIENTATIVII 01888.2010 ACORD CORPORATION. All rights reserved. ACORD 26 (2010105) The ACORD minis and logo ars registered marks of ACORD AC.:100 R 1 -1 -CERTIFICATE OF LIABILITY INSURANCE ‘ft ---6/1/2017 DATE (MW130/Y TY) 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 Terril Lewis & Wilke Ins P 0 Box 1789 112 S 4th Street Yakima WA 98907 INSURED Jessica Connerton, DBA: Reclaim Company PO Box 4136 Yakima WA 98904 CONTACT Natali Roque PHONE (509)248-3515 I Fnx (so9 268-3673 (A/C. No. Eat):.. _. (A/C, No): 1 n1MHESS:nroque@tlwins.com INSURER(SI AFFORDING COVERAGE NAIL INsuNEnA.Na tionwide Insurance - --- INSURER B INSURER C. INSURER D INSURER E : INSURER F • THIS IS TO CERTIFY THAT THE POLICIES 'INDICATED. NOTWITHSTANDING ANY REQUIREMENT, CERTIFICATE MAY BE ISSUED OR MAY EXCLUSIONS AND CONDITIONS OF SUCH INSR TYPE OF INSURANCE LTR OF PERTAIN, POLICIES. ADDL INSD _ wmoa_n. INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. SIAM ; POLICY EFF POLICY EXP 1HYo . POLICY NUMBER IMM/P0/YYYY) IMMmO/YYYY) LIMITS GENII 1 COMMERCIAL GENERAL UABILITV ' ' CLAIMS -MADE f OCCUR 1 AGGHE . A I E LIMIT APPLIES PER' POLICYPR:?- I 1Eci I ; LOC OrI ITR EACH OCCURRENCE $ DAMAGE (O HEN IEU PREMISES (Ea occurrence) $ I MED EXP (Any one netsnn1 S PERSONAL & ADV INJURY $ GENERAL AGGREGATE 5 PRODUCTS - COMP/OP AGG 5 $ A AUTOMOBILE LIABILITY X 'ANY AUTO ALLOWNED AUTOS HIRED AUTOS SCHEDULED , AUTOS NONGOWNED Gl'JMRINFD SINGLE UMI f 1 (Ea accalent) $ 1,000,000 I 1 BODILY INJURY (Per unison) $ 1 ACP3008021301 11/22/2016 11/22/2017 BODILY INJURY (Per accident) $ I''C)PI:RI Y DAMAGE 9 lPur a,rubrnl) Business AuEr Enhancement 3 UMBRELLA UAB EXCESS LIAR - - DED 1 RETENTION $ l OCCUR CLAIMS -MADE EACH OCCURRENCE 5 AGGREGATE F $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITYY/N ANY PROPRIE CORJPARTNEPoEXECU IIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) 1I yes, describe under DESCRIPTION OF OPERATIONS below N/A PER UTH STA TU TF ER E L. EACH ACCIDENT $ E.L DISEASE - EA EMPLOYEE 5 E I. DISEASE - P01 ICY IMI r $ Y DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space Is required) City of Yakima, the Contrcting Agency and its officers, elected officials, employees,agents and volunteer; Appointed officials are named as additional insured, per form AC7005 0316 Project: Randall Park - Pond Maintenance (+co.rlcon A rr ur.....-.. CANCELLATION City of Yakima Community Development Department 129 N 2nd St 2nd Floor 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 Aaron McCoy/NATALI ACORD 25 (2014/01) MAR'S r+manr ©1988-2014 ACORD CORPORATION. Alt rights reserved. The ACORD name and logo are registered marks of ACORD CERTIFICATE OF LIABILITY INSURANCE Date: July 11, 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 Terril, Lewis & Wilke Ins, Inc. PO Box 1789 Yakima. WA 98907-1789 CONTACT NAME: PHONE (AIC, No. Ext): FAX (NC, No): E-MAIL ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # INSURER A: Scottsdale Insurance Company - Programs INSURED Reclaim Company PO Box 4136 Yakima, WA 98904 INSURER B: INSURER C: INSURER D: INSURER E: INSURER F: 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 THE POLICY PERIOD INDICATED NOTWITHSTANDING .ANY REQUIREMENT, TERM OP CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAJN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONS ARID CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PWD CLAIMS INSR LTR TYPE OF INSURANCE ADDLI NSD SUBR WVD POLICY NUMBER POLICY EFF (MMJDDJYYYY) POLICY EXP (MM/DDJYYYY), LIMITS A GENERAL LIABILITY _X COMMERCIAL GENERAL LIABILITY _ CLAIMS MADE _X OCCURRENCE x CPS -2600995 11/22/2016 11/22/2017 EACH OCCURRENCE $1,000,000 DAMAGE TO RENTED PREMISES (Ea occurrence) $100,000 MED EXP (any one person) $5,000 PERSONAL &ADV INJURY $1,000,000 GEN AGG LIMIT APPLIES PER: X POLICY _ PROJECT _ LOCATION GENERAL AGGREGATE $2,000,000 PRODUCTS-COMP/OP AGG $2,000,000 AUTOMOBILE LIABILITY _ ANY AUTO _ ALL OWNED AUTOS _ SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS COMBINED SINGLE LIMIT (Each .Andenl) BODILY INJURY (Per person) BODILY INJURY Per accident) PROPERTY DAMAGE Per accident) UMBRELLA LIAB _ OCCUR EXCESS LIAB CLAIMS -MADE DED _ RETENTION S EACH OCCURRENCE AGGREGATE WORKERS COMPENSATION AND EMPLOYERS LIABILITY ANY PROPRIETORIPARTNERE?.ECUTIVE OFFICERMIENIBER EXCLUDED'? _ Y!N (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below N/A _WO STATUTORY LIMITS —OTHER E L EACH ACCIDENT E L DISEASE -EA EMPLOYEE E L DISEASE -POLICY LIMIT DESCRIPTION OF OPERATIONS 1 LOCATIONS! VEHICLES (Attach ACORD 10 , Additional Remarks Schedule, if more pace is required) Certificate holder is listed as an additional insured per form CG2033. Primary & Non- Contributory coverage applies per form CG2001. Waiver of subrogation applies per form CG2404. Project: Teanaway Community FOrest Aquatic Restoration 2016 Agreement. CERTIFICATE HOLDER CANCELLATION City of Yakima 129 North 2nd Street 2nd Floor 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. AUTHOR CED REPRESENTATIVE COCHRANE &COMPANY .ADNMSIONOF000HRAIJEAGENCYiNC Copyright 1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25 (2010/05) The ACORD name and logo are registered marks of ACORD COMMERCIAL GENERAL LIABILITY CG 20 01 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/ COMPLETED OPERATIONS LIABILITY COVERAGE PART The following is added to the Other Insurance Condi- tion and supersedes any provision to the contrary: Primary And Noncontributory Insurance This insurance is primary to and will not seek con- tribution from any other insurance available to an additional insured under your policy provided that: (1) The additional insured is a Named Insured under such other insurance; and CG 20 01 04 13 (2) You have agreed in writing in a contract or agreement that this insurance would be pri- mary and would not seek contribution from any other insurance available to the additional insured. Copyright, Insurance Services Office, Inc., 2012 Page 1 of 1 INSURED COMMERCIAL GENERAL LIABILITY CG 20 33 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - AUTOMATIC STATUS WHEN REQUIRED IN CONSTRUCTION AGREEMENT WITH YOU This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Section II - Who Is An Insured is amended to B. include as an additional insured any person or or- ganization for whom you are performing opera- tions when you and such person or organization have agreed in writing in a contract or agreement that such person or organization be added as an additional insured on your policy Such person or organization is an additional insured only with re- spect to liability for "bodily injury", "property dam- age" 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 However, the insurance afforded to such additional insured. 1. Only applies to the extent permitted by law, and 2. Will not be broader than that which you are re- quired by the contract or agreement to provide for such additional insured. A person's or organization's status as an addi- tional insured under this endorsement ends when your operations for that additional insured are completed. CG 20 33 04 13 With respect to the insurance afforded to these ad- ditional insureds, the following additional exclu- sions apply: This insurance does not apply to: 1. "Bodily injury", "property damage" or "personal and advertising injury" arising out of the ren- dering of, or the failure to render, any profes- sional architectural, engineering or surveying services, including a. The preparing, approving, or failing to prepare or approve, maps, shop draw- ings, opinions, reports, surveys, field or- ders, change orders or drawings and specifications; or b. Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occur- rence" which caused the "bodily injury" or "prop- erty damage". or the offense which caused the "personal and advertising injury", involved the ren- dering of or the failure to render any professional architectural, engineering or surveying services. Copyright, Insurance Services Office, Inc., 2012 Page 1 of 2 IDl 1]FED 2. "Bodily injury" or "property damage" occurring after: a. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than serv- ice, maintenance or repairs) to be per- formed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or b. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or or- ganization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. Page 2 of 2 C. With respect to the insurance afforded to these additional insureds, the following is added to Sec- tion III - Lim its Of Insurance: The most we will pay on behalf of the additional in- sured is the amount of insurance: 1. Required by the contract or agreement you have entered into with the additional insured; or 2. Available under the applicable Limits of Insur- ance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. Copyright, Insurance Services Office, Inc., 2012 CG 20 33 04 13 POLICY NUMBER. ces2 u0 95 COMMERCIAL GENERAL LIABILITY CG 24 04 05 09 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS! COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: ANY PERSON OR UN.GANIZATION WITH WHuM THE IN3UPED HAS AGREED TC frWAIVE RIGHTS OF r.ECCVEP.7, PRGVCDED SUCH AGREEMENT Ic MADE IN WRITING AIL PRIOR TO THE LCTT Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV - Conditions: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products -completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above CG 24 04 05 09 Copyright, Insurance Services Office, Inc , 2008 INSURED Page 1 of 1 c 2,104.3. taI, POLICY NUMBER: CFS2600995 COMMERCIAL GENERAL LIABILITY 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): ALL PROJECTS AWAY FROM PREMISES OWNED OR RENTED BY YOU 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 'occur- rences" 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 des- ignated construction project, and that limit is equal to the amount of the General Aggre- gate 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 "pro- ducts -completed operations hazard", and for medical expenses under Coverage C regard- less of the number of: a. Insureds; b. Claims made or "suits" brought; or c. Persons or organizations making claims or bringing "suits". 3. Any payments made under Coverage A for damages or under Coverage C for medical expenses shall reduce the Designated Con- struction Project General Aggregate Limit for that designated construction project. Such payments shall not reduce the General Ag- gregate Limit shown in the Declarations nor shall they reduce any other Designated Con- struction 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 Decla- rations, such limits will be subject to the applicable Designated Construction Project General Aggregate Limit. CG 25 03 05 09 Copyright, Insurance Services Office, Inc , 2008 INSLTRED Page 1 of 2 cc2503-b. Fat. ES. For all sums which the insured becomes legally obligated to pay as damages caused by "occur- rences" under Section I - Coverage A, and for all medical expenses caused by accidents under Section I - Coverage C, which cannot be attrib- uted only to ongoing operations at a single desig- nated 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 Desig- nated Construction Project General Aggre- gate Limit. Page 2 of 2 C. When coverage for liability arising out of the "products -completed operations hazard" is pro- vided, 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 Ag- gregate 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 contract- ing parties deviate from plans, blueprints, de- signs, specifications or timetables, the project will still be deemed to be the same construction project. E. The provisions of Section III - 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 MINIMUM WAGE AFFIDAVIT STATE OF WASHINGTON ) ss COUNTY OF YAKIMA ) I, the undersigned, having been duly sworn, depose, say and certify that in connection with the performance of the work, payment for which this voucher is submitted, I have paid the following rate per hour to each classification of laborers, workmen, or mechanics, as indicated upon the attached list, now referred to and by such reference incorporated in and made an integral part hereof, for all such employed in the performance of such work; and no laborer, workman or mechanic so employed upon such work has been paid less than the prevailing rate of wage or less than the minimum rate of wages as specified in the principal contract; that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. Contractor Subscribed and sworn to before me on this day of 201 Notary Public in and for the State of Washington residing at REBID POND MAINTENANCE PROJECT - RANDALL PARK 87 REBID POND MAINTENANCE PROJECT - RANDALL PARK 88 PREVAILING WAGE RATES The prevailing rate of wages to be paid to all workmen, laborers, or