Loading...
HomeMy WebLinkAboutP.O.W. Contracting - Beech Street Area Sewer Project Contract G Gege-e- S I i Construction Contract Specifications & I Bid Documents Bid Opening: 8.30.2012 i I : _ } .• Time: i � '. I *S - x. 3:00 PM ` ��� � �' Location: ! J `` � ,r� r City of Yakima - Council .� ► „ >. Chambers`' ..g.' ad - . v . 1:,...k.-'* , . - s --,,,- „ ., _. ..- 1 ut r �� e l LL °. ,_w.d. ai - 1 1 Beech Street Area Sewer Project I Interstate 82 to Beech Street i ii I Ci y of Y. y A - g eri ii 1 i i I City of Yakima No. 2264 1 August 2012 I, I This contract provides for sanitary sewer main improve- ‚ ments along interstate 82 in the vicinity of Beech Street, and other associated work, all in accordance with the attached Contract Plans, these Contract Provisions, and the Standard I City of Yakima - Engineering Specifications. 129 North Second Street Yakima, WA 98901 1 Engineering Department Phone I (509)575 -6111 City Of Yakima j Engineering Department FAX / / Engineering Division (509)576-6314 129 North Second Street \ - Yakima Washington I N MI MI IIM I MN = I NM MI MI NM BID SUMMARY ENGINEERS' ESTIMATE POW CONTRACTING SCARSELLA BROS., APOLLO INC. MDM CONSTRUCTION, BEECH STREET AREA SEWER PROJECT PASCO, WA INC. KENNEWICK, WA INC. SEATTLE, WA HAYDEN, ID CITY PROJECT NO. 2264 ITEM BID SECURITY NO. REM QTY UNIT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT 1 SPCC PLAN 1 LS $ 500.00 $ 500.00 S 5,000.00 $ 5,000 00_5 500.00 $ 500.00 $ 300.00 $ 300.00 1500 $ 1,500.00 2 MOBILIZATION 1 LS $ 77.744.10 5 77,744.10 5 43,000.00 $ 43,000.00 $ 60,00000 $ 60,000.00 $ 31,780.00 $ 31,780.00 $ 100,000.00 $ 100,000.00 3 PROJECT TEMPORARY TRAFFIC CONTROL 1 LS $ 35,000.00 $ 35,000.00 $ 5,000.00 $ 5,000 00 $ 21,000.00 $ 21,000.00 $ 2,200.00 $ 2,200.00 $ 15,000.00 $ 15,000.00 4 CLEARING AND GRUBBING 1 LS $ 25,000.00 _ $ 25,000.00 S 58,500.00 $ 58,500 00 $ 15,000.00 _ $ 15,000.00 S 42,500.00 $ 42,500.00 $ 17,000.00 $ 17,000.00 5 REMOVAL OF STRUCTURES AND OBSTRUCTION 1 LS $ 20,000.00 S 20,000.00 S 30,000.00 $ 30,000 00 S 12,000.00 5 12,000 00 $ 39,500.00 $ 39,500.00 $ 37,500.00 S 37,500.00 6 SAW -CUT, PER INCH DEPTH 275 LF S 1.00 $ 275.00 5 0.40 $ 110 00 $ 3.25 $ 893.75_ $ 1.95 S 536.25 $ 2.00 S 550.00 7 SHORING OR EXTRA EXCAVATION CLASS A 1 LS S 125,000 00 S 125,000.00 5 15,000.00 $ 15,000 00 5 25,000 00 5 25,000.00 $ 41,000.00 $ 41,000.00 $ 27,500.00 $ 27,500.00 8 CRUSHED SURFACING BASE COURSE 350 TON $ 20.00 $ 7,000.00 5 28 00 $ 9,800 00 S 2520 S 8,820.00 _ 5 26.90 5 9,415.00 5 25.25 5 8,837.50 9 ASPHALT TREATED BASE 255 TON 5 115.00 5 29,325.00 S 63.00 5 16,065.00 5 68.00 $ 17,340.00_ 5 73.25 S 18,678.75 $ 84.50 $ 21,547.50 10 HMA CL. 12 IN. PG 64-28 135 TON 5 125 00 $ 16,875.00 $ 100.00 $ 13,500 00 $ 88.00 $ 11,880.00 $ 93.30 $ 12,595.50 $ 120 00 $ 16,200 00 11 MANHOLE 48 IN. DIAM. TYPE 1 2 EACH S 2,500.00 5 5,000.00 _ 1.800.00 $ 3,600 00 $ 3,505.00 $ 7,010.00 $ 2,205.00 $ 4,410.00 $ 2,500.00 $ 5,000.00 12 MANHOLE 60 IN. DIAM. TYPE 1 4 EACH 5 3,000.00 S 12,000.00 5 3,000.00 S 12,000 00 $ 4,800.00 5 19,200.00 $ 3,325.00 $ 13,300.00 $ 3,600.00 $ 14,400 00 13 MANHOLE 72 IN. DIAN. TYPE 1 4 EACH 5 4,500.00_5 18,000.00 S 3.20000 $ 12,800 00 5 5,550.00 S 22,200.00 $ 3,730.00 5 14,920.00 5 4,200.00 5 16,800.00 14 SHORING OR EXTRA EXCAVATION CLASS B 2556 LF 5 1.00 $ 2,556.00 5 2.00 $ 5,112.00 5 2.50 S 6,390.00 S 0.01 $ 25.56 $ 1.35 $ 3,450.60 15 SELECT BACKFILL, AS DIRECTED 300 TON $ 40.00 S 12,000.00 $ 26.00 $ 7,800.00 $ 20.00 S 6,000.00 $ 30.00 $ 9,000.00 $ 17.85 $ 5,355.00 16 36 -INCH SANITARY SEWER PIPE, IN PLACE 2235 LF 5 140.00 5 312,900.00 5 91.26 $ 203,966.10 5 109.00 $ 243,615.00 $ 103.00 $ 230,205.00 $ 165.00 $ 368,775.00 17 12 -INCH SANITARY SEWER PIPE, IN PLACE 440 LF $ 50.00 $ 22,000.00 5 51.76 5 22,774.40 S 66.50 $ 29,26000 $ 76.60 $ 33,704.00 $ 105.00 $ 46,200.00 18 SEWER LIFT STATION DECOMMISSION 1 FA $ 15,000.00 $ 15,000.00 $ 15,000.00 $ 15,000.00 $ 15,000.00 $ 15,000.00 $ 15,000.00 $ 15,000 00 $ 15,000.00 $ 15,000.00 19 EXISTING IRRIGATION WELL WORK 1 FA $ 20,000.00 S 20,000.00 5 20,000.00 $ 20,000.00 $ 20,000.00 S 20,000.00 $ 20,000.00 $ 20,000.00 S 20,000.00 5 20,000.00 20 CHAIN LINK FENCE, TYPE 3 1850 LF 5 30.00 $ 55,500.00 5 19.00 5 35,150.00 5 15.00 $ 27,750.00 5 16.10 5 29,785 00 $ 22.55 S 41,717.50 21 TEMPORARY FENCE 1850 LF _5 10.00 $ 18,500.00 $ 2.00 $ 3.700.00 $ 2.00 $ 3,700.00 $ 2.69 $ 4,976.50 $ 6.95 $ 12,857.50 22 REPAIR OR REPLACEMENT 1 FA $ 25,000.00 $ 25,000.00 $ 25,000.00 $ 25,000 00 $ 25,000.00 $ 25,000 00 $ 25,000.00 $ 25,000.00 $ 25,000.00 $ 25,000.00 - SUB TOTAL:_ $ 855,175.10 _ $ 562,877 50 $ 597,558.75 $ 598,831.56 $ 820,190.60 SALES TAX (8.2%): S 70,124.36 $ 46,155.96 $ 48,999.82 $ 49,104.19 $ 67.255 63 TOTAL: $ 925,299.46 $ 609,033.46 $ 646,558.57 $ 647,935.75 $ 887,446.23 CITY ENGINEERS REPORT CITY OF YAKIMA COMPETITIVE BIDS WERE OPENED ON 9/20/2012. = y , 1 1 . , ° ALL BIDS HAVE BEEN REVIEWED BY THIS OFFICE ::. n ' 4 I RECOMME THE CONTRACT BE AWARDED TO' - � BEECH STREET AREA SEWER PROJECT POW CONTRACTING % " ' f AWARD MADE BY CITY MANAGER • 'h + + - PROJECT NO 2264 f l Z- `f I I Z U. ."'