mechanics employed in the performance of any part of this contract shall be in accordance with the provisions of Chapter 39.12 RCW, as amended. The rules and regulations of the Department of Labor and Industries are by reference made a part of this contract as though fully set forth herein. The current schedule of prevailing wage rates for the locality or localities where this contract will be performed, as determined by the Industrial Statistician of the Department of Labor and Industries, are included in these contract documents. Inasmuch as the contractor will be held responsible for paying the prevailing wages, it is imperative that all contractors familiarize themselves with the current wage rates, as determined by the Industrial Statistician of the Department of Labor and Industries, before submitting bids based on these specifications. In case any dispute arises as to what are the prevailing rates of wages for work of a similar nature and such dispute cannot be adjusted by the parties in interest, including labor and management representatives, the matter shall be referred for arbitration to the Director of the Department of Labor and Industries of the State and his decision therein shall be final and conclusive and biding on all parties involved in the dispute as provided for by RCW 39.12.060 as amended. Current prevailing wage rules and data can be furnished by the Industrial Statistician upon request. You may submit your request to: Department of Labor and Industries ESAC Division PO Box 44540 Olympia, Washington 98504-4540 Telephone: 360-902-5335 REBID POND MAINTENANCE PROJECT - RANDALL PARK 89 REBID POND MAINTENANCE PROJECT - RANDALL PARK 90 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 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: 5/2/2017 County :^:'-x; ;" Trade , � }a, JobKGlassification. , •Wage', ;Holiday, f 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 75 1N Yakima Divers Et Tenders Diver $108.77 5D 4C 8A Yakima Divers Et Tenders Diver On Standby $66.05 5D 4C Yakima Divers Et Tenders Diver Tender $59.88 5D 4C Yakima Divers Et Tenders Surface Rcv Et Rov Operator $59.88 5D 4C Yakima Divers Et Tenders Surface Rcv Et 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 Workers Journey Level $43.32 1 Yakima Electricians - Inside Cable Splicer $59.51 5A 1E Yakima Electricians - Inside Journey Level $59.30 5A 1E Yakima Electricians - Inside Welder $61.50 5A 1E REBID POND MAINTENANCE PROJECT - RANDALL PARK 91 Yakima Electricians - Motor Shop Craftsman $15.37 1 Yakima Electricians - Motor Shop Journey Level $14.69 1 Yakima Electricians - Powerline Construction Cable Splicer $71.85 5A 4D Yakima Electricians - Powerline Construction Certified Line Welder $65.71 5A 4D Yakima Electricians - Powerline Construction Groundperson $44.12 5A 4D Yakima Electricians - Powerline Construction Heavy Line Equipment Operator $65.71 5A 4D Yakima Electricians Powerline Construction Journey Level Lineperson $65.71 SA 4D Yakima Electricians - Powerline Construction Line Equipment Operator $55.34 5A 4D Yakima Electricians - Powerline Construction Pole Sprayer $65.71 5A 4D Yakima Electricians - Powerline Construction Powderperson $49.16 5A 4D 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 Products Craftsman - In-Factory Work Only $11.00 1 Yakima Fabricated Precast Concrete Products Journey Level - In-Factory Work Only $11.00 1 Yakima Fence Erectors Fence Erector $13.79 1 Yakima Flaggers Journey Level $24.62 1 Yakima Glaziers Journey Level $22.43 61 1B Yakima Heat Et Frost Insulators And Asbestos Workers Journey Level $25.32 1 Yakima Heating Equipment Mechanics Journey Level $34.85 1 Yakima Hod Carriers Et Mason Tenders Journey Level $37.54 7A 31 Yakima Industrial Power Vacuum Cleaner Journey Level $11.00 1 Yakima Inland Boatmen Journey Level $11.00 1 Yakima Inspection/Cleaning/Sealing Of Sewer Et Water Systems By Remote Control Cleaner Operator, Foamer Operator $11.00 1 Yakima Inspection/Cleaning/Sealing Of Sewer Et Water Systems By Remote Control Grout Truck Operator $11.48 1 Yakima Inspection/Cleaning/Sealing Of Sewer Et Water Systems By Remote Control Head Operator $12.78 1 Yakima Inspection/Cleaning/Sealing Of Sewer Et Water Systems By Remote Control Technician $11.00 1 REBID POND MAINTENANCE PROJECT - RANDALL PARK 92 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 Yakima Inspection/Cleaning/Sealing Of Sewer a Water Systems By Remote Control Tv Truck Operator $11.00 1 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 7,4 31 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 $37.09 704 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 8 Moving (incl. Charred Material) $36.47 7A 31 Yakima Laborers Ditch Digger $36.47 7A 31 Yakima Laborers Diver $37.54 74 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 REBID POND MAINTENANCE PROJECT - RANDALL PARK 93 Yakima Laborers Faller Et Bucker Chain Saw $37.09 7A 31 Yakima Laborers Fine Graders $36.47 7A 31 Yakima Laborers Firewatch $34.25 7A 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 Et 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 8M 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 7,4 31 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 Ft 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 7A31 Yakima Laborers Pipe Layer/tailor $37.09 7A 31 Yakima Laborers Pipe Pot Tender $37.09 7.4 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 $37.09 7A 31 REBID POND MAINTENANCE PROJECT - RANDALL PARK 94 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 REBID POND MAINTENANCE PROJECT - RANDALL PARK 95 Power 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 8 Similar Electric, Air Et Gas Operated Tools $37.09 7A 31 Yakima Laborers Tamper (multiple a 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 Yakima Laborers Tunnel Work -Miner $37.64 7A 31 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 Et Water General Laborer a Topman $36.47 7A 31 Yakima Laborers - Underground Sewer Et Water Pipe Layer $37.09 7A 31 Yakima Landscape Construction Irrigation Or Lawn Sprinkler Installers $11.00 1 Yakima Landscape Construction Landscape Equipment Operators Or Truck Drivers $15.45 1 REBID POND MAINTENANCE PROJECT - RANDALL PARK 95 Yakima Landscape Construction Landscaping Or Planting Laborers $11.00 1 Yakima Lathers Journey Levet $41.68 5D 4C Yakima Marble Setters Journey Levet $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 Levet $26.05 1 Yakima Modular Buildings Journey Levet $14.11 1 Yakima Painters Journey Levet $32.15 6Z 1W Yakima Pile Driver Journey Level $54.77 5D 4C Yakima Plasterers Journey Level $53.20 7 1R Yakima Playground E Park Equipment Installers Journey Level $11.00 1 Yakima Plumbers Et Pipefitters Journey Level $78.33 6Z 1Q Yakima Power Equipment Operators Asphalt Plant Operators $58.69 7,4 3C 8P Yakima Power Equipment Operators Assistant Engineer $55.21 7.4 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 7,4 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 7,4 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 Concrete Pump: Truck Mount With Boom Attachment Up To 42m $58.17 7,4 3C 8P Yakima Power Equipment Operators Conveyors $57.72 7,4 3C 8P Yakima Power Equipment Operators Cranes Friction: 200 tons and over $60.47 7.4 3C 8P Yakima Power Equipment Operators Cranes: 20 Tons Through 44 Tons With Attachments $58.17 7A 3C 8P REBID POND MAINTENANCE PROJECT - RANDALL PARK 96 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 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 Ft 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 Tait 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 REBID POND MAINTENANCE PROJECT - RANDALL PARK 97 Yakima Power Equipment Operators Horizontal/directional Drill Operator $58.17 7A 3C 8P 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 REBID POND MAINTENANCE PROJECT - RANDALL PARK 98 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 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 Yakima Power Equipment Operators Saws - Concrete $57.72 7A 3C 8P Yakima Power Equipment Operators Scraper, Self Propelled Under 45 Yards ;$58.1.7. 7A • 3C 8P Yakima Power Equipment Operators Scrapers - Concrete Et 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 Et 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 REBID POND MAINTENANCE PROJECT - RANDALL PARK 99 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- Underground Sewer Er Water Asphalt Plant Operators $58.69 7A 3C 8P Yakima Power Equipment Operators- Underground Sewer Et Water Assistant Engineer $55.21 7A 3C 8P Yakima Power Equipment Operators- Underground Sewer Et Water Barrier Machine (zipper) $58.17 7A 3C 8P Yakima Power Equipment Operators- Underground Sewer Et Water Batch Plant Operator, Concrete $58.17 7A 3C 8P Yakima Power Equipment Operators- Underground Sewer & Water Bobcat $55.21 7A 3C 8P Yakima Power Equipment Operators- Underground Sewer & Water Brokk Remote Demolition Equipment $55.21 7A 3C 8P Yakima Power Equipment Operators- Underground Sewer & Water Brooms $55.21 7A 3C 8P Yakima Power Equipment Operators- Underground Sewer & Water Bump Cutter $58.17 7A 3C 8P Yakima Power Equipment Operators- Underground Sewer & Water Cableways $58.69 7A 3C 8P Yakima Power Equipment Operators- Underground Sewer & Water Chipper $58.17 7A 3C 8P Yakima Power Equipment Operators- Underground Sewer & Water Compressor $55.21 7A 3C8P Yakima Power Equipment Operators- Underground Sewer & Water Concrete Pump: Truck Mount With Boom Attachment Over 42 M $58.69 7A 3C8P Yakima Power Equipment Operators- Underground Concrete Finish Machine - laser Screed $55.21 7A 3C 8P REBID POND MAINTENANCE PROJECT - RANDALL PARK 100 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 REBID POND MAINTENANCE PROJECT - RANDALL PARK 101 Sewer Et Water Yakima Power Equipment Operators- Underground Sewer Et Water Concrete Pump - Mounted Or Trailer High Pressure Line Pump, Pump High Pressure. $57.72 7A 3C 8P Yakima Power Equipment Operators- Underground Sewer Et Water Concrete Pump: Truck Mount With Boom Attachment Up To 42m $58.17 7A 3C 8P Yakima Power Equipment Operators- Underground Sewer Et Water Conveyors $57.72 7A 3C 8P Yakima Power Equipment Operators- Underground Sewer Et Water Cranes Friction: 200 tons and over $60.47 7A 3C 8P Yakima Power Equipment Operators- Underground Sewer Et Water Cranes: 20 Tons Through 44 Tons With Attachments $58.17 7A 3C 8P Yakima Power Equipment Operators- Underground Sewer Et Water Cranes: 100 Tons Through 199 Tons, Or 150' Of Boom (Including Jib With Attachments) $59.28 7A 3C 8P Yakima Power - Equipment Operators- Underground Sewer Et Water Cranes: 200 tons- 299 tons, or 250' of boom including jib with attachments $59.88 7A 3C 8P Yakima Power Equipment Operators- Underground Sewer Et Water Cranes: 300 tons and over or 300' of boom including jib with attachments $60.47 7A 3C 8P Yakima Power Equipment Operators- Underground Sewer Et Water Cranes: 45 Tons Through 99 Tons, Under 150' Of Boom (including Jib With Attachments) $58.69 7A 3C 8P Yakima Power Equipment Operators- Underground Sewer Et Water Cranes: A -frame - 10 Tons And Under $55.21 7A 3C 8P Yakima Power Equipment Operators- Underground Sewer.& Water Cranes: Friction cranes through 199 tons $59.88 7A 3C 8P Yakima Power Equipment Operators- Underground Sewer Et Water Cranes: Through 19 Tons With Attachments A -frame Over 10 Tons $57.72 7A 3C 8P Yakima Power Equipment Operators- Underground Sewer Et Water Crusher $58.17 7A 3C 8P Yakima Power Equipment Operators- Underground Sewer Et Water Deck Engineer/deck Winches (power) $58.17 7A 3C 8P Yakima Power Equipment Operators- Underground Sewer Et Water Derricks, On Building Work $58.69 7A 3C 8P Yakima Power Equipment Operators- Underground Sewer Et Water Dozers D-9 Et Under $57.72 7A 3C 8P REBID POND MAINTENANCE PROJECT - RANDALL PARK 101 Yakima Power Equipment Operators- Underground Sewer & Water Drill Oilers: Auger Type, Truck Or Crane Mount $57.72 7A 3C 8P Yakima Power Equipment Operators- Underground Sewer Et Water Drilling Machine $59.28 7A 3C 8P Yakima Power Equipment Operators- Underground Sewer & Water Elevator And Man-lift: Permanent And Shaft Type $55.21 7A 3C 8P Yakima Power Equipment Operators- Underground Sewer Et Water Finishing Machine, Bidwell And Gamaco Et Similar Equipment $58.17 7A 3C 8P Yakima Power Equipment Operators- Underground Sewer Et Water Forklift: 3000 Lbs And Over With Attachments $57.72 7A 3C 8P Yakima Power Equipment Operators- Underground Sewer Et Water Forklifts: Under 3000 Lbs. With Attachments $55.21 7A 3C 8P Yakima Power Equipment Operators- Underground Sewer Et Water Grade Engineer: Using Blue Prints, Cut Sheets, Etc $58.17 7A 3C 8P Yakima Power Equipment Operators- Underground Sewer Et Water Gradechecker/stakeman $55.21 7A 3C 8P Yakima Power Equipment Operators- Underground Sewer Et Water Guardrail Punch $58.17 7A 3C 8P Yakima Power Equipment Operators- Underground Sewer Et Water Hard Tail End Dump Articulating Off- Road Equipment 45 Yards. Et Over $58.69 7A 3C 8P Yakima Power Equipment Operators- Underground Sewer Et Water Hard Tail End Dump Articulating Off-road Equipment Under 45 Yards $58.17 7A 3C 8P Yakima Power Equipment Operators- Underground Sewer Et Water Horizontal/directional Drill Locator $57.72 7A 3C 8P Yakima Power Equipment Operators- Underground Sewer Et Water Horizontal/directional Drill Operator $58.17 7A 3C 8P Yakima Power Equipment Operators- Underground Sewer Et Water Hydralifts/boom Trucks Over 10 Tons $57.72 7A 3C 8P Yakima Power Equipment Operators- Underground Sewer Et Water Hydralifts/boom Trucks, 10 Tons And Under $55.21 7A 3C 8P Yakima Power Equipment Operators- Underground Sewer Et Water Loader, Overhead 8 Yards. Et Over $59.28 7A 3C 8P Yakima Power Equipment Operators- Underground Sewer Et Water Loader, Overhead, 6 Yards. But Not Including 8 Yards $58.69 7A 3C 8P Yakima Power Equipment Loaders, Overhead Under 6 $58.17 7A 3C 8P REBID POND MAINTENANCE PROJECT - RANDALL PARK 102 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 REBID POND MAINTENANCE PROJECT - RANDALL PARK 103 Operators- Underground Sewer Et Water Yards Yakima Power Equipment Operators- Underground Sewer Et Water Loaders, Plant Feed $58.17 7A 3C 8P Yakima Power Equipment Operators- Underground Sewer Et Water Loaders: Elevating Type Belt $57.72 7A 3C 8P Yakima Power Equipment Operators- Underground Sewer Et Water Locomotives, Alt $58.17 7A 3C 8P Yakima Power Equipment Operators- Underground Sewer Et Water Material Transfer Device $58.17 7A 3C 8P Yakima Power Equipment Operators- Underground Sewer Et Water Mechanics, All (leadmen - $0.50 ' Per Hour Over Mechanic) $59.28 7A 3C 8P Yakima Power Equipment Operators- Underground Sewer Et Water Motor Patrol Graders $58.69 7A 3C 8P Yakima Power Equipment Operators- Underground Sewer Et Water Mucking Machine, Mole, Tunnel Drill, Boring, Road Header And/or Shield $58.69 7A 3C 8P Yakima Power Equipment Operators- Underground Sewer Et Water Oil Distributors, Blower Distribution Et Mulch Seeding Operator $55.21 7A 3C 8P Yakima Power Equipment Operators- Underground Sewer Et Water Outside Hoists (elevators And Manlifts), Air Tuggers,strato $57.72 7A 3C 8P Yakima Power Equipment Operators- Underground Sewer Et Water Overhead, Bridge Type Crane: 20 Tons Through 44 Tons $58.17 7A 3C 8P Yakima Power Equipment Operators- Underground Sewer Et Water Overhead, Bridge Type: 100 Tons And Over $59.28 7A 3C 8P Yakima Power Equipment Operators- Underground Sewer Et Water Overhead, Bridge Type: 45 Tons Through 99 Tons $58.69 7A 3C 8P Yakima Power Equipment Operators- Underground Sewer Et Water Pavement Breaker $55.21 7A 3C 8P Yakima Power Equipment Operators- Underground Sewer Et Water Pile Driver (other Than Crane Mount) $58.17 7A 3C 8P Yakima Power Equipment Operators- Underground Sewer Et Water Plant Oiler - Asphalt, Crusher $57.72 7A 3C 8P Yakima Power Equipment Operators- Underground Sewer Et Water Posthole Digger, Mechanical $55.21 7A 3C 8P Yakima Power Equipment Operators- Underground Power Plant $55.21 7A 3C 8P REBID POND MAINTENANCE PROJECT - RANDALL PARK 103 REBID POND MAINTENANCE PROJECT - RANDALL PARK 104 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Sewer & Water Yakima Power Equipment Operators- Underground Sewer Et Water Pumps - Water $55.21 7A 3C 8P Yakima Power Equipment Operators- Underground Sewer & Water Quad 9, Hd 41, D10 And Over $58.69 7A 3C 8P Yakima Power Equipment Operators- Underground Sewer & Water Quick Tower - No Cab, Under 100 Feet In Height Based To Boom $55.21 7A 3C 8P Yakima Power Equipment Operators- Underground Sewer & Water Remote Control Operator On Rubber Tired Earth Moving Equipment $58.69 7A 3C 8P Yakima Power Equipment Operators- Underground Sewer & Water Rigger And Bellman $55.21 7A 3C 8P Yakima Power Equipment Operators- Underground Sewer & Water Rigger/Signal Person, Beaman (Certified) $57.72 7A 3C 8P Yakima Power Equipment Operators- Underground Sewer & Water Rollagon $58.69 7A 3C 8P Yakima Power Equipment Operators- Underground Sewer & Water Roller, Other Than Plant Mix $55.21 7A 3C 8P Yakima Power Equipment Operators- Underground Sewer & Water Roller, Plant Mix Or Multi- lift Materials $57.72 7A 3C 8P Yakima Power Equipment Operators- Underground Sewer & Water Roto-mill, Roto-grinder $58.17 7A 3C 8P Yakima Power Equipment Operators- Underground Sewer & Water Saws Concrete $57.72 7A 3C 8P Yakima Power Equipment Operators- Underground Sewer & Water Scraper, Self Propelled Under 45 Yards $58.17 7A 3C 8P Yakima Power Equipment Operators- Underground Sewer & Water Scrapers - Concrete & Carry All $57.72 7A 3C 8P Yakima Power Equipment Operators- Underground Sewer & Water Scrapers, Self-propelled: 45 Yards And Over $58.69 7A 3C 8P Yakima Power Equipment Operators- Underground Sewer & Water Service Engineers Equipment $57.72 7A 3C 8P Yakima Power Equipment Operators- Underground Sewer & Water Shotcrete/gunite Equipment $55.21 7A 3C 8P Yakima Power Equipment Operators- Underground Sewer & Water Shovel , Excavator, Backhoe, Tractors Under 15 Metric Tons. $57.72 7A 3C 8P REBID POND MAINTENANCE PROJECT - RANDALL PARK 104 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 Yakima Power Equipment Operators- Underground Sewer Et Water Shovel, Excavator, Backhoe: Over 30 Metric Tons To 50 Metric Tons $58.69 7A 3C 8P Yakima Power Equipment Operators- Underground Sewer Et Water Shovel, Excavator, Backhoes, Tractors: 15 To 30 Metric Tons $58.17 7A 3C 8P Yakima Power Equipment Operators- Underground Sewer Et Water Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons $59.28 7.4 3C 8P Yakima Power Equipment Operators- Underground Sewer a Water Shovel, Excavator, Backhoes: Over 90 Metric Tons $59.88 7A 3C 8P Yakima Power Equipment Operators- Underground Sewer Et Water Slipform Pavers $58.69 7A 3C 8P Yakima Power Equipment Operators- Underground Sewer Et Water Spreader, Topsider Et Screedman $58.69 7A 3C 8P Yakima Power Equipment Operators- Underground Sewer Et Water Subgrader Trimmer $58.17 7A 3C 8P Yakima Power Equipment Operators- Underground Sewer Et Water Tower Bucket Elevators $57.72 7A 3C 8P Yakima Power Equipment Operators- Underground Sewer Et Water Tower Crane Up To 175' In Height Base To Boom $59.28 7A 3C 8P Yakima Power Equipment Operators- Underground Sewer Et Water Tower Crane: over 175' through 250' in height, base to boom $59.88 7A 3C 813 Yakima Power Equipment Operators- Underground Sewer Et Water Tower Cranes: over 250' in height from base to boom $60.47 7A 3C 8P Yakima Power Equipment Operators- Underground Sewer Et Water Transporters, All Track Or Truck Type $58.69 7A 3C 8P Yakima Power Equipment Operators- Underground Sewer Et Water Trenching Machines $5T72 7A 3C 8P Yakima Power Equipment Operators- Underground Sewer Et Water Truck Crane Oiler/driver - 100 Tons And Over $58.17 7A 3C 8P Yakima Power Equipment Operators- Underground Sewer Et Water Truck Crane Oiler/driver Under 100 Tons $57.72 7A 3C 8P Yakima Power Equipment Operators- Underground Sewer Et Water Truck Mount Portable Conveyor $58.17 7A 3C 8P Yakima Power Equipment Operators- Underground Sewer Et Water Welder $58.69 7A 3C 8P Yakima Power Equipment Wheel Tractors, Farmall $55.21 7A 3C 8P REBID POND MAINTENANCE PROJECT - RANDALL PARK 105 REBID POND MAINTENANCE PROJECT - RANDALL PARK 106 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Operators- Underground Sewer Et Water Type Yakima Power Equipment Operators- Underground Sewer Et Water Yo Yo Pay Dozer $58.17 7A 3C 8P Yakima Power Line Clearance Tree Trimmers Journey Level In Charge $47.08 5A 4A Yakima Power Line Clearance Tree Trimmers Spray Person $44.64 5A 4A Yakima Power Line Clearance Tree Trimmers Tree Equipment Operator $47.08 5A 4A Yakima Power Line Clearance Tree Trimmers Tree Trimmer $42.01 5A 4A Yakima Power Line Clearance Tree Trimmers Tree Trimmer Groundperson $31.65 5A 4A Yakima Refrigeration Et Air Conditioning Mechanics Journey Level $28.11 1 Yakima Residential Brick Mason Journey Level $29.00 1 Yakima Residential Carpenters Journey Level $17.14 1 Yakima Residential Cement Masons Journey Level $11.86 1 Yakima Residential Drywall Applicators Journey Level $18.00 1 Yakima Residential Drywall Tapers Journey Level $17.00 1 Yakima Residential Electricians Journey Level $21.98 1 Yakima Residential Glaziers Journey Levet $22.43 61 1B Yakima Residential Insulation Applicators Journey Level $14.38 1 Yakima Residential Laborers Journey Level $11.02 1 Yakima Residential Marble Setters Journey Levet $29.00 1 Yakima Residential Painters Journey Level $16.32 1 Yakima Residential Plumbers Et Pipefitters Journey Levet $20.55 1 Yakima Residential Refrigeration Et Air Conditioning Mechanics Journey Level $28.11 1 Yakima Residential Sheet Metal Workers Journey Level (Field or Shop) $41.28 5A 1X Yakima Residential Soft Floor Layers Journey Level $17.55 1 Yakima Residential Sprinkler Fitters (Fire Protection) Journey Levet $11.00 1 Yakima Residential Stone Masons Journey Level $16.00 1 Yakima Residential Terrazzo Workers Journey Level $11.00 1 Yakima Residential Terrazzo/Tile Finishers Journey Level $17.00 1 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 REBID POND MAINTENANCE PROJECT - RANDALL PARK 106 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 Yakima Sign Makers Et Installers (Electrical) Journey Level $14.65 1 Yakima Sign Makers Et Installers (Non -Electrical) Journey Level '`:.- $14.65 1 Yakima Soft Floor Layers Journey Level $23.11 5A 1N Yakima Solar Controls For Windows Journey Level $11.00 1 Yakima Sprinkler Fitters (Fire Protection) Journey Levet $26.43 1 Yakima Stage Rigging Mechanics (Non Structural) Journey Level $13.23 1 Yakima Stone Masons Journey Levet $46.34 5A 1M Yakima Street And Parking Lot Sweeper Workers Journey Level $11.00 1 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 - Outside Cable Splicer $38.84 5A 2B Yakima Telephone Line Construction - Outside Hole Digger/Ground Person $21.45 5A 2B Yakima Telephone Line Construction - Outside Installer (Repairer) $37.21 5A 2B Yakima Telephone Line Construction - Outside Special Aparatus Installer I $38.84 5A 213 Yakima Telephone Line Construction - Outside Special Apparatus Installer II $38.03 5A 2B Yakima Telephone Line Construction - Outside Telephone Equipment Operator (Heavy) $38.84 5A 2B Yakima Telephone Line Construction - Outside Telephone Equipment Operator (Light) $36.09 5A 2B Yakima Telephone Line Construction - Outside Telephone Lineperson $36.09 5A 28 Yakima Telephone Line Construction - Outside Television Groundperson $20.33 5A 2B Yakima Telephone Line Construction - Outside Television Lineperson/Installer $27.21 5A 2B Yakima Telephone Line Construction - Outside Television System Technician $32.55 5A 213 Yakima Telephone Line Construction - Outside Television Technician $29.18 5A 2B Yakima Telephone Line Construction - Outside Tree Trimmer $36.09 5A 2B Yakima Terrazzo Workers Journey Level $39.42 5A 1M Yakima Tile Setters Journey Level $39.42 5A 1M Yakima Tile, Marble Et Terrazzo Finishers Journey Level $32.20 5A 1M REBID POND MAINTENANCE PROJECT - RANDALL PARK 107 Yakima Traffic Control Stripers Journey Level $44.85 7A 1K Yakima Truck Drivers Asphalt Mix $14.19 1 Yakima Truck Drivers Dump Truck Et 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 Et Irrigation Pump Installers Irrigation Pump Installer $25.44 1 Yakima Well Drillers Et Irrigation Pump Installers Oiler $11.00 1 Yakima Well Drillers Et Irrigation Pump Installers Well Driller $18.00 1 REBID POND MAINTENANCE PROJECT - RANDALL PARK 108 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 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 for a public works project? If not, it is not subject to RCW 39.12. If it is, go to question 2. 2. Is the item fabricated on the public works jobsite? If it is, the work is covered under RCW 39.12. If not, go to question 3. 3. Is the item fabricated in an assembly/fabrication plant set up for, and dedicated primarily to, the public works project? If it is, the work is covered by RCW 39.12. If not, go to question 4. 4. Does the item require any assembly, cutting, modification or other fabrication by the supplier? If not, the work is not covered by RCW 39.12. If yes, go to question 5. 5. Is the prefabricated item intended for the public works project typically an inventory item which could reasonably be sold on the general market? If not, the work is covered by RCW 39.12. If yes, go to question 6. 