- I n °L} T ,, s' `1 l? (( \ DATE: 912012012 DAT CITY ENG E R t DATE ; A G • FILE: oC rye g e gmagesB tlSummares SHEET 1 OF 2 MI M N IIIIIIII MI = MllIl ' NM ME ME ' NM M MN BID SUMMARY GOODMAN & a CHINOOK WINDS BELSAAS & SMITH BEECH STREET AREA SEWER PROJECT MEHLENBACHER ENT. CONSTRUCTION, LLC CONSTRUCTION, INC. INC. YAKIMA, WA ELLENSBURG, WA CITY PROJECT NO 2264 KENNEWICK, WA ITEM BID SECURITY NO. ITEM QTY UNIT ' UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT ■ 1 SPCC PLAN 1 LS S 550.00 $ 550.00 $ 560.00 $ 560 00 $ 500.00 $ 500.00 2 MOBILIZATION 1 LS 5 56,945.00 $ 56,945.00 $ 129,07000 $ 129,070.00 $ 112,000.00 $ 112,000.00 3 PROJECT TEMPORARY TRAFFIC CONTROL 1 LS $ 4,380.00 $ 4,380.00 $ 55,000 00 $ 55,000.00 $ 4.000.00 $ 4,000.00 4 CLEARING AND GRUBBING 1 LS $ 172,317.00 $ 172,317.00 $ 28,296.00 $ 28,296 00 $ 31,000.00 $ 31,000.00 5 REMOVAL OF STRUCTURES AND OBSTRUCTION 1 LS $ 57,965.00 $ 57,965.00 $ 19,700.00 $ 19,700.00 $ 15,000.00 $ 15,000.00 6 SAW -CUT, PER INCH DEPTH _ 275 LF $ 2.00 $ 550.00 $ 1.10 $ 302.50 _$ 1.00 $ 275.00 7 SHORING OR EXTRA EXCAVATION CLASS A 1 LS 5 27,435.00 $ 27,435.00 $ 16,500.00 $ 16,500.00 $ 296,000.00 $ 296,000.00 8 CRUSHED SURFACING BASE COURSE 350 TON $ 27.00 5 9,450.00 $ 22.00 $ 7,700.00 $ 26.00 $ 9,100.00 9 ASPHALT TREATED BASE 255 TON $ 76.20 S 19.431 00 $ 90.45 $ 23,064.75 $ 73 00 $ 18,615.00 10 HMA CL. 112 IN PG 64 -28 135 TON $ 146.75 S 19,811.25 $ 108.00 $ 14,580.00 $ 93 00 $ 12,555.00 11 MANHOLE 48 IN. DIAM. TYPE 1 2 EACH $ 2,530.00 $ 5.060 00 $ 2,370.00 $ 4.740.00 $ 5,200.00 $ 10,400.00 12 MANHOLE 60 IN. DIAM. TYPE 1 4 EACH 5 3,642.10 $ 14.568 40 $ 4,130.00 $ 16,520.00 $ 6,000.00 $ 24,000.00 13 MANHOLE 72 IN. DIAM. TYPE 1 4 EACH $ 4,327.40 $ 17,309 60 $ 5,367.00 $ 21,468.00 $ 7,400.00 $ 29,600.00 14 SHORING OR EXTRA EXCAVATION CLASS B 2556 LF $ 3.00 $ 7,668 00 $ 11 00 $ 28,116.00 $ 4.00 $ 10,224.00 15 SELECT BACKFILL, AS DIRECTED 300 TON $ 99.85 $ 29,955.00 $ 22.00 $ 6,600.00 S 28.00 $ 8,400.00 16 36 -INCH SANITARY SEWER PIPE, IN PLACE 2235 LF $ 113.75 $ 254,231.25 $ 179 35 $ 400,847.25 $ 163.00 $ 364,305.00 17 12 -INCH SANITARY SEWER PIPE, IN PLACE 440 LF $ 169.95 $ 74,778.00 $ 63 42 $ 27,904.80 $ 148 00 $ 65,120.00 18 SEWER LIFT STATION DECOMMISSION 1 FA $ 15,000.00 $ 15,000.00 $ 15,000 00 $ 15,000.00 $ 15,000.00 $ 15.000.00 , 19 EXISTING IRRIGATION WELL WORK _ 1 FA $ 20.000.00 $ 20,000.00 $ 20,00000 $ 20,000.00 $ 20,000.00 $ 20,000.00 20 CHAIN LINK FENCE. TYPE 3 1850 LF $ 15.65 $ 28,952.50 $ 19.50 $ 36,075.00 $ 20.00 $ 37,000.00 21 TEMPORARY FENCE 1850 LF $ 220 $ 4,070.00 $ 3 20 $ 5.920 00 $ 2.00 $ 3,700.00 22 REPAIR OR REPLACEMENT 1 FA $ 25,000.00 $ 25,000.00 $ 25,000 00 $ 25,000.00 $ 25,000.00 $ 25,000.00 SUB TOTAL: $ 865,427.00 $ 902,964.30 $ 1,111,79400 SALES TAX (8.2 %): $ 70,965.01 $ 74,043.07 $ 91,167.11 TOTAL: $ 936,392.01 $ 977,007.37 $ 1,202,961.11 , . i • .,1 , I,, CITY OF YAKIMA • BEECH STREET AREA SEWER PROJECT • ,...,• �s • • •• "- ` PROJECT NO 2264 `' DATE: 9/20/2012 FILE' 11Ciryerg1ergmagesWWid $ ummanes SHEET 2 OF 2 °t <, `v t, z�. 7� it '�N If UNI YAND CONO DEVELOPMENT . ,i,. T > a ;i >`. ; ' ' �, 12: North Street s, 6.K:' 1r. !4 s�4, sz,., t •\.PA.,, Yakima, a, Tashi gton t 901 ;:` Ntr ='0 $ Phone: (509 ) 575.6113 Q Fax (509) 576 -6792 4 Michael M Director : ` . �-' :,you � , I • ADDENDUM NO. 1 I TO THE BID DOCUMENTS AND SPECIFICATIONS ' FOR THE CITY OF, YAKIMA, WA I for B EECH STREET AREA SEWER PROJECT I CITY OF YAKIMA PROJECT NO. 2264 REVISED BID OPENING: Thursday, Sept.6 3:00 p.m., City Hall Council Chambers I TO THE ATTENTION OF ALL BIDDERS AND PLAN HOLDERS: The Bid and Contract Documents shall be modified as follows: I ITEM 1. Standard Specifications Special Provisions Section 1 -07: I Legal Relations and Responsibilities to the Public (Page 38) 1 -07.17 Utilities and Similar Facilities I The fourth paragraph of this section in the Construction Contract Specifications and Bid Documents is supplemented with the following: I WSDOT 2809 Rudkin Road, Union Gap, WA Jamil Anabtawi 509 - 577 -1785 ITEM 2 Standard Specifications; Special Provisions Section.2 -01: I Clearing, Grubbing and Roadside Cleanup (Page 52) 2 -01 1 Description I The third paragraph of this section in the Contract Specifications and Bid Documents is rewritten as follows: I From Station 50 +20 to Station 72 +25 of the proposed sewer main alignment, 10 feet on each side of the alignment for a total. width of 20 feet. It will include the removal and disposal of 34 trees between 6 -inch and 16 -inch I diameter in size; the removal and disposal of 110 tree stumps around 3 foot in diameter; the removal and disposal of 1,850 linear feet of 6 -foot chain link fence; the removal and disposal of 800 linear feet of 10 -foot high, 4 -inch I square wire fencing; the removal and disposal of 500 linear feet of guardrail; and, the removal and disposal of eight signs. The quantity of trees and Yakima Addendum No. 1 Page 1 of 7 August 23, 2012 ' y' V 6; A