6. Does the specific prefabricated item, generally defined as standard, have any unusual characteristics such as shape, type of material, strength requirements, finish, etc? If yes, the work is covered under RCW 39.12. Any firm with questions regarding the policy, WSDOT's Predetermined List, or for determinations of covered and non -covered workers shall be directed to State L&I at (360) 902-5330. Supplemental to Wage Rates 1 08/31/2016 Edition, Published August 151, 2016 REBID POND MAINTENANCE PROJECT — RANDALL PARK 109 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 YES NO 1. 2. Metal rectangular frames, solid metal covers, herringbone grates, and bi-directional vaned grates for Catch Basin Types 1, 'IL, 1 P, and 2 and Concrete Inlets. See Std. Plans X 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 i X 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. X 4. Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes smaller than 60 inch diameter. X 5. Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes larger than 60 inch diameter. 1 X 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 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 08/31/2016 Edition, Published August 15'. 2016 2 REBID POND MAINTENANCE PROJECT — RANDALL PARK 110 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 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. X 9. Aluminum Pedestrian Handrail - Pedestrian handrail conforming to the type and material specifications set forth in the contract plans. Welding of aluminum shall be in accordance with Section 9-28.14(3). X 10, Major Structural Steel Fabrication - Fabrication of major steel items such as trusses, beams, girders, etc., for bridges. X 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. X 12. Aluminum Bridge Railing Type BP - Metal bridge railing conforming to the type and material specifications set forth in the Contract Plans. Welding of aluminum shall be in accordance with Section 9-28.14(3). X 13. Concrete Piling—Precast-Prestressed concrete piling for use as 55 and 70 ton concrete piling. Concrete to conform to Section 9-19.1 of Std. Spec.. X 14. Precast Manhole Types 1, 2, and 3 with cones, adjustment sections and flat top slabs. See Std. Plans. X 15. Precast Drywell Types 1, 2, and with cones and adjustment Sections. See Std. Plans. x 16. Precast Catch Basin - Catch Basin type 1, 'IL, 1 P, and 2 With adjustment sections. See Std. Plans. X Supplemental to Wage Rates 08/31/2016 Edition, Published August 151, 2016 3 REBID POND MAINTENANCE PROJECT — RANDALL PARK 111 ITEM DESCRIPTION YES NO 17. Precast Concrete Inlet - with adjustment sections, See Std. Plans X 18. Precast Drop Inlet Type 1 and 2 with metal grate supports. See Std. Plans. X 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 X 22. Vault Risers - For use with Valve Vaults and Utilities x Vaults. X 23. Valve Vault - For use with underground utilities. See Contract Plans for details. X 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. X 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. X 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 08/31/2016 Edition, Published August 1s'. 2016 4 REBID POND MAINTENANCE PROJECT — RANDALL PARK 112 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 ITEM DESCRIPTION YES NO 27. Precast Railroad Crossings - Concrete Crossing Structure Slabs. X 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 X 29. Prestressed Concrete Girder Series 4-14 - Prestressed Concrete Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A X 30. Prestressed Tri -Beam Girder - Prestressed Tri -Beam Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A X 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. X 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 X 33. Monument Case and Cover See Std. Plan. X Supplemental to Wage Rates 08/31/2016 Edition, Published August 1$1, 2016 5 REBID POND MAINTENANCE PROJECT — RANDALL PARK 113 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. X 35. Mono -tube Sign Structures - Mono -tube Sign Bridge fabricated to details shown in the Plans. Shop drawings for approval are required prior to fabrication. X 36. Steel Sign Bridges - Steel Sign Bridges fabricated from steel tubing meeting AASHTO-M-138 for Aluminum Alloys. See Std. Plans, and Contract Plans for details. The steel structure shall be galvanized after fabrication in accordance with AASHTO-M-111. X 37. Steel Sign Post - Fabricated Steel Sign Posts as detailed in Std Plans. Shop drawings for approval are to be provided prior to fabrication X 38. Light Standard -Prestressed - Spun, prestressed, hollow concrete poles. X 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 X X 41. Precast Concrete Sloped Mountable Curb (Single and DualFaced) See Std. Plans. Supplemental to Wage Rates 08/31/2016 Edition, Published August 151, 2016 6 REBID POND MAINTENANCE PROJECT — RANDALL PARK 114 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 ITEM DESCRIPTION YES NO 42. Traffic Signs - Prior to approval of a Fabricator of Traffic Signs, the sources of the following materials must be submitted and approved for reflective sheeting, legend material, and aluminum sheeting. NOTE: *** Fabrication inspection required. Only signs tagged "Fabrication Approved" by WSDOT Sign Fabrication Inspector to be installed X X Custom Message Std Signing Message 43. Cutting & bending reinforcing steel X 44. Guardrail components X X Custom End Sec Standard Sec 45. Aggregates/Concrete mixes Cove ed by WAC 296-127-018 46. Asphalt Cove ed by WAC 296-127-018 47. Fiber fabrics X 48. Electrical wiring/components X 49. treated or untreated timber pile X 50. Girder pads (elastomeric bearing) X 51. Standard Dimension lumber X 52. Irrigation components X Supplemental to Wage Rates 08/31/2016 Edition, Published August 1s', 2016 7 REBID POND MAINTENANCE PROJECT — RANDALL PARK 115 ITEM DESCRIPTION YES NO 53. Fencing materials I X 54. Guide Posts X 55. Traffic Buttons X 56. Epoxy ( X 57. Cribbing X 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 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 Supplemental to Wage Rates 8 08/31/2016 Edition, Published August lst, 2016 REBID POND MAINTENANCE PROJECT — RANDALL PARK 116 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 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 • Electricians - Motor Shop • 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 • Power Equipment Operators - Underground Sewer & Water • Residential *** ALL ASSOCIATED RATES *** • Sign Makers and Installers (Non -Electrical) • Sign Makers and Installers (Electrical) • Stage Rigging Mechanics (Non Structural) The following occupations may be used only as outlined in the preceding text concerning "WSDOT's list for Suppliers - Manufacturers - Fabricators" • Fabricated Precast Concrete Products • Metal Fabrication (In Shop) Definitions for the Scope of Work for prevailing wages may be found at the Washington State Department of Labor and Industries web site and in WAC Chapter 296-127. Supplemental to Wage Rates 9 08/31/2016 Edition, Published August 151, 2016 REBID POND MAINTENANCE PROJECT — RANDALL PARK 117 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 08/31/2016 Edition, Published August 1s'. 2016 REBID POND MAINTENANCE PROJECT — RANDALL PARK 118 (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 08/31/2016 Edition, Published August 1st, 2016 REBID POND MAINTENANCE PROJECT — RANDALL PARK 119 REBID POND MAINTENANCE PROJECT - RANDALL PARK 120 1 ' PROPOSAL PROPOSAL FORM To the City Clerk Yakima, Washington ' This certifies that the undersigned has examined the location of: City of Yakima Rebid Pond Maintenance Project Randall Park ' City of Yakima Project No. 2384 Iand that the plans, specifications and contract governing the work embraced in this improvement, and the method by which payment will be made for said work, is understood. The undersigned hereby proposes to undertake and complete the work embraced in this improvement, or as much thereof as can be Icompleted with the money available in accordance with the said plans, specifications and contract, and the following schedule of rates and prices. 1 NOTE: Unit prices for all items, all extensions, and total amount of bid, shall be shown, and be written in ink or typed. Show unit prices in figures only. Figures written to the right of the dot (decimal) in the dollars column shall be considered as cents. 1 1 1 1 1 1 REBID POND MAINTENANCE PROJECT - RANDALL PARK 121 REBID POND MAINTENANCE PROJECT - RANDALL PARK 122 ITEM PROPOSAL BID SHEET Rebid Pond Maintenance Project Randall Park City Project No. 2384 ITEM NO. ITEM DESCRIPTION QTY UNITS UNIT PRICE ITEM TOTAL 1 MOBILIZATION 1 L.S. $23,000.00 $23,000.00 2 CLEARING, GRUBBING, AND ROADSIDE CLEANUP 0.6 ACRE $8,333.33 $5,000.00 3 COMMON BORROW, INCL. HAUL 150 C.Y. $15.00 $2,250.00 4 EMBANKMENT COMPACTION 150 C.Y. $5.00 $750.00 5 POND EXCAVATION TO 1113.50 4,000 C.Y. $35.06 $140,240.00 6 HIGH VISIBILITY FENCE 850 LF $3.00 $2,550.00 7 STREET CLEANING 20 HR $175.00 $3,500.00 8 STABILIZED CONSTRUCTION ENTRANCE 1 EACH $1,500.00 $1,500.00 9 TEMPORARY BYPASS AND DRAINAGE 1 L.S. $15,000.00 $15,000.00 10 ESC LEAD 20 DAY $250.00 $5,000.00 11 SILT FENCE 200 L.F. $5.00 $1,000.00 12 SEEDING AND MULCHING 2,800 S.Y. $1.25 $3,500.00 13 REPAIR IRRIGATION SYSTEM 1 F.A. $5,000 $5,000 14 CONCRETE OUTLET STRUCTURE 1 L.S. $7,700.00 $7,700.00 15 PERMANENT SIGNING 1 EACH $500.00 $500.00 16 REPAIR OR REPLACEMENT 1 EST $10,000 $10,000 17 12" STREAMBED COBBLES 41 TON $65.00 $2,665.00 18 STREAMBED BOULDERS ONE MAN 17.5 TON $65.00 $1,137.50 19 PVC PIPE FOR WATER MAIN 8 IN. DIAM. 60 L.F. $35.00 $2,100.00 20 GATE VALVE, 8" DIAM. 1 EACH $1,500.00 $1,500.00 SUBTOTAL BASE BID: $233,892.50 SALES TAX (8.2%) $19,179.19 TOTAL BASE BID $253,071.69 REBID POND MAINTENANCE PROJECT - RANDALL PARK ADDENDUM NO. 1 IND ITEM DESCRIPTION QTY UNITS PRNCE ITEM TOTAL BID ADDITIVE 1 21 POND EXCAVATION TO 1112.50 1,700 C.Y. $16.00 $27,200.00 SUBTOTAL BID ADDITIVE 1 $27,200.00 SALES TAX f8.2%) $2,230.40 TOTAL BID ADDTIVE 1 $29,430.40 BID ADDITIVE 2 22 POND EXCAVATION TO 1111.00 2,300 C.Y. $16.00 $36,800.00 SUBTOTAL BID ADDITIVE 2 $36,800.00 SALES TAX (8.2%) $3,017.60 TOTAL BID ADDITIVE 2 $39,817.60 TOTAL BASE BID $253,071.69 TOTAL BASE BID + ADDITIVE 1 $282,502.09 TOTAL BASE BID +ADDITIVE 1 + ADDITIVE 2 $322,319.69 TOTAL $322,319.69 REBID POND MAINTENANCE PROJECT - RANDALL PARK ADDENDUM NO. 1 BID BOND FORM Herewith find deposit in the form of a certified check, cashier's check, or cash in the amount of $ which amount is not less than five percent of the total bid. Sign Here BID BOND KNOW ALL MEN BY THESE PRESENTS: That we, Reclaim Company , as principal, and Western Surety Company , as Surety, are held and firmly bound unto the City of Yakima, as Obligee, in the penal sum of Five Percent (5%1 of Bid Amount 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 Randall Park Pond Maintenance Project. 2384 , 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 THIS 26th DAY OF ay , 201_ Reclaim Company I Western Surety Company Surety Aliceon A. Keltner, Attorney -in -Fact Principal , 20 Received return of deposit in the sum of $ REBID POND MAINTENANCE PROJECT - RANDALL PARK 127 Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it docs by virtue of the signature and seal herein affixed hereby make, constitute and appoint Michael S Mansfield, Sara Sophie SeIlin, Donald Percell Shanklin Jr, Misti M Webb, Tamara A Ringeisen, Kari Michelle Motley, Bryan Richard Ludwick, David W Ross, Individually of Portland, OR Cynthia L Jay, Eric A Zimmerman, James B Binder, Aliceon A Kellner, Brandon K Bush, Individually of Seattle, WA Karen C Swanson, Julie R Truitt, Jamie Diemer, Carley Espiritu, Christopher Kinyon, Brent E Heilesen, Peter J Comfort, Annelies M Richie, Kyle Joseph Howat, Kristine A Lawrence, Mary S Norrell, Heather L Allen, Individually of Tacoma, WA its true and lawful Attorney(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Law printed on the reverse hereof, duly adopted, as indicated, by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed on this 191h day of January, 2017. State of South Dakota County of Minnehaha } ss WESTERN SURETY COMPANY aul T. 13ruflat, Vice President On this 19th day of January, 2017, before me personally carne Paul T. Bruflat, to me known. who, being by me duly sworn, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota: that he is the Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument: that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to he the act and deed of said corporation. My commission expires June 23, 2021 J. MOHR NOTARY PUBLIC EAL SOUTH DAKOTA CERTIFICATE J. Mohr, Notary Public 1, L. Nelson, Assistant Secretary of WESTERN SURE'T'Y COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force, and further certify that the By -Law of the corporation printed on the reverse hereof is still in force. In testimony whereof 1 have hereunto subscribed my name and affixed the seal of the said corporation this Ute` day of Form F4280-7-2012 ,©17 WESTERN SURETY COMPANY • L Nelson, Assistant Secretary • Authorizing By -Law ADOPTED BY THE SHAREHOLDERS OF WESTERN SURETY COMPANY This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the shareholders of the Company. Section 7. All bonds, policies, undertakings, Powers of Attorney, or other obligations of the corporation shall he executed in the corporate name of the Company by the President, Secretary, and Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors niay authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the "Treasurer niay appoint Attorneys in Fact or agents who shall have authority to issue bonds, policies, or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may he printed by facsimile. PROPOSAL SIGNATURE SHEET Rebid Pond Maintenance Project Randall Park City Project No. 2384 The bidder is hereby advised that by signature of this proposal he/she is deemed to have acknowledged all requirements and signed all certificates contained herein. A proposal guaranty in an amount of five percent (5%) of the total bid, based upon the approximate estimate of quantities at the above prices and in the form as indicated below, is attached hereto: CASH CASHIER'S CHECK CERTIFIED CHECK PROPOSAL BOND D IN THE AMOUNT OF 0 DOLLARS 0 ($ ) PAYABLE TO THE CITY TREASURER IN THE AMOUNT OF 5% OF THE BID " Receipt is hereby acknowledged of addendum(s) No.(s) 1 SIGDIA-TURE,OF.AUTHORIZEIGFICIAL(s) 90 : P- (253) 261-8441 Kris Str iner - General Manager FIRM NAME (ADDRESS) Reclaim Company PO Box 4136 Yakima, WA 98904 PHONE NUMBER STATE OF WASHINGTON CONTRACTORS LICENSE NUMBER RECLAC*852JM FEDERAL 12 / 7 1 2 1 2 1 2 1 5 1 8 1 4 1 9 WA STATE EMPLOYMENT SECURITY REFERENCE NO. 140360-00-2 Note: (1) This proposal form is not transferable and any alteration of the firm's name entered hereon without prior permission from the Secretary of Transportation will be cause for considering the proposal irregular and subsequent rejection of the bid. (2) Please refer to section 1-02.6 of the standard specifications, re: "Preparation of Proposal," or "Article 4" of the Instructions to Bidders for building construction jobs. (3) Should it be necessary to modify this proposal either in writing or by electronic means, please make reference to the following proposal number in your communication. REBID POND MAINTENANCE PROJECT — RANDALL PARK 129 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. 1 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: Reclaim Company Dated this 26th Signature: Printed Name: Kris Strutner - General Manager ,2017 Phone #: (253) 261-8441 Email Address: kris.strutner@gmail.com REBID POND MAINTENANCE PROJECT - RANDALL PARK 131 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ITEM PROPOSAL BID SHEET Rebid Pond Maintenance Project Randall Park City Project No. 2384 ITEM ITEM DESCRIPTION QTY UNITS UNIT RICE ITEM TOTAL 1 MOBILIZATION 1 L.S. 2 CLEARING, GRUBBING, AND ROADSIDE CLEANUP 0.6 ACRE 3 COMMON BORROW, INCL. HAUL 150 C.Y. 4 EMBANKMENT COMPACTION 150 C.Y. 5 POND EXCAVATION TO 1113.50 4,000 C.Y. 6 HIGH VISIBILITY FENCE 850 LF 7 STREET CLEANING 20 HR 8 STABILIZED CONSTRUCTION ENTRANCE 1 EACH 9 TEMPORARY BYPASS AND DRAINAGE 1 L.S. 10 ESC LEAD 20 DAY 11 SILT FENCE 200 L.F. 12 SEEDING AND MULCHING 2,800 S.Y. 13 REPAIR IRRIGATION SYSTEM 1 F.A. 14 CONCRETE OUTLET STRUCTURE 1 L.S. 15 PERMANENT SIGNING 1 EACH 16 REPAIR OR REPLACEMENT 1 EST $10,000 $10,000 17 12" STREAMBED COBBLES 41 TON 18 STREAMBED BOULDERS ONE MAN 17.5 TON 19 PVC PIPE FOR WATER MAIN 8 IN. DIAM. 60 L.F. 20 GATE VALVE, 8" DIAM. 1 EACH SUBTOTAL BASE BID: SALES TAX (8.2%) TOTAL BASE BID REBID POND MAINTENANCE PROJECT - RANDALL PARK 123 REBID POND MAINTENANCE PROJECT - RANDALL PARK 124 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ITEM UNIT ITEM DESCRIPTION QTY UNITS PRICE ITEM TOTAL BID ADDITIVE 1 21 POND EXCAVATION TO 1112.50 1,700 C.Y. SUBTOTAL BID ADDITIVE 1 SALES TAX (8.2%) TOTAL BID ADDTIVE 1 BID ADDITIVE 2 22 POND EXCAVATION TO 1111.00 2,300 C.Y. SUBTOTAL BID ADDITIVE 2 SALES TAX (8.2%) TOTAL BID ADDITIVE 2 TOTAL BASE BID TOTAL BASE BID + ADDITIVE 1 TOTAL BASE BID +ADDITIVE 1 + ADDITIVE 2 TOTAL REBID POND MAINTENANCE PROJECT - RANDALL PARK 125 REBID POND MAINTENANCE PROJECT - RANDALL PARK 125 REBID POND MAINTENANCE PROJECT - RANDALL PARK 126 BID BOND FORM Herewith find deposit in the form of a certified check, cashier's check, or cash in the amount of $ which amount is not less than five percent of the total bid. Sign Here BID BOND KNOW ALL MEN BY THESE PRESENTS: That we, , as principal, and , as Surety, are held and firmly bound unto the City of Yakima, as Obligee, in the penal sum of Dollars, for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for , 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 THIS DAY OF , 20 Principal Surety , 20 Received return of deposit in the sum of $ REBID POND MAINTENANCE PROJECT - RANDALL PARK 127 REBID POND MAINTENANCE PROJECT - RANDALL PARK 128 PROPOSAL SIGNATURE SHEET Rebid Pond Maintenance Project Randall Park City Project No. 2384 The bidder is hereby advised that by signature of this proposal he/she is deemed to have acknowledged all requirements and signed all certificates contained herein. A proposal guaranty in an amount of five percent (5%) of the total bid, based upon the approximate estimate of quantities at the above prices and in the form as indicated below, is attached hereto: 0 CASH IN THE AMOUNT OF CASHIER'S CHECK 0 DOLLARS CERTIFIED CHECK 0 ($ ) PAYABLE TO THE CITY TREASURER PROPOSAL BOND 0 IN THE AMOUNT OF 5% OF THE BID ** Receipt is hereby acknowledged of addendum(s) No.(s) & SIGNATURE OF AUTHORIZED OFFICIAL(s) PHONE NUMBER FIRM NAME (ADDRESS) STATE OF WASHINGTON CONTRACTORS LICENSE NUMBER FEDERAL j 1 1 1 1 1 1 1 1 I WA STATE EMPLOYMENT SECURITY REFERENCE NO. Note: (1) This proposal form is not transferable and any alteration of the firm's name entered hereon without prior permission from the Secretary of Transportation will be cause for considering the proposal irregular and subsequent rejection of the bid. (2) Please refer to section 1-02.6 of the standard specifications, re: "Preparation of Proposal," or "Article 4" of the Instructions to Bidders for building construction jobs. (3) Should it be necessary to modify this proposal either in writing or by electronic means, please make reference to the following proposal number in your communication. REBID POND MAINTENANCE PROJECT — RANDALL PARK 129 REBID POND MAINTENANCE PROJECT - RANDALL PARK 130 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. 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: Dated this day of , 20 Signature: Printed Name: Phone #: Email Address: REBID POND MAINTENANCE PROJECT - RANDALL PARK 131 REBID POND MAINTENANCE PROJECT - RANDALL PARK 132 NON -COLLUSION DECLARATION I, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: 1. That the aforesigned person(s), firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. 2. That by signing the signature page of this proposal, I am deemed to have signed and have agreed to the provisions of this declaration. NOTICE TO ALL BIDDERS To report bid rigging activities call: I -800-424-9071 The U.S. Department of Transportation (USDOT) operates the above toll-free "hotline" Monday through Friday, 8:00 a.m. to 5:00 p.m., Eastern time. Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the "hotline" to report such activities. The "hotline" is part of USDOT's continuing effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the USDOT Inspector General. All information will be treated confidentially and caller anonymity will be respected. REBID POND MAINTENANCE PROJECT - RANDALL PARK 133 REBID POND MAINTENANCE PROJECT - RANDALL PARK 134 NON-DISCRIMINATION PROVISION During the performance of this contract, the contractor agrees as follows: (1) The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex or national origin. Such action shall include, but not be limited to the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. *(2) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex or national origin. *(3) The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the agency contracting officer, advising the labor union or workers' representative of the contractor's commitments under Section 202 of Executive Order No. 11246 of September 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. "(4) The contractor will comply with all provisions of Executive Order No. 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. *(5) The contractor will furnish all information and reports required by Executive Order No. 11246 of September 24, 1965, and by the rules regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. "(6) In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any such rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order No. 11246 of September 24, 1965, and such other sanctions may be imposed and remedies involved as provided in Executive Order No. 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. "(7) The contractor will include the provisions of Paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders 01 the Secretary of Labor issued pursuant to Section 204 of Executive Order No. 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as the contracting agency may direct as a means of enforcing such provisions including sanctions for noncompliance: Provided however, that in the event the contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the contracting agency, the contractor may request the United States to enter into such litigation to protect the interests of the United States." REBID POND MAINTENANCE PROJECT - RANDALL PARK 135 REBID POND MAINTENANCE PROJECT - RANDALL PARK 136 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. REBID POND MAINTENANCE PROJECT - RANDALL PARK 137 REBID POND MAINTENANCE PROJECT - RANDALL PARK 138 COUNCIL RESOLUTION RESOLUTION NO. D- 4 8 1 6 A RESOLUTION adopting a "Women And Minority Business Enterprise Policy" for the City of Yakima. WHEREAS, the City of Yakima is the recipient of federal and state assistance which assistance carries with it the obli- gation of contracting with Women And Minority Business Enter- prises for the performance of public works, and WHEREAS, it is the intention of the City of Yakima that Women And Minority Business Enterprises shall have the maximum practicable opportunity to participate in the performance of such public works, and WHEREAS, the City of Yakima is determined to maximize Women And Minority Business Enterprise opportunities for parti- cipation in its competitive bidding process through the adoption of the "Women And Minority Business Enterprise Policy" statement attached hereto, now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Council hereby adopts the "Women And Minority Business Enterprise Policy", a copy of which is attached hereto and by reference made a part hereof. ��00 ADOPTED BY THE CITY COUNCIL this .T 4 ut day of 1983. ATTEST: Mayor City Clerk REBID POND MAINTENANCE PROJECT - RANDALL PARK 139 REBID POND MAINTENANCE PROJECT - RANDALL PARK 140 AFFIRMATIVE ACTION PLAN The bidders, contractors and subcontractors will not be eligible for award of a contract under this Advertisement for Bids unless it certifies as prescribed, that it adopts the minimum goals and timetable of minority and women workforce utilization and specific affirmative action steps as set forth by the City of Yakima, This is directed at increasing minority and women workforce utilization by means of applying good faith efforts to carrying out such steps. However, no contractor or subcontractor shall be found to be in noncompliance solely on account of its failure to meet its goals within its timetables, but such contractor shall be given the opportunity to demonstrate that it has instituted all of the specific affirmative action steps specified by the City of Yakima, and has made every good faith effort to make these steps work toward the attainment of its goals, all to the purpose of expanding minority and women workforce utilization on all of its projects in the City of Yakima, Washington. In all cases, the compliance of a bidder, contractor or subcontractor will be determined in accordance with its respective obligations under the terms of these Bid Conditions. All bidders and all contractors and subcontractors performing or to perform work on projects subject to these Bid Conditions hereby agree to inform their subcontractors of their respective obligations under the terms and requirements of these Bid Conditions, including the provisions relating to goals of minority and women employment and training. Specific Affirmative Action Steps Bidders, contractors and subcontractors subject to this contract must engage in affirmative action directed at increasing minority and women workforce utilization, which is at least as extensive and as specific as the following steps: a. The contractor shall notify community organizations that the contractor has employment opportunities available and shall maintain records of the organizations' response. b. The contractor shall maintain a file of the names and addresses of each minority and women worker referred to him and what action was taken with respect to each such referred worker, and if the worker was not employed, the reasons therefore. If such worker was not sent to the union hiring hall for referral or if such worker was not employed by the contractor, the contractor's file shall document this and the reasons therefore. c. The contractor shall promptly notify the City of Yakima Engineering Division an Contract Compliance Officer when the union or unions with whom the contractor has collective bargaining agreement has not referred to the contractor a minority or woman worker sent by the contractor or the contractor has other information that the union referral process has impeded him in his efforts to meet his goal. 