Code Administration 575 -6121 • Engineering 575 -61/1 • Neighborhood Services 575 -6101 ^ Planning 575 -6183 v. stumps and their size, and lengths of fencing to be removed are listed only for ' the convenience of the Contractor in determining the approximate volume of work involved and are not guaranteed to be accurate. The prospective bidders shall verify these quantities before submitting a bid. ITEM 3. Standard : a d Specifications; Special Provisions Section 2 -02. ' Removal of Structures and Obstructions (Page 53) 2 -02.3 Construction Requirements ' The fifth paragraph of this section in the Contract Specifications and Bid Documents is rewritten as follows. (February 17, 1998) Removal of Obstructions ' Approximately 1,000 used tires that are stacked along the southeast corner of the track shall be removed and legally disposed of at the Yakima County Landfill. The quantity of tires to be removed is listed only for the convenience ' of the Contractor in determining the approximate volume of work involved and are not guaranteed to be accurate. The prospective bidders shall verify these quantities before submitting a bid. ITEM 4. Standard Specifications; Special Provisions p isions Secfion 7 -17: ' Sanitary Sewers (Page 62) 7 -17.1 Description This section is added to the Construction Contract Specifications and Bid Documents Following acceptance of the of the new sewer pipe, the existing lift station located on the northwest corner-of the intersection of Chalmers Street and ' Beech Street shall be decommissioned as directed by the Engineer. This work could include: disconnecting the power and removing the power pole; removing the vaults and hauling to the City Wastewater Facility; removing ' and salvaging the mechanical and electrical components and hauling to the City Wastewater Facility; removing the interior fencing; backfilling any resultant holes with native material; and other work. 1 7 -17.5 Payment This section in the Construction Contract Specifications and Bid Documents 1 is supplemented with the following Add the following pay item 1 Addendum No. 1 Page 2 of 7 August 23, 2012 "Sewer Lift Station Decommission," by force account as provided in Section 1 -09 6 To provide a common Proposal for all Bidders, the Contracting Agency ' has entered an amount in the Proposal to become a part of the Contractor's total Bid ITEM 5. Standard Specifications; Special Provisions Section 8 -03: Irrigation Systems 8 -031 Description ' This section is added to the Construction' Contract Specifications and Bid Documents ' In the vicinity of Station 60 +70 (12' left), the existing irrigation well (approximately 30 feet deep), pump and pump house shall be protected, if possible. If the well is not cased, or will be impacted by the sanitary sewer ' trench excavation, the pump and pump house shall be removed. Following construction of the sewer line, a replacement well shall be drilled and the pump placed and a pump house constructed. This work may also include the ' disconnection and reconnection of the power supply. The work required under this item shall be as directed by the Engineer. 8 -03 5 Payment ' This section is added to the Construction Contract Specifications and Bid Documents: ' "Existing Irrigation Well Work," by force account as provided in Section 1- 09.6 ' To provide a common Proposal for all Bidders, the Contracting Agency has entered an amount in the Proposal to become a part of the Contractor's total Bid. ITEM 6. Contract Form: ' New Contract Form: ' Remove the existing contract form and replace with the attached contract form labeled "Addendum No 1", dated "August 23, 2012." The contract form was modified by changing the reference to the Standard Specifications for Road, Bridge and Municipal Construction from 2010 to 2012. 1 Addendum No. 1 . Page 3 of 7 August 23, 2012 1 ITEM 7. Item Proposal Bid Sheet: New Item Proposal Bid Sheet: Remove the existing Item Proposal Bid Sheet and replace with the attached two (2) pages of Item Proposal Bid Sheets labeled "Addendum No. 1", dated "August 23, 2012." The attached Item Proposal Bid Sheets have been modified to reflect modified bid items and updated quantities. ITEM 8. Details: 1 Additional Details: Add the Detail Sheet labeled "Roadway Sections R3" of this addendum to the Construction Contract Specifications and Bid Documents. ITEM 9. Plan Sheets: ' New Plan Sheets: Remove the four (4) plan sheets and replace with the new plan sheets 1 — 4 ' labeled "Addendum No. 1", dated "August 23, 2012." The plans have been modified for clarity. ITEM 10. Franchise Agreement ' The attached Franchise Agreement between the City of Yakima and the Washington State Department of Transportation shall be added to the Construction Contract Specifications and Bid Documents. This ADDENDUM is to be considered as much a part of the contract provisions ' as if it were included in the body of Plans and Specifications. All Bidders shall acknowledge receipt of the ADDENDUM of the proposal form 1 prior to bid opening. APPROVED: f cd- ' Brett H. Sheffield, P.E. Date Chief Engineer 1 1 Addendum No. 1 Page 4 of 7 August 23, 2012 CONTRACT THIS AGREEMENT, made and entered into in triplicate, this day of 2012, by and between the City of Yakima, hereinafter called the Owner, and a Washington Corporation, hereinafter called the Contractor. ' WITNESSETH: That in consideration of the terms and conditions contained herein and attached and made a part of this agreement, the parties hereto covenant and agree as follows: I The Contractor shall do all work and furnish all tools, materials, labor and equipment for THE BID AMOUNT OF $ , for Beech Street Area Sewer Project, City No. 2264, all in accordance with, and as described in ' the attached plans and specifications and the 2012 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 Sixty (60) working days. If ' work has not commenced within the ten (10) days after the notice to prue ed, the first chargeable working day shall be the eleventh (11th) working day after the date on which the City issues the Notice to Proceed If said work is not completed within the time specified, the Contractor agrees to pay to the Owner the sum specified in ' the Standard Specifications for each 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 actiuti, 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 CONTRACTOR ' this day of 2012. ,a _ Corporation Contractor 1 By City Manager Attest: (Print Name) I City Clerk Its. (President. Owner, etc.) Address Addendum No. 1 Page 5 of 7 August 23, 2012 I ITEM PROPOSAL BID SHEET 1 Beech Street Area Sewer Project I City Project N.O. 2264 I ITEM PROPOSAL ITEM UNIT PRICE AMOUNT NO. PAYMENT SECTION QTY UNIT DOLLARS DOLLARS Ii SPCC PLAN 1 -07.15 1 LS MOBILIZATION 2 1 -09 7 1 LS I 3 PROJECT TEMPORARY TRAFFIC CONTROL 1 -10.5 1 LS I 4 CLEARING AND GRUBBING 2 -01.5 1 LS 5 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 2 02.5 1 LS I 6 SAW -CUT, PER INCH DEPTH -- 2 -02.5 275 LF I 7 SHORING OR EXTRA EXCAVATION CLASS A 2 -09.5 1 LS 8 CRUSHED SURFACING BASE COURSE 4-04.5 350, TON I 9 ASPHALT TREATED BASE 4 -06.5 255 TON I 10 HMA CL. %4 IN PG 64 -28 135 TON 5 -04.5 11 MANHOLE 48 IN DIAM., TYPE 1 2 EA 1 7 -05.5 12 MANHOLE 60 IN. DIAM., TYPE 1 7-05,5 4 EA I 13 MANHOLE 72 IN. DIAM , TYPE 1 7 -05 5 4 EA 14 SHORING OR EXTRA EXCAVATION CLASS B 7 -08.5 2,556 LF I - - 15 SELECT BACKFILL, AS DIRECTED 7 -17.5 300 CY I 16 36 -INCH SANITARY SEWER PIPE, IN PLACE 7-17,5 2,235 LF 17 12 -INCH SANITARY SEWER PIPE, IN PLACE 440 LF I 7 -17.5 18 SEWER LIFT STATION DECOMISSION 7-17.5 1 FA $15,000 $15,000 I 19 EXISTING IRRIGATION WELL WORK 7 -17.5 1 FA $20,000 $20,000 Addendum No. 1 Page 6 of 7 August 23, 2012 1 20 CAHIN LINK FENCE TYPE 3 1 8 -12.5 1850 LF 21 TEMPORARY FENCE 1,850 LF 8 -12.5 1 22 REPAIR OR REPLACEMENT 8 -30.5 1 FA $25,000 00 $25,000 00 I SUB TOTAL : STATE SALES TAX (8.2 %) 1 TOTAL: 1 i 1 1 1 1 1 1 1 1 1 1 1 Addendum No. 1 Page 7 of 7 August 23, 2012 I N R/W R/W I - VARIES (45' -50') - VARIES (45' -50') 7' (MIN) VARIES (33' -35 5) ` VARIES (33'- 35.5') 7' (MIN) 12' (MIN) CBD 12' (MIN) CBD I S = 0.02 ft/ft S= 002ft /ft '.. . . f*•,,, '' 5 s, ) ,, , ,,, , .=:,,, 3 % . -- 0.5' (MIN) I 0.5' (MIN) COMPACTED SUB GRADE 0.17' HMA CL. 1/2" PG 64 -28 (COMPACTED DEPTH) 0 17' CSTC (COMPACTED DEPTH) 0.33' ATB (COMPACTED DEPTH) 1 00' CSBC (COMPACTED DEPTH) 0 17' CSTC (COMPACTED DEPTH) I PRINCIPAL ARTERIAL SECTION 1 R/W R/W VARIES (30' -40') VARIES (30' -40') 5' (MIN) VARIES (20.0' -31 0') VARIES (20 0'- 31.0') 5' (MIN) 12' (MIN) CBD 12' (MIN) CBD I orwm.s__.. S = 0 02 ft/ft ii i S= 002ftft ..... X51° . % I 0.5' (MIN) COMPACTED SUB GRADE 0.5' (MIN) --- 0 17 HMA CL. 1/2" PG 64 -28 (COMPACTED DEPTH) 0 17' CSTC (COMPACTED DEPTH) 0.33' ATB (COMPACTED DEPTH) I 1.00' CSBC (COMPACTED DEPTH) 0 17' CSTC (COMPACTED DEPTH) MINOR ARTERIAL SECTION I R/W VARIES (25' -30') VARIES (25-30') R/W 5' (MIN) VARIES (14 5'- 20.0') VARIES (14.5'- 20.0') 5' MIN r12' (MIN) CBD 12' (MIN) CBD I r_ S =0.02ft/ft S= 002fUft 1 I 0.5' (MIN) COMPACTED SUB GRADE 5' (MIN 0 17' HMA CL. 1/2" PG 64 -28 (COMPACTED DEPTH) -0.17' CSTC (COMPACTED DEPTH) I 0.33' ATB (COMPACTED DEPTH) 0 0.50' CSBC (COMPACTED DEPTH) .17' CSTC (COMPACTED DEPTH) COLLECTOR ARTERIAL SECTION R/W 25' 25' R/W 5' (MIN) VARIES (12.5' -17 0') VARIES (12.5' -17 0') 5' (MIN) 1 I . .. S - 0 02ft/ft S= 002 ft/ft mix u.: rya (MIN) 0.5' (MIN) ^ 5' MIN COMPACTED SUB GRADE ( I " 0 17' HM -0 17' CSTC (COMPACTED DEPTH) HMA CL. 1/2 PG 64 -28 (COMPACTED DEPTH ( EPTH) DEPTH) I 0.50' CSBC (COMPACTED DEPTH) 0 17' CSTC (COMPACTED DEPTH) R ESIDENTIAL SECTION I of �%�''' Ci ty Of Yakima Cit ,s. . 4 .