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. REBID POND MAINTENANCE PROJECT - RANDALL PARK 141 g. The contractor shall make specific efforts and constant personal (both written and oral) recruitment efforts directed at all minority or women organizations, schools with minority students, minority recruitment organizations and minority training organizations, within the contractor's recruitment areas. h. The contractor shall make specific efforts to encourage present minority employees to recruit their friends and relatives. i. The contractor shall validate all man specifications; selection requirements, tests, etc. 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 City of Yakima Engineering Department or the City of Yakima Compliance Officer. REBID POND MAINTENANCE PROJECT - RANDALL PARK 142 BIDDER 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: Reclaim Company certifies that: (BIDDER) 1. It intends to use the following listed construction trades in the work under the contract Earthwork - Self Perfromed, Dump Trucking - Performed by Dump Trucking Subcontractors and; as to those trades for which it is required by these Bid Conditions to comply with these Bid Conditions, it adopts the minimum minority and women workforce utilization goals and the specific affirmative action steps for all construction work (both federal and non-federal) in the Yakima, Washington area subject to these Bid Conditions, those trades being: and; 2. It will obtain from each of its subcontractors and submit to the contracting or administering agency prior to the award of any sub -contract under this contract the Subcontractor Certification required by these Bid Conditions. Kris Strutner - General Manager (Signature of Authorized Representative of Bidder) REBID POND MAINTENANCE PROJECT - RANDALL PARK 143 SUBCONTRACTOR CERTIFICATION Subcontractors' Certification is not required at the time of bid. This Certification must be completed by each subcontractor prior to award of any subcontract. certifies that: (SUBCONTRACTOR) 1. It intends to use the following listed construction trades in the work under the subcontract and; As to those trades for which it is required by these Bid Conditions to comply with these Bid Conditions, it adopts the minimum minority and women workforce utilization goals and the specific affirmative action steps for all construction work (both federal and non-federal) in Yakima, Washington, subject to these Bid Condition, those trades being: and; 2. It will obtain from each of its subcontractors prior to the award of any subcontract under this subcontract the Subcontractor Certification required by these Bid conditions. (Signature of Authorized Representative of Subcontractor) REBID POND MAINTENANCE PROJECT - RANDALL PARK 145 REBID POND MAINTENANCE PROJECT - RANDALL PARK 146 MATERIALLY AND RESPONSIVENESS The certification required to be made by the bidder pursuant to these Bid Conditions is material, and will govern the bidder's performance on the project and will be made a part of his bid. Failure to submit the certification will render the bid non responsive. Compliance and Enforcement Contractors are responsible for informing their subcontractor (regardless of tier) as to their respective obligations under the conditions of the contract here (as applicable). Bidders, contractors and subcontractors hereby agree to refrain from entering into any contract or contract modification subject to Executive Order 11246, as amended on September 24, 1965, with a contractor debarred from, or who is determined not to be a responsible' bidder for, government contracts and federally assisted construction contracts pursuant to Executive Order. The bidder, contractor or subcontractor shall carry out such sanctions and penalties for violation of the equal opportunity clause including suspension, termination and cancellation of existing subcontracts as may be imposed or ordered by the administering agency, the contracting agency or the Office of Federal Contract Compliance pursuant to the Executive Order. Any bidder, or contractor or subcontractor who shall fail to carry out such sanctions and penalties shall be deemed to be in non-compliance with these Bid Conditions and Executive Order 11246, as amended. Nothing herein is intended to relieve any contractor or subcontractor during the term of its contract on this project from compliance with Executive Order 11246, as amended, and the Equal Opportunity Clause of its contract. Violation of any substantial requirement in the affirmative action plan by a contractor or subcontractor covered by these Bid Conditions including the failure of such contractor or subcontractor to make a good faith effort to meet it fair share of the trade's goals of minority and women workforce utilization, and shall be grounds for imposition of the sanctions and penalties provided at Section 209 (a) of Executive Order 11246, as amended. Each agency shall review its contractors' and subcontractors' employment practices during the performance of the contract. If the agency determines that the affirmative action plan no longer represents effective affirmative action, it shall so notify the Office of Federal Contract Compliance which shall be solely responsible for any final determination of that question and the Consequences thereof. In regard to these conditions, if the contractor or subcontractor meets its goals or if the contractor or subcontractor can demonstrate that it has made every good faith effort to meet those goals, the contractor of the subcontractor shall be presumed to be in compliance with Executive Order 11246, as amended, the implementing regulations and its obligations under these Bid Conditions and no formal sanctions or proceedings leading toward sanctions shall be instituted unless the agency otherwise determines that the contractor or subcontractor is not providing equal employment opportunities. In judging whether a contractor or subcontractor has met its goals, the agency will consider each contractors or subcontractor's minority and women workforce utilization and will not take into consideration the minority and women workforce utilization of its subcontractors. Where the agency finds that the contractor or subcontractor has failed to comply with the requirement of Executive Order 11246, as amended, the implementing regulations and its obligations under these Bid Conditions, the agency shall take such action and impose such sanctions as may be appropriate under Executive Order and the regulations. When the agency proceeds with such formal action, it has the burden of proving that the contractor has not met the requirements of these Bid Conditions, but the contractor's failure to meet his goals shall shift to him the requirement to come forward with evidence to show that he has met the "good faith" requirements of these Bid Conditions by instituting at least the Specific Affirmative Action steps listed above and by making every good faith effort to make those steps work toward the attainment of its goals within its timetables. The pendency of such formal proceedings shall be taken into consideration by Federal agencies in determining whether such contractor or Subcontractor can comply with the REBID POND MAINTENANCE PROJECT - RANDALL PARK 147 requirements of Executive Order 11246, as amended, and is therefore a "responsible prospective contractor" within the meaning of the Federal Procurement Regulations. It shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority and women employees. The procedures set forth in these conditions shall not apply to any contract when the head of the contracting or administering agency determines that such contract is essential to the national security and that its award without following such procedures is necessary to the national security. Upon making such a determination, the agency head will notify, in writing, the Director of the Office of Federal Contractor Compliance within thirty days. Requests for exemptions from these Bid Conditions must be made in writing, with justification, to the: Director Office of Federal Contractor Compliance U.S. Department of Labor Washington, D.C. 20210 and shall be forwarded through and with the endorsement of the agency head. Contractors and subcontractors must keep such records and file such reports relating to the provisions of these Bid Conditions as shall be required by the contracting or administering agency or the Office of Federal Contractor Compliance. REBID POND MAINTENANCE PROJECT - RANDALL PARK 148 BIDDER'S CHECK LIST The bidder's attention is especially called to the following forms, which must be executed, as required, and submitted on the form purchased from the City and bound in the Contract Documents: A. PROPOSAL The unit prices, extensions and total amounts bid must be shown in the spaces provided. B. BID BOND ACCOMPANYING BID This Bid Bond form is to be executed by the bidder and the surety company unless bid is accompanied by a certified check, cashier's check or cash. The amount shall be not less than 5% of the total amount bid and may be shown in dollars or on a percentage basis. C. BIDDER'S CERTIFICATION D. PROPOSAL SIGNATURE SHEET Must be filled in and signed by the bidder. The following forms must be received prior to the Contract being executed: A. CONTRACT This agreement is to be executed by the successful bidder. B. PERFORMANCE BOND To be executed by the successful bidder and his/her Surety Company. C. CERTIFICATE OF INSURANCE Refer to attached Informational Certificate of Insurance and Additional Insured Endorsement. Also refer to Section 1-07.18 (APWA) of the Standard Specifications and Special Provisions. D. E -VERIFY COMPLIANCE DECLARATION Refer to Section 1-02.15. A signed E -Verify Compliance Declaration must be submitted or on file with the City. REBID POND MAINTENANCE PROJECT - RANDALL PARK 149 REBID POND MAINTENANCE PROJECT - RANDALL PARK 150 PLANS AND DETAILS CONSTRUCTION PLANS REBID POND MAINTENANCE PROJECT - RANDALL PARK 151 REBID POND MAINTENANCE PROJECT - RANDALL PARK 152 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Know what's below. CaII before you dig. REBID POND MAINTENANCE PROJECT - RANDALL PARK CITY PROJECT NO. 2384 RANDALL PARK W LINCOLN AVE SUMMITVIEW AVE W TIETON DR W NOB HILL BLVD 0) EH �1� PNE N N N SITE W WASHINGTON AVE 11 VICINITY MAP NOT TO SCALE SHEET INDEX NUMBER TITLE 00.00 COVER SHEET C1.01 TESC & PHASING PLAN C1.02 TESC NOTES & DETAILS C3.01 GRADING PLAN C4.01 OUTLET PLAN & PROFILE C4.02 BID ADDITIVES EXISTING LEGEND: 0 0 CI 0 zz ITI EB N s -G -p T W — — OHP— BOLLARD SIGN SANITARY SEWER MANHOLE SANITARY SEWER CLEANOUT STORM CATCH BASIN STORM MANHOLE GAS METER GAS VALVE POWER TRANSFORMER GUY ANCHOR UTILITY POWER POLE ELECTRICAL VAULT JUNCTION BOX POWER METER LUMINAIRE TELEPHONE RISER TELEPHONE VAULT FIRE HYDRANT IRRIGATION CONTROL VALVE WATER METER WATER VALVE TREE STORM LINE SANITARY SEWER LINE GAS LINE ELECTRICAL LINE COMMUNICATIONS LINE WATER LINE IRRIGATION OVERHEAD UTILITIES FENCE CONCRETE ASPHALT CONTOUR MAJOR INTERVAL CONTOUR MINOR INTERVAL PROPERTY/RIGHT-OF-WAY LINE o SURVEY INFORMATION AHBL#102 NAIL AND WASHER N:454970.6513 E:1622849 5808 EL:5126.26 0 VERTICAL DATUM: NAVD 1988 VERTICAL DATUM ON ORTHOMETRICALLY CORRECTED GPS OBSERVATIONS USING VVSRN AND GEOID 2012A BASIS OF BEARING: NAD 1983 WASHINGTON STATE PLANE NORTH PROJECTION, BASED ON