- ,. . .._ _ y of Yakima - Standard Detail Ca; , , Engineering Division ROADWAY SECTIONS \ .t Air /� 129 North Second Street R 3 I , ..,., i Yakima, Washington NOT TO SCALE Revision 11 -2008 , I Afirgat,. I 1,71 ‘ 13?2 " Zen i nt i g l anSpoetation Application for Utility Permit or Franchise . . . Permitirranchise No. , 59199 Arnd. I , . • . . I Applicant,- Please print: or type all information • Application re Hereby Made 0 Permit M Category 1 $500:00 I ta Franchise Eg Amendment 0 Category 2 11] Franchise-Consolidation $300'00 El Category 3 $150.00 0 Franchise Renewat $250.00 . Way Intended Use of State Right of Wa is to Construct, Operate , and Maintain a. I • 36" sanitary sewer line on a portion of .. I State Route 1-82 (at/frorri) Mile 33..8 to Mile Post 34.2 in Yakima Colinty, .... . • to begin in the SW SW SE Section 20 Township 13 North: Range 19' West/East I and end in the NE SW Section 20 Township. 13 North: Range 19 West/EaSt Fees in the of $ 560:00are paid: to defray the administrative expense incident to procesSing this: application aCCOrding :to WAC 468-84 and IROW.47.44 amendments. The applicant further promises to pay additional I , costs incurred by the.DepartMent on the behalf-of the applicant: Checks or Money Orders are to be made payable to "Washington State Department of Transportation" City of Yakima I . .. APplicant (Referred-toes Utility) ApOlicantA4hOnzed Signature 2220 East Viola Max Linden . . . I Address Print or Type Name Yakima WA 98901 Utility Engineer City State Zip Code Title (509) 575-6077 Dated this 30 day of April., . 2010. I Telephone , PrOject # 2264 91 ' . „ : Applicant Reference (WO):Number Federal Tax ID. ot Social Security•Ntimber AuthOrization to Occupy Only If Approved Below .. ... The Washington State Department of TranSixdatiritt referred to as the "Deriartirieht," hereby grants thie document (Permitor Franchise es I applicable) subject the terms and conditions stated in the General Provisions §pecialProvisns and Exhibits attached hereto and by this reference Made a part hereof Construction facilitieS under this application shall begin within one year and must be 6ompleted within three years from data of approval: ., . . - – . For Department lAe Only . . . I ' : Exhibits. Attached Department Approval //, ":":/ -.7' ..,-/ Exhibit "A" Special Provisions 7/ • By . r ,. if' 41,,, Exhibit '6" Utility Facility Description I .4 ‘ Ahmer. Nizam ti Exhibit "C" Vicinity Map / Right of Way Sheets . • I. Title: . 'D" Requirements Involving Underground Utilities .:4.et MGR - UtilitieS, Railroads, Agreements Date: March 21:, 2011 I Exhibit "E" Traffic Control Plan Exhibit "F" Construction Notification Form Expiration Date: febriiary 14, 2030 I. . , . MS Word &imoiation or DOT Form 2.1A,60 0" - . , .. ..... ......... I I I General Provisions 1 This document is subject to RCW 47 32, RCW 47 44 and WAC 468 -34 and amendments thereto. I 2. The Utility, its successors and assigns agree to indemnify, defend and hold the State of Washington, its officers and employees harmless from all claims, demands, damages, expenses or suits that: (1) arise out of or are incident to any negligence by the Utility, its agents, contractors or employees in the use of the highway right of way pursuant to this document or (2) are caused by the breach of any of the conditions of this document by the Utility, its contractors, agents or employees. Nothing herein shall require the Utility to indemnify and hold harmless the State of Washington, and its officers and employees from claims, I demands, damages, expenses or suits based solely upon the conduct or negligence of the State of Washington, its agents, or officers employees and contractors and provided further that if the claims, demands, damages, expenses or suits are caused by or result from the concurrent negligence of (the Utility, its agents, contractors or employees and or any person whomsoever, in connection with Utility's its assigns', agents', contractors' or employees of the State of Washington, its agents, officers, employees and contractors, the indemnity provisions provided herein shall be valid and enforceable only to the extent of the Utility's negligence or the negligence of the Utility's agents, I employees or contractors. Any action for damages against the State of Washington, its agents, officers, contractors, or employees arising out of damages to a utility or other facility located on the highway right of way shall be subject to the provision of RCW 47 44 150. I The Utility, and on behalf of its assigning , agents, licensees, contractors and employees agrees to waive any claims for losses, expenses, damages or lost revenues incurred by it or its agents, contractors, licenses, employees or customers in connection with Utility's its assigns' agents', contractor's licensees' or employee's construction, installation, maintenance, operation, use or occupancy of the right of way or in the exercise of this document against the State of Washington, its agents, or employees except the reasonable costs of repair to property resulting from the negligent injury or damage to Utility's property by the State of Washington, its agents, contractors or employees. I 3. Whenever necessary fnr the r•.nnstnir•.tinn, repair , improvement, alteration, or relocation of all or any portion of said highway as determined by the Department, or in the event that the lands upon which said highway is presently located shall become a new highway or part of a limited access highway, or if the Department shall determine that the removal of any or all facilities from the said lands is necessary, incidental or convenient to the construction, repair, improvement, alteration, or relocation of any public road or street, the Utility shall, upon notice by the I Department, relocate or remove any or all of such facilities from said highway as may be required by the Department at the sole expense of the Utility to whom this document is issued or their successors and assigns. 4 All such changes, reconstruction, or relocation by the Utility shall be done in such manner as will cause the least interference with any of the Department's performance in the operation and maintenance of the highway I 5. This document shall not be deemed or held to be an exclusive one and shall not prohibit the Department from granting rights of like or other nature or other public or private utilities, nor shall it prevent the Department from using any of its roads, streets, or public places, or affect its right to full supervision and control over all or any part of them, none of which is hereby surrendered. 6 The department may revoke, amend, or cancel this permit at any time by giving written notice to the Utility The Utility shall immediately I remove all facilities from the right of way All facilities remaining upon the right of way 30 days after written notice of cancellation will be removed by the Department at the expense of the Utility 7 Any breach of any of the conditions and requirements herein made, or failure on the part of the Utility of this franchise to proceed with due diligence and in good faith with construction work hereunder shall subject this franchise to cancellation after a hearing before the Department, of which said hearing the Utility shall be given at least 10 days written notice, if at that time the Utility is a resident or is doing business in the I State of Washington; otherwise, by publishing a notice of said hearing once a week for two consecutive weeks in a newspaper of general circulation in Thurston County, Washington, the last publication to be at least 10 days before the date fixed for said hearing. 8 The Utility shall maintain at its sole expense the structure or object for which this document is granted in a condition satisfactory to the Department. , I 9 Upon failure, neglect, or refusal of the Utility to immediately do and perform any change, removal, relaying, or relocating of any facilities, or any repairs or reconstruction of said highway herein required of the Utility, the Department may undertake and perform such requirement, and the cost and expense thereof shall be immediately repaid to the Department by the Utility 10. Upon approval of this document, the Utility shall diligently proceed with the work and comply with all provisions herein. I 11 Whenever it is deemed necessary for the benefit and safety of the traveling public, the Department hereby reserves the right to attach and maintain upon any facility by the Utility under this document any required traffic control devices, such as traffic signals, luminaires, and overhead suspended signs, when the use of such devices or attachments does not interfere with the use for which the facility was constructed. The Department shall bear the costs of attachment and maintenance of such traffic control devices, including the reasonable cost of any extra I construction beyond normal; such extra cost to be determined jointly by. the Department and the Utility of this document. It is not to be construed that the Department is to share in the normal cost of installation, operation, or maintenance of any of the facilities installed under this document. 12. No assignment or transfer of this franchise in any manner whatsoever shall be valid nor vest any rights hereby granted until the Department consents thereto and the assignee accepts all terms of this franchise. Attempting to assign this franchise without Department consent shall be I cause for cancellation as herein provided. 13. No excavation shall be made or obstacle placed within the limits of the State highway in such a manner as to interfere with the travel over said road unless authorized by the Department. 14 If the work done under this document interferes in any way with the drainage of the State highway, the Utility shall wholly and at own expense I make such provisions as the Department may direct to take care of said drainage. 15. On completion of this work, all rubbish and debris shall be immediately removed and the roadway and roadside shall be left neat and presentable and satisfactory to the Department. 