GPS OBSERVATIONS USING VVSRN AND GEOID 2012A. UNITS OF MEASUREMENT ARE US SURVEY FEET. SITE TBM AHBL NO. 102 MAGNAIL W/ WASHER LOCATED AT CUTOUT OF WALKING PATH APPROXIMATELY 646' EAST-NORTHEAST OF THE INTERSECTION OF CASTLEVIEW DR AND S 48TH AVE. EL.1126.26' N: 454970.6513 E: 1622649.5808 PROPOSED LEGEND: X GB D X XXX SIGN GRADE BREAK STORM LINE FENCE CONCRETE ASPHALT CONTOUR MAJOR INTERVAL CONTOUR MINOR INTERVAL PROPERTY/RIGHT-OF-WAY LINE GRAPHIC SCALE 0 40 80 160 1" = 80 FEET OWNER CITY OF YAKIMA 129 N SECOND ST YAKIMA, WA 98901 PH: 509.249.6813 CONTACT: DANA KALLEVIG CIVIL ENGINEER AHBL, INC. 9825 SANDIFUR PARKWAY SUITE A PASCO, WA 99301 PH: 509.380.5883 CONTACT: ERICK FITZPATRICK, PE SURVEYOR AHBL, INC. 9825 SANDIFUR PARKWAY PASCO, WA 99301 PH: 509.380.5883 CONTACT: JOHN BECKER, PLS GEOTECHNICAL ENGINEER PBS ENGINEERING + ENVIRONMENTAL 400 BRADLEY BLVD, STE 300 RICHLAND, WA 99352 PH: 509.375.7835 CONTACT: JEN RUSSELL PROJECT NOTES THE CONTRACTOR SHALL COMPLY WITH ALL LOCAL, COUNTY, AND STATE REGULATIONS PERTAINING TO THE CLOSING OF PUBLIC STREETS DURING CONSTRUCTION. HIGH VISIBILITY FENCING CONTRACTOR SHALL ERECT AND MAINTAIN HIGH VISIBILITY FENCING AROUND THE PROJECT SITE TO DETER PERSONS NOT INVOLVED IN THE CONTRACT WORK FROM ENTERING THE WORK SITE AT THE LOCATIONS SHOWN ON THE PLANS OR AS DIRECTED BY THE ENGINEER PRIOR TO COMMENCING WORK. CONTRACTOR SHALL INSPECT FENCING DAILY AND IMMEDIATELY REPAIR ANY DAMAGED OR MISSING SECTION TO THE SATISFACTION OF THE ENGINEER. THIS ITEM SHALL BE CONSIDERED INCIDENTAL TO THE WORK AND INCLUDED IN THE UNIT CONTRACT PRICE FOR MOBILIZATION. TRENCH NOTE IF WORKERS ENTER ANY TRENCH OR OTHER EXCAVATION FOUR OR MORE FEET IN DEPTH THAT DOES NOT MEET THE OPEN PIT REQUIREMENTS OF WSDOT SECTION 2-09.3(3)B, IT SHALL BE SHORED AND CRIBBED. THE CONTRACTOR ALONE SHALL BE RESPONSIBLE FOR WORKER SAFETY. ALL TRENCH SAFETY SYSTEMS SHALL MEET THE REQUIREMENTS OF THE WASHINGTON INDUSTRIAL SAFETY AND HEALTH ACT, CHAPTER 49 17 RCW. 5.9.2017 2140382RP_SH_COVER.DWG G0.00 Civil Engineers Structural Engineers Landscape Architects Community Planners Land Surveyors Neighbors TACOMA SEATTLE SPOKANE TRI -CITIES 827 West First Avenue, Suite 301 Spokane, WA 99201 509.252.5019 TEL 509.315.8862 FAX vnwishbl.coln WEB REBID POND MAINTENANCE PROJECT RANDALL PARK CITY OF YAKIMA 2220 EAST VIOLA AVENUE YAKIMA, WA 98901 DANA KALLEVIG, UTILITY PROJECT MANAGER Job Ne 2140382.10 Issue Set 8 Date BID SET 5/12/17 NoICE 1145 0001.101i PI,0i4r04.411 MOIsR,MED. OILY FOR It PRP.. 111.6124 N. MU BM ISMOTTO L161, RR RENA 610116 OR 40110110 DOT MOM OR FOR raly OMR MUM COVER SHEET MRW MRW EMF G0.00 1 of 6 Sheets _ Know what's below. CaII before you dig. REBID POND MAINTENANCE PROJECT - RANDALL PARK CITY PROJECT NO. 2384 EXIST. FRISBEE GOLF TEE y EXIST. GRAVEL PATH EXIST BENCH (TVP ) 1 EXIST. TIE HIGH VIS. FENCE I GRAVEL PAT \ INTO EXIST. FENCE SURVEYED EDGE OF WATER,TYP EXIST. PICNIC TABLE EXIST. ASPHALT PATH EXIST. PLAY AREA 'f \ EXIST. POND EXIST. 4' WOOD FENCE \ \s \ 4 EXIST. 4' \ CHAINLINK FENCE EXIST OBSERVATION PLATFORM "30 aD' PROP. SIGNAGE \ \'CLEARING LIMITS EXIST_ ISLAND z` x` EXIST PICNIC SHELTER EXIST. ASPHALT PATH EXIST SANITARY SEWER \\ t n\ 3 `�P I rl\\ 1 - EXIST.SSMH 1 `4 S 44TH AVE 34" z 58" C.M.P. I.E.=1110.60 EXIST. OUTFALL EXIST. FENCE TIE HIGH VIS. FENCE I 1NTO EXIST FENCE —4` EXIST. BOLLARDS TESC LEGEND NOTES: CONSTRUCTION ENTRANCE 137 INLET SEDIMENT PROTECTION TEMPORARY HIGH VISIBILITY FENCE PER WSDOT STANDARD PLAN 1-10.10-01 SILT FENCE 91117 1. THE CONTRACTOR IS RESPONSIBLE TO PROTECT EXISTING UTILITIES AND CITY OF YAKIMA PROPERTY WITHIN THE PROJECT AREA. ALL UTILITIES. CITY INFRASTRUCTURE, AND OTHER CITY OWNED PROPERTY ARE TO BE PROTECTED UNLESS OTHERWISE NOTED. CONTRACTOR IS RESPONSIBLE FOR REPAIR OF ANY DAMAGE DURING CONSTRUCTION. 2 THE CONTRACTOR IS RESPONSIBLE FOR NOTIFYING THE ENGINEER OF ANY DIFFERING SITE CONDITIONS UPON DISCOVERY. PHASING NOTES: PHASE 1 ACTIVITIES. 1 INSTALL CONSTRUCTION ENTRANCE AND HIGH VISIBILITY FENCING AROUND PROJECT SITE. 2 INSTALL TESC MEASURES. PHASE 2 ACTIVITIES 1 INSTALL SAND BAGS WITHIN EXISTING INLET CHANNEL UPSTREAM OF POND GRADING LIMITS LOCATION TO BE COORDINATED BY CONTRACTOR AND ENGINEER IN THE FIELD 2. ESTABLISH BYPASS PUMPING OF EXISTING 30 CFS BASE FLOW WITHIN EXISTING INLET CHANNEL AROUND PROJECT AREA. CONTRACTOR TO COORDINATE BYPASS PIPING WITH ENGINEER IN THE FIELD. BYPASS PIPING SHALL DISCHARGE TO EXISTING 36" x 54" CMP OUTFALL. 3. DRAIN EXISTING DUCK POND 4. ALL DISCHARGE WATER TO INCLUDE DIVERTING STREAM AND DRAINING POND SHALL COMPLY WITH THE WATER QUALITY STANDARDS SET FORTH IN THE CONSTRUCTION GENERAL STORMWATER PERMIT CONTRACTOR TO ESTABLISH AND MAINTAIN APPROPRIATE BMPs. SEE DEWATERING NOTES, SHEET C1.02. PHASE 3 ACTIVITIES: 1 CONTRACTOR TO REMOVE MATERIAL FROM THE POND PER GRADING PLAN ON SHEET C3.01. 2. CONTRACTOR SHALL COORDINATE DISPOSAL OF REMOVED MUCK AND SEDIMENT IN LEGAL MANNER. 3. CLEAR AND GRUB AS NECESSARY TO FACILITATE SEDIMENT REMOVAL. PHASE 4 ACTIVITIES. 1 CONTRACTOR TO CONSTRUCT OUTLET PER SHEET C4 01 GRAPHIC SCALE 30 60 120 1"=60 FEET 5 9 2017 2140382RP-SH_TESC DWG C101 Civil Engineers Structural Engineers Landscape Atcndects CO nmuney Planners Land Surveyors Naighteas TACOMA • SEATTLE SPOKANE • TRI -CITIES 827 West First Avenue, Swte 301 Spokane. WA 9920' 509252.5019 TEL 509.3158862 rAx www ano1 com 5Fa REBID POND MAINTENANCE PROJECT RANDALL PARK CITY OF YAKIMA 2220 EAST VIOLA AVENUE YAKIMA, WA 98901 DANA 6ALLEVIG, UTILITY PROJECT NM/GER 2140382.10 BID SET 40710E I.M.101. Mt NO MOW 0011111317 66 NOT DEPOVIT .011 PM. 0.0191. 111.115 11.6 CCO1191.1 011,131111,03.1 DOOM WM,. TESC & PHASING PLAN LIFM MF:. C1.o1 REBID POND MAINTENANCE PROJECT - RANDALL PAR,0' MINK Know what's below. CaII before you dig. EROSION & SEDIMENTATION CONTROL NOTES: 1. TEMPORARY EROSION AND SEDIMENTATION CONTROL (TESC) FOR THIS PROJECT SHALL 8E IN CONFORMANCE WITH THE YAKIMA MUNICIPAL CODE SECTION 7.82 AND THE STORMWATER MANAGEMENT MANUAL OF EASTERN WASHINGTON. 2 THE TESC BMPs SHOWN ON THE PLANS ARE CONSIDERED TO BE THE MINIMUM STANDARD OF CARE FOR ANTICIPATED SITE CONDITIONS. THE CONTRACTOR IS RESPONSIBLE FOR THE CONSTRUCTION, MAINTENANCE, REPLACEMENT. AND UPGRADE OF TESC BMPs UNTIL CONSTRUCTION IS COMPLETED AND APPROVED AND ANY VEGETATION/LANDSCAPING SHOWN ON THE PLANS IS ESTABLISHED. 3. THE CONTRACTOR SHALL IMPLEMENT NECESSARY TESC BMPs PRIOR TO BEGINNING CONSTRUCTION AND IS RESPONSIBLE TO INSURE THAT SEDIMENT AND SEDIMENT LADEN WATER DO NOT ENTER THE DRAINAGE SYSTEM, ROADWAYS, OR VIOLATE APPLICABLE WATER STANDARDS. 4. THE CONTRACTOR SHALL INSPECT TESC BMPs DAILY AND MAINTAIN THEM AS NECESSARY TO ENSURE THEIR CONTINUED FUNCTIONING. 5 AT NO TIME SHALL MORE THAN ONE -FOOT OF SEDIMENT BE ALLOWED TO ACCUMULATE WITHIN A TRAPPED CATCH BASIN 6. INSPECT ALL ROADWAYS. AT THE END OF EACH DAY. ADJACENT TO THE CONSTRUCTION ACCESS ROUTE IF IT IS EVIDENT THAT SEDIMENT HAS BEEN TRACKED OFF SITE AND/OR BEYOND THE ROADWAY APPROACH, CLEANING IS REQUIRED. 7 IF SEDIMENT REMOVAL IS NECESSARY PRIOR TO STREET WASHING. IT SHALL BE REMOVED BY SHOVELING OR PICKUP SWEEPING AND TRANSPORTED TO A CONTROLLED SEDIMENT DISPOSAL AREA. 8 IF STREET WASHING IS REQUIRED TO CLEAN SEDIMENT TRACKED OFF SITE. ONCE SEDIMENT HAS BEEN REMOVED, STREET WASH WASTEWATER SHALL BE CONTROLLED BY PUMPING BACK ON-SITE OR OTHERWISE PREVENTED FROM DISCHARGING INTO SYSTEMS TRIBUTARY TO WATERS OF THE STATE 9 CONTROL FUGITIVE DUST FROM CONSTRUCTION ACTIVITY IN ACCORDANCE WITH THE STATE AND/OR LOCAL AIR QUALITY CONTROL AUTHORITIES WITH JURISDICTION OVER THE PROJECT AREA. 10 STABILIZE EXPOSED UNWORKED SOILS (INCLUDING STOCKPILES), WHETHER AT FINAL GRADE OR NOT, WITHIN 10 DAYS DURING THE REGIONAL DRY SEASON (JULY 1 THROUGH SEPTEMBER 30) AND WITHIN 5 DAYS DURING THE REGIONAL WET SEASON (OCTOBER 1 THROUGH JUNE 30) SOILS MUST BE STABILIZED AT THE END OF A SHIFT BEFORE A HOLIDAY WEEKEND IF NEEDED BASED ON THE WEATHER FORECAST. THIS TIME LIMIT MAY ONLY BE ADJUSTED BY A LOCAL JURISDICTION WITH A "QUALIFIED LOCAL PROGRAM." IF IT CAN BE DEMONSTRATED THAT THE RECENT PRECIPITATION JUSTIFIES A DIFFERENT STANDARD AND MEETS THE REQUIREMENTS SET FORTH IN THE CONSTRUCTION STORMWATER GENERAL PERMIT. 11 PROTECT INLETS. DRYWELLS. CATCH BASINS AND OTHER STORMWATER MANAGEMENT FACILITIES FROM SEDIMENT. WHETHER OR NOT FACILITIES ARE OPERABLE 12 KEEP ROADS ADJACENT TO INLETS CLEAN. 13. COVER, CONTAIN AND PROTECT ALL CHEMICALS. LIQUID PRODUCTS. PETROLEUM PRODUCT, AND NONINERT WASTES PRESENT ON SITE FROM VANDALISM (SEE CHAPTER 173-304 WAC FOR THE DEFINITION OF INERT WASTE), USE SECONDARY CONTAINMENT FOR ON-SITE FUELING TANKS. 14. CONDUCT MAINTENANCE AND REPAIR OF HEAVY EQUIPMENT AND VEHICLES INVOLVING OIL CHANGES. HYDRAULIC SYSTEM REPAIRS. SOLVENT AND DE -GREASING OPERATIONS. FUEL TANK DRAIN DOWN AND REMOVAL, AND OTHER ACTIVITIES THAT MAY RESULT IN DISCHARGE OR SPILLAGE OF POLLUTANTS TO THE GROUND OR INTO STORMWATER RUNOFF USING SPILL PREVENTION MEASURES. SUCH AS DRIP PANS. CLEAN ALL CONTAMINATED SURFACES IMMEDIATELY FOLLOWING ANY DISCHARGE OR SPILL INCIDENT IF RAINING OVER EQUIPMENT OR VEHICLE. PERFORM EMERGENCY REPAIRS ON SITE USING TEMPORARY PLASTIC BENEATH THE VEHICLE. 15 CONDUCT APPLICATION OF AGRICULTURAL CHEMICALS. INCLUDING FERTILIZERS AND PESTICIDES, IN SUCH A MANNER. AND AT APPLICATION RATES. THAT INHIBITS THE LOSS OF CHEMICALS INTO STORMWATER RUNOFF FACILITIES. AMEND MANUFACTURER'S RECOMMENDED APPLICATION RATES AND PROCEDURES TO MEET THIS REQUIREMENT, IF NECESSARY. 16. REMOVE TEMPORARY ESC BMPS WITHIN 30 DAYS AFTER THE TEMPORARY BMPS ARE NO LONGER NEEDED. PERMANENTLY STABILIZE AREAS THAT ARE DISTURBED DURING THE REMOVAL PROCESS. SOIL STOCKPILE NOTES: 1 STOCKPILES SHALL BE STABILIZED (WITH PLASTIC COVERING OR OTHER APPROVED DEVICE) DAILY BETWEEN NOVEMBER 1 AND MARCH 31. 2 IN ANY SEASON, SEDIMENT LEACHING FROM STOCK PILES MUST BE PREVENTED. 3 TOPSOIL SHALL NOT BE PLACED WHILE IN A FROZEN OR MUDDY CONDITION. WHEN THE SUBGRADE IS EXCESSIVELY WET. OR WHEN CONDITIONS EXIST THAT MAY OTHERWISE BE DETRIMENTAL TO PROPER GRADING OR PROPOSED SODDING OR SEEDING. 4 PREVIOUSLY ESTABLISHED GRADES ON THE AREAS TO BE TOPSOILED SHALL BE MAINTAINED ACCORDING TO THE APPROVED PLAN. CITY PROJECT NO. 2384 PLASTIC COVERING NOTES: 1 PLASTIC SHEETING SHALL HAVE A MINIMUM THICKNESS OF 6 MILS AND SHALL MEET THE REQUIREMENTS OF THE STATE STANDARD SPECIFICATIONS SECTION 9-14.5. 2 COVERING SHALL BE INSTALLED AND MAINTAINED TIGHTLY IN PLACE BY USING SANDBAGS OR TIRES ON ROPES WITH A MAXIMUM 10 -FOOT GRID SPACING IN ALL DIRECTIONS. ALL SEAMS SHALL BE TAPED OR WEIGHTED DOWN FULL LENGTH AND THERE SHALL BE AT LEAST A 12 INCH OVERLAP OF ALL SEAMS. 3 CLEAR PLASTIC COVERING SHALL BE INSTALLED IMMEDIATELY ON AREAS SEEDED BETWEEN NOVEMBER 1 AND MARCH 31 AND REMAIN UNTIL VEGETATION IS FIRMLY ESTABLISHED. 4. WHEN THE COVERING IS USED ON UN -SEEDED SLOPES. IT SHALL BE KEPT IN PLACE UNTIL THE NEXT SEEDING PERIOD. 5 PLASTIC COVERING SHEET SHALL BE BURIED TWO FEET AT THE TOP OF SLOPES IN ORDER TO PREVENT SURFACE WATER FLOW BENEATH SHEETS 6. PROPER MAINTENANCE INCLUDES REGULAR CHECKS FOR RIPS AND DISLODGED ENDS. WATTLE NOTES: 1 THE CONTRACTOR SHALL INSTALL AND MAINTAIN WATTLES AT ALL PROPOSED CURB INLET LOCATIONS. 2 WATTLES SHALL BE INSTALLED AT CURB INLETS CONNECT TO NEW AND EXISTING INFILTRATION FACILITIES AS SOON AS INLET IS CONNECTED TO THE FACILITY 3 WATTLES SHALL BE INSTALLED AT CURB INLETS CONNECTED TO THE EXISTING 18" STORM MAIN ONCE CONSTRUCTION OF THE INLET HAS BEEN COMPLETED. 4 WATTLES SHALL BE PLACED WITHIN THE FLOW LINE ADJACENT AND PARALLEL TO THE CURB LINE AND EXTEND 1' PAST THE CURB INLET, TYPICAL BOTH SIDES. 5 WATTLES SHALL BE SECURED TO THE GROUND WITH A MINIMUM OF THREE SAND BAGS OR EQUIVALENT. SAND BAGS ARE TO BE PLACED AT EACH EDGE OF THE INLET AND AT THE INLET CENTER. 6. THE CONTRACTOR SHALL REMOVE AND DISPOSE OF ACCUMULATED SEDIMENT PRIOR TO IT REACHING 1" IN HEIGHT. 7 WATTLES MAY BE REMOVED UPON APPROVAL OF THE ENGINEER ONCE CONSTRUCTION ACTIVITIES HAVE BEEN COMPLETED UPHILL OF THE RESPECTIVE CURB INLET AND ALL ROADWAY SURFACES HAVE BEEN THOROUGHLY SWEPT CLEAN DEWATERING NOTES: 1 ALL MATERIAL EXCAVATED FROM POND SHALL BE COMPLETELY REMOVED AND DISPOSED OF AT AN APPROVED LOCATION NO MATERIAL SHALL BE SIDE CAST INTO ADJACENT WETLANDS, SENSITIVE AREAS, OR OTHER WATERS OF THE STATE 2. IF MATERIAL IS PLACED ON THE UPLAND TO DEWATER, IT SHALL BE CONTAINED OR PLACED IN SUCH A WAY THAT THE RUNOFF SHALL NOT FLOW INTO NEARBY STORM DRAINS OR WATER BODIES. INCLUDING WETLANDS AND SENSITIVE AREAS OCCURRING ADJACENT TO THE DITCH. ANY FLOW OF SLURRY WATER SHALL BE CONTROLLED TO REDUCE SUSPENDED SEDIMENT LEVELS NOT EXCEEDING STATE ESTABLISHED WATER QUALITY STANDARDS PRIOR TO DISCHARGE BACK INTO ANY ADJACENT WATER BODY. NOTES: FILTER FABRIC MATERIAL MIRAFI 100 NS OR EQUIVALENT 2" X 4" BY 14 GA WIRE FABRIC OR EQUIVALENT, AFFIX TO POST (LOCATED ON DOWNHILL SIDE OF FILTER FABRIC) PROVIDE NATIVE BACKFILL OR 3/4" - 1 1/2" WASHED GRAVEL BACKFILL IN TRENCH AND ON BOTH SIDES OF FILTER FENCE FABRIC ON THE SURFACE 2" X 4" WOOD POST OR STEEL FENCE POST FILTER FABRIC MATERIAL 85" WIDE, CONTINUOUS, ROLLS - USE RINGS TO ATTACH TO WIRE FABRIC PROP. LINE OR WETLAND BUFFER LINE EXISTING GRADE SIDE VIEW 1 N OE En I I I 1=1II —I I. II 6' MAX FRONT VIEW 2" X 2" BY 14 GA. WIRE FABRIC OR EQUIVALENT BURY BOTTOM OF FILTER MATERIAL IN 8"X12" TRENCH 2" X 4" WOOD POSTS. STANDARD OR BETTER. OR STEEL FENCE POST 1 FILTER FABRIC FENCE SHALL BE PURCHASED IN A CONTINUOUS ROLL AND CUT TO THE LENGTH OF THE BARRIER TO AVOID USE OF JOINTS WHEN JOINTS ARE NECESSARY, FILTER CLOTH SHALL BE SPLICED TOGETHER ONLY AT A SUPPORT POST, WITH A MINIMUM 8 -INCH OVERLAP. AND SECURELY FASTENED AT BOTH ENDS TO POST. 2 POSTS SHALL BE SPACED A MAXIMUM OF 6 FEET APART AND DRIVEN SECURELY INTO THE GROUND (MINIMUM OF 30 INCHES). 3 A TRENCH SHALL BE EXCAVATED APPROXIMATELY 8 INCHES WIDE AND 12 INCHES DEEP ALONG THE LINE OF POSTS AND UPSLOPE FROM THE BARRIER THIS TRENCH SHALL BE BACKFILLED WITH WASHED GRAVEL. 4. WHEN STANDARD STRENGTH FILTER FABRIC IS USED, A WIRE MESH SUPPORT FENCE SHALL BE FASTENED SECURELY TO THE UPSLOPE SIDE OF THE POSTS USING HEAVY-DUTY WIRE STAPLES AT LEAST 1 INCH LONG, TIE WIRES OR HOG RINGS. THE WIRE SHALL EXTEND INTO THE TRENCH A MINIMUM OF 4 INCHES AND SHALL NOT EXTEND MORE THAN 24 INCHES ABOVE THE ORIGINAL GROUND SURFACE. 5. THE STANDARD STRENGTH FILTER FABRIC SHALL BE STAPLED OR WIRED TO FENCE. AND 20 INCHES OF THE FABRIC SHALL BE EXTENDED INTO THE TRENCH. THE FABRIC SHALL NOT EXTEND MORE THAN 24 INCHES ABOVE THE ORIGINAL GROUND SURFACE. FILTER FABRIC SHALL NOT BE STAPLED TO EXISTING TREES. 8. WHEN EXTRA -STRENGTH FILTER FABRIC AND CLOSER POST SPACING IS USED. THE WIRE MESH SUPPORT FENCE MAY BE ELIMINATED. IN SUCH A CASE, THE FILTER FABRIC IS STAPLED OR WIRED DIRECTLY TO THE POSTS WITH ALL OTHER PROVISIONS OF ABOVE NOTES APPLYING. 7 FILTER FABRIC FENCES SHALL NOT BE REMOVED BEFORE THE UPSLOPE AREA HAS BEEN PERMANENTLY STABILIZED. 8 FILTER FABRIC FENCES SHALL BE INSPECTED IMMEDIATELY AFTER EACH RAINFALL AND AT LEAST DAILY DURING PROLONGED RAINFALL ANY REQUIRED REPAIRS SHALL BE MADE IMMEDIATELY. 9 SILT FENCES WALL BE INSTALLED PARALLEL TO SLOPE CONTOURS 10 CONTRIBUTING LENGTH TO FENCE WILL NOT BE GREATER THAN 100 FEET. 11 DO NOT INSTALL BELOW AN OUTLET PIPE OR WEIR. 12 INSTALL DOWNSLOPE OF EXPOSED AREAS. 13 DO NOT DRIVE OVER OR FILL OVER SILT FENCES. OSILT FENCE 1 NOT TO SCALE EDGE OF EXISTING PAVEMENT INSTALL DRIVEWAY CULVERT IF THERE IS A ROADSIDE DITCH PRESENT GEOTEXTILE 4"-8" QUARRY SPALLS OZ CONSTRUCTION ENTRANCE NOT TO SCALE 5 9 2017 2140382RP-SH_TESC DWG 0102 Clril Engsneers Sbuctsal Engineers Landscape Architects Community Planner Lana Surveyors Neighbors TACOMA SEATTLE SPOKANE ' TRI -CITIES 827 West First Avenue, Suite 301 Spokane, WA 99201 509.252.5019 TEL 509.315.8862 FM vantshbl.mm WEB REBID POND MAINTENANCE PROJECT RANDALL PARK CITY OF YAKIMA 2220 EAST VIOLA AVENUE YAKIMA, WA 98901 DANA KALLEVIG, UTILITY PROJECT MANAGER Job Nc 2140382.10 Issue Set 8 Date BID SET 5.12.11 NOTE MELO IS MEE 91.111.4.4maw mons - =Nor s rte usr TESC NOTES & DETAILS MRW C1.02 EMF 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 REBID POND MAINTENANCE PROJECT - RANDALL PARK CITY PROJECT NO. 2384 Know what's below. Call before you dig. SURVEYED EDGE OF WATER \ \ �j6' �6Pl \/'p h / t 1 I PT#13 4:1 .I , I I PT# 12 ` BASE BID POINT DATA TABLE POINT 6 ELEVATION NORTHING EASTING 1 1113.50 454874.2253 1623208.0599 2 111350 454814 8576 1623279.2664 3 1113.50 454784.8854 1623357 2426 4 1113.50 4547112853 1623439.5284 5 1113.50 454668.2973 1823453.2014 6 1113 50 454614.4327 1823441 4552 7 1113.50 454546 3178 1623352 9345 8 1113.50 4546206865 1623269.5988 9 1113.50 454712.6431 1623255.7033 10 1113 50 454733 6566 1623232 5409 11 1113.50 454757.0998 16232028464 12 1113.50 454790.1642 1623184.0382 13 1113.50 454850.9319 1623180.7494 14 1113.50 454673.1030 1623325.1918 15 1113.50 454695.3614 1623344.5696 16 1113.50 454683.8911 1623389.1921 17 1113.50 454660.0307 1623375.8177 18 1113.50 454648.3835 1623345.7455 NOTE COORDINATE SYSTEM INFORMATION ON COVER \" \� ,-PT# 10 \ \ , PT# 1 y $ PT #2 P76 11 ' SURVEYED - EDGE OF WATER - GRADING LIMITS - PT6 9 GRADING LIMITS \ - PT# 3 Feeding The \e.!terfowl lo Harrah!. I'o Their Health KEY NOTES: NOTES: Oi GRADE BREAK • TOP OF SLOPE • BOTTOM OF SLOPE O OUTLET WEIR AND SPILLWAY • WATERFOWL SIGN OSTREAMBED COBBLES AND BOULDERS. INSTALL TO A DEPTH OF 1'. • SEEDING AND MULCHING WATERFOWL SIGNAGE NOT TO SCALE GRAPHIC SCALE 0 15 30 60 1"=30 FEET POND BOTTOM ELEVATION: 1111.0 PT# 4= PT6 5� FG CONTOURS 52 LF - 8'((133.74% PT# 6 PT# 7 FFG: 1y 17.74 GRADING LIMITS 3 100 -YEAR STORM ELEV 1117.26 FT PERMANENT P 0411 EXISTING POND PROPOSED POND BOTTOM 1113 50 F V 1116.3+ FT FG 1. CONTRACTOR SHALL PREPARE AND MAINTAIN A CONSTRUCTION STORMWATER POLLUTION PREVENTION PLAN (SWPPP). THIS TESC PLAN AND THE SIA/PPP SHALL BE ON-SITE AT ALL TIMES DURING CONSTRUCTION. 2 SEE EROSION AND SEDIMENT CONTROL NOTES. SHEET C1 02 3 CONTRACTOR SHALL LEGALLY DISPOSE OF ALL DEMOLISHED AND REMOVED MATERIALS. 4 CONTRACTOR SHALL PROTECT IN PLACE ALL EXISTING UTILITIES. STRUCTURES. ANO CITY OWNED PROPERTY NOT SHOWN TO BE REMOVED 5 CONTRACTOR TO REPAIR EXISTING IRRIGATION AS NECESSARY. 6 CONTRACTOR TO SEED DISTURBED AREAS WITHIN THE PROJECT BOUNDARY 7 ALL CUT MATERIAL TO BE REMOVED AND DISPOSED OF OFF SITE 8. FILL MATERIAL FOR EMBANKMENT PER SPECIFICATIONS. GRADE BREAK ELEV 1116.0 POND EDGE SECTION A EG SCALE. 1 :4 VERT. 1.8HOR: V R TORM V. 1117.. FT TOP OF EMBANKMENT 3" CSTC ELEV 1117.70 FT TOP OF EMBANKMENT I- 10.0' --I ELEV: 1117.70 PERMANENT POOL ELEV 1116.36 FT EXISTING POND ____ BOTTOM VAR IE3_- PROPOSED POND BOTTOM 1113.50 FT FG EG GRADE BREAK ELEV: 1116.0 9, 7 EMBANKMENT MATERIAL AND COMPACTION PER PROJECT SPECIFICATIONS OB EASTERN EMBANKMENT SECTION B SCALE 1 4 VERT. 1 8 HORZ ONE MAN STREAMBED BOULDER. PER WSDOT 9-03.11(3). (1) PER EACH 4 LF OF STREAM CHANNEL ON BOTH SIDES. ONE MAN STREAMBED BOULDER PER WSDOT 9-03.11(3). PLACE RANDOMLY THROUGHOUT. 12" STREAMBED COBBLES PER WSDOT 90.03.11(2) IN STREAM BOTTOM DEPTH PER PLAN DEPTH PER PLAN NATIVE SUBGRADE - WIDTH AND GEOMETERY PER PLAN OSTREAMBED DETAIL 2 NOT TO SCALE 5 9 2017 2140382R. P-SH_GRAD DWG C301 Cml Engineers 6nucturai Eyineers Landscape /Architects Community Planners Land Surveyors Neighbors TACOMA SEATTLE SPOKANE • TRI -CITIES 827 West First Avenue. Suite 301 Spokane, WA 99201 509.252.5019 TEL 509.315.8862 FAX Weitshtom WEB REBID POND MAINTENANCE PROJECT RANDALL PARK CITY OF YAKIMA 2220 EAST VIOLA AVENUE YAKIMA, WA 98901 DMA IWLEVIG, UTILITY PROJECT Ii /WAGER 2140362.10 BID SET NOT E ainIN MO MAC OR Ft* MT 0110,00.1. GRADING PLAN C3.01 Know what's below. CaII before you dig. SPILLWAY ENTRANCE 0 6.00' 0 PLAN VIEW REBID POND MAINTENANCE PROJECT - RANDALL PARK CITY PROJECT NO. 2384 10.00" 10.00' Ns\ N 454645.3413] E 1623463.1175 IE 1111.85 N 454618.5554 E 1623436.4612 • 2.00' TYP.]- IT 20.00 -MATCH EG: 1116.27 N 454655.2949 E 1623496.1315 8' GATE VALVE RIM=1117.70' N 454627.7502 E 1623463.4927 • FG: 1111.38 N 454638.6354 E 1623492.8830 FG: 1111.20 N 454637.3942 E 1623498.3314 3 3 EXIST. 34' x56" ARCH CULVERT IE 1111.16 IE: 1111.8501 FG 1111.38 N 454637.4951 E 1823492.1416 OUTLET ® SPILL WAY -MATCH EG: 1115.55 N 454622.1347 E 1623488.6215 CONSTRUCTION LIMITS (TYP.) 3 1 1 SCALE. AS SHOWN FG 1115 1110 0 IE 1113 50 CREST ELEV. 1116.38 200' 52 LF 8" PVC 093.74% 1E111185 FG 1111.38 EG 1115 GRAPHIC SCALE 0 5 10 20 1"= 10 FEET KEY NOTES: BEVELED END VNTH TRASH GUARD, HOT DIPPED GALVANIZED PER ASTM -A153. MINIMUM °s/4" OIAM. BARS SPACED MAXIMUM 4" ON CENTER EACH WAY. CONTRACTOR TO SUBMIT CUTSHEET FOR APPROVAL PRIOR TO ORDERING. (TWO LOCATIONS) OCAST IRON VALVE BOX WITH CONCRETE COLLAR CONCRETE 6" WIDTH AROUND BOX AND 6" DEEP. 8" GATE VALVE 0 EMBANKMENT ELEV. 1117 70 TYP.- 15.00' 10.00' 6" REINFORCED CONCRETE SLAB 4 GRANULAR BASE CONTRACTION JOINT 170 0° 15 00' 10 00' 1 00' SUBGRADE COMPACTED TO 95% - OUTLET STRUCTURE 0.50' -"1 1- CONTRACTION JOINT - CREST ELEV. 1116.38 PROVIDE THICKENED EDGE FOR - PERIMETER OF STRUCTURE 3" CSTC ACCESS ROAD, BOTH SIDES - SCALE 1 4 VERT. 1 4 HORZ 3" 10 00' EMBANKMENT MAX. ELEV 1117.70 OUTLET MAX. ELEV. 111770 OUTLET CREST ELEV. 1116.38 �, a I2 - CONTRACTION vs 0 °D rn JOINT o rn 114 BARS 0 12' O.C.E.W - 6" REINFORCED CONCRETE SLAB - 4" GRANULAR BASE - SUBGRADE COMPACTED TO 95% OUTLET STRUCTURE 0 50' ---I 4.1 1 00' - 1.50' - PROVIDE THICKENED EDGE FOR PERIMETER OF STRUCTURE. 0 4+4' HOPE ANTI -SEEP COLLAR PROVIDE MINIMUM 2' l £. / SCALE 1 2 VERT 1 2 COVER. INSTALL PER MANUFACTURER'S INSTRUCTIONS. STREAMBED COBBLES AND BOULDERS. INSTALL TO A DEPTH OF 1.5'. TAPER SECTION DOWN TO 1 0' WHERE COBBLES MEET CONCRETE SPILLWAY. TEP EG OSCALE 1 4 VERT 1 4 HOPE 0 FG S4 1 5' MIN. OUTLET SPILLWAY 34 00' DEPTH VARIES 1.32' TO 4.41' i \E r t SUBGRADE COMPACTED TO 95% JOINT SEALANT 1110 PCC PAVEMENT EXIST. 34' x56" ARCH CULVERT IE 1111 16 1109 - 1109 0.50 PROFILE VIEW -r 4772 SCALE. H'. 1 10. V. 1 2 NON -EXTRUDED PREFORMED JOINT FILLER THICKENED EDGE EXPANSION JOINT - SPACING PER PLAN CONTRACTION JOINT - SPACING PER PLAN OCONCRETE JOINT DETAILS 4 NOT TO SCALE 5 9 2017 2140382RP-SH_PROF DWG C401 TACOMA SPOKANE SEATTLE TRI -CITIES 827 West First Avenue, Suite 301 Spokane, WA 99201 509.252.5019 TEL 509.315.8862 FM wwrvalticam NEB REBID POND MAINTENANCE PROJECT RANDALL PARK CITY OF YAKIMA 2220 EAST VIOLA AVENUE YAKIMA. WA 98901 DANA KALLEVIG, UTILITY PROJECT MANAGER Job No 2140382.10 Issue Set 8 Date BID SET A OUTLET PLAN & PROFILE C4.01 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 REBID POND MAINTENANCE PROJECT - RANDALL PARK CITY PROJECT NO. 2384 Know what's below. CaII before you dtg. BID ADDITIVE 1 POINT DATA TABLE POINT* ELEVATION NORTHING EASTING 101 1112.50 454865.3326 1623213.0435 102 1112.50 454812.2492 1623277.8044 103 1112.50 454782.2388 1623355.8300 104 1112.50 454709.1066 1623437.4661 105 1112.50 454666.9600 1623450.2755 106 1112 50 454615 0953 16234365293 107 1112.50 454549 3158 1623353.0436 108 1112.50 454621 1347 1623272.5649 109 1112.50 454713.0418 16232586771 110 1112.50 454738.8569 1623232.5492 111 1112.50 454757.7018 1623205.7871 112 1112.50 454791.7111 1623186.6235 113 1112.50 454843.3235 1623187.2387 114 1112.50 454672.9848 1823321.5852 115 1112.50 4546986303 1823343.7391 116 1112.50 454685.7169 1623371 6667 117 1112.50 454659.3226 1623378.8833 118 1112.50 454643.3346 1623344.3328 NOTE. COORDINATE SYSTEM INFORMATION ON COVER BID ADDITIVE 2 POINT DATA TABLE POINT 8 ELEVATION NORTHING EASTING 201 1111.00 454851.9935 1623220.5188 202 1111.00 454808 3367 1623275.5814 203 111100 454778.2689 1623353.7111_ 204 1111.00 454705.8386 1623434.3726 205 1111.00 454687 9540 1623445.8866 208 1111.00 454616.0893 1623434.1405 207 1111.00 454553.8128 1623353.2072 208 111100 454621.8070 1623277.0144 209 1111.00 454713.8447 1623263.1371 210 1111.00 454741.1573 1623232.5574 211 1111.00 454758.5884 1623210.2019 212 1111.00 454793.5185 1623190.8836 213 1111.00 454831.9185 1623196.9818 214 1111.00 454672.8074 1623316.1253 215 1111.00 454703.5336 1623342.4933 216 1111.00 4546884556 1623375.3786 217 1111 00 4546582605 1623383.4817 218 1111.00 454638.7614 1623342.2138 NOTE. COORDINATE SYSTEM INFORMATION ON COVER 125 120 115 110 105 100 KEY NOTES: 0 UPSTREAM INVERT OF PIPE TO MATCH POND BOTTOM. N PTO 101 PTX 201 *213 PT* 113 PT* 112 \.' PTO 212 PPTO202 - 10 TO PTO 111 PT* 211 PTO 210 PT* 110 PT* 109 r\ :_�tt PTS 209 . \ PTO 108 PTO 208 APPROXIMATE EXISTING GRADE APPROXIMATE TOP OF FIRM MATERIAL PTO " PTO 2033 `PTO 215 PT8 115 GRAPHIC SCALE 0 15 30 60 1" = 30 FEET BASE BID POND BOTTOM EL. 1113.50' BID ADDITIVE 1 POND BOTTOM EL: 1112.50' PT* 204 - PT* 104 PT* 105 PT* 205 81D ADDITIVE 2 POND BOTTOM EL 1111.00' is P16 207 PT* 107 PT8 206 PTO 108 / - BASE BID BID ADDITIVE 1 POND BOTTOM EL. 2113 50' POND BOTTOM EL 2112 50' BID ADDITIVE 2 POND BOTTOM EL. 2111.00' 1125 1120 1115 1110 1105 1100 5.9 2017 2140382RP-SH PROF DWG C402 Civil Engineers StructuralEngineers Ammilir Landscap ■ t Landscape Aairrtecb Community Planners TACOMA SEATTLE SPOKANE - TRI -CITIES 827 West First Avenue, Suite 301 Spokane, WA 99201 509.2525019 1¢ 509.315.8862 FAX vnnvatlbl.own WEB REBID POND MAINTENANCE PROJECT RANDALL PARK CITY OF YAKIMA 2220 EAST VIOLA AVENUE YAKIMA, WA 98901 DANA K8LLENG, UTILITY PROJECT MANAGER 2140382 10 BID SET ooh .°'"•°j TONAL\ 5/10/2017 N ARn•i ru rMI1EMY/ u Me MOIL MOONe Me MOM 010 Or MOM lw MOO MENMA MO V W E La ra�ireiii 1 OM AOM MLR NMT MO MCI BID ADDITIVES Des,grea ov Drawn by MRW MRW C4.02 EMF