16. All of the work shall be done to the satisfaction of the Department, and all costs incurred by the Department shall be reimbursed by the Utility I 17 The Utility pledges that performance of routine cutting and trimming work will be accomplished in such a manner that the roadside appearance will not be disfigured. When major work is involved or damage to roadside appearance may become significant, the Utility shall secure the approval of the Department in advance of the work. 18. The Utility hereby certifies that the facilities described in this document are in compliance with the Control Zone Guidelines. I , MS Word simulation of DOT Form 224696 EF I Current as of 10 -23 -2000 may:. Washinton Department. of TraAsportatscrn Special Provisions for • Permits and Franchises ' Utility Franchise No. 50199 Amd. 1 Applicable provisions are denoted by (X) ® 1 No work provided for herein shall be performed until the Utility is authorized by the following Department's representative SCR Region Utilities Inspector Tim Coats ' P 0 Box 12560 Union Gap, WA 98909 -2560 Phone 509 - 577 -1748 Fax: 509 - 577 -1686 ' ® 2. A copy of the permit or franchise must be on the job site, and protected from the elements, at all times during any of the construction authorized by said permit/franchise 1 ® 3 In the event any milepost, right of way marker, fence or guardrail is located within the limits of this project and will be disturbed during construction, these items will be carefully removed prior to construction and reset or replaced at the conclusion of construction to the satisfaction of the Department. All signs and traffic control devices must be maintained in operation during construction. ® 4 Prior to construction, the Utility shall contact the Department's representative (listed under Special Provision Number 1) to ascertain the location of survey control monuments within the project limits. If any monuments will be altered, damaged or destroyed by the project, the Department will reference or reset the monuments. Any monuments altered, damaged or destroyed by the Utility's operation will be reset or replaced by the Department at the sole expense of the Utility ® 5. During the construction and /or maintenance of this facility, the Utility shall comply with the Manual on Uniform Traffic Control Devices for Streets and Highways (Federal Highway Administration) and Washington modifications thereto. If determined necessary by the Department, the Utility shall submit a signing and traffic control plan to the Department's representative or approval prior to construction or maintenance operations. No lane closures shall be allowed except as approved by the Department representative. Approvals may cause revision of special provisions, including hours of operation. ' ® 6. Any changes or modifications to the approved franchise /permit shall be subject to prior review and approval by the Department. The Utility shall notify the Department's representative upon completion of the work under this permit/franchise so that a final inspection can be made and shall immediately furnish to the Regional Utilities Engineer a revised franchise or permit plan of the ' final location or relocation of its facilities if the original permit/franchise plans have been revised during the course of construction. ❑ 7 Prior to the beginning of construction, a preconstruction conference shall be held at which the Department and the Utility and utility's engineer, contractor, and inspector shall be present. ® 8. Should the.Utility choose to perform the work outlined herein with other than its own forces, a representative of the Utility shall be present at all times unless otherwise agreed to by the Department representative All contact between the Department and the Utility's contactor shall be through the representative of the Utility Where the Utility chooses to perform the work with its own forces, it may elect to appoint one of its own employees engaged in the construction as its representative. Failure to comply with this provision shall be grounds for restricting any further work by the Utility within the State right of way until said requirement is ' met. The Utility at its own expense shall adequately police and supervise all work on the above described project by itself, its contractor, subcontractor, agent, and others, so as not to endanger or injure any person or property ❑ 9 The Utility agrees to schedule the work herein referred to and perform said work in such a manner as not to delay the Department's ' contractor in the performance of his contract. ® 10 Work within the right of way shall be restricted to the hours of daylight, and no work shall be allowed on the right of way Saturday, Sunday, or holidays, unless authorized by the Department. Any lane closures must be submitted for approval in advance of use The hours of permitted closure may differ from the above noted hours ' ® 11 If determined necessary by the Department, any or all of the excavated material shall be removed and replaced with suitable material as specified by the Department. ®' 12. Wherever deemed necessary by the Washington State Department of Labor and Industries and /or the Department for the safety of the workers and the protection of the highway pavement, the sides of the trench (or excavation) shall be adequately supported to reduce the hazard to workers and prevent any damage by cracks, settlement, etc., to the pavement. No other work in the trench or excavation area will be allowed until this requirement is met. ® 13 All trenches, boring or jacking pits, etc. shall be backfilled as soon as possible and not left open during no- working hours unless covered with material of sufficient strength to withstand traffic loads or a method of protection approved by the Department. ® 14 All slopes, slope treatment, top soil, ditches, pipes, etc., disturbed by this operation shall be restored to their original cross section and condition. All open trenches shall be marked with warning signs, barricades, lights, and if necessary, flagmen shall be ' employed for the purpose of protecting the traveling public. The Department's representative may specify roadside operations City of Yakima Exhibit "A" ' Franchise No 50199 Amd. 1 Page 1 of 4 Pages 1 ® 15 Where applicable, markers shall be placed at each right of way line for all crossings and placed every 152.400 meters (500 feet) for longitudinal facilities to include. company name, pipeline or cable identification, telephone number for contact, and the distance from the marker to the facility in meters (feet). Markers shall be placed so as to minimize interference with maintenance operations Markers shall also be placed at all changes in offset distance from right of way line or centerline of highway ® 16 The utility shall install detector tape or cable approximately 300 millimeters (12 inches) above the underground facility The tape shall conform to the standards of the American Public Works Association Uniform Color Code ® 17 In the event that construction and maintenance of the highway facility within the proximity of the utility installation becomes necessary during the period which the Utility will occupy a portion of the right of way, it is expressly understood that, upon request from the Departments representative, the Utility will promptly identify and locate by suitable field markings any and all of their underground facilities so that the Department or its contractor can be fully apprised at all times of its precise location. ® 18 The shoulders, where disturbed shall be surfaced with crushed surfacing top course in kind or as directed by the Department's representative. The surface of the finished shoulder shall dope down from the edge of pavement at the rate of 5% unless otherwise directed The restored shoulder must not have any strips or sections 2 feet wide. The restored shoulder shall be surfaced in kind ❑ 19 Utility facilities or casings for facilities crossing under roadways surfaced with oil, asphalt concrete pavement or cement concrete pavement shall be accomplished by use of appropriate equipment to jack, bore, or auger the facility through the highway grade with a minimum depth of 1.52 meters (5 feet) minimum along any point from the top of facility to the finished road grade and a minimum of 1 07 meters (3.5 feet) depth from bottom of ditch to top of facility Casing requirements for facilities are denoted by special provision 20 Any allowable open trench construction will be specifically provided for by the special provision No 21, if denoted. ' ® 20 Facilities to be placed within encasement are specified individually or in whole on the attached exhibits ® 21 Open trench construction will be allowed only at those locations identified on the plan exhibits and /or listed on Exhibit(s) , with restoration to be performed as noted on the attached "Open Cut Detail," Exhibit D ' ® 22. The Utility agrees to be responsible for any construction deficiencies as a result of the roadway installation. ® 23 No routine maintenance of this facility will be allowed within tie limited access area. I t] 24 Maintenance of this facility will not be permitted from the shoulders, through traffic roadways, or ramps of and all service to this facility will be from outside right of way ® 25 Construction of this facility will not be permitted from the shoulders, through traffic roadways, or ramps of 1 -82. All construction access will be from outside right of way ❑ 26 Bond coverage is required to ensure proper compliance with all terms and conditions of said permit/franchise will be furnished by a Blanket Surety Bond held by the Department at the Olympia Service Center 27 The Utility shall provide to the Department verification that the City of Yakima is a member of 'Washington Cities Insurance Authority ", to insure compliance with any and all of the terms and conditions of this permit/franchise. Said Insurance to remain in force.for a period ending one year after date of completion of construction, except the Utility shall be required to maintain said bond /account for a period of two years after completion of construction where the installation of the utility facility disturbs the liaveled lanes or usable shoulders ' ❑ 28. The utility agrees to underground the aboveground facilities covered by this franchise in Scenic Classes "A" and "B", as defined on attached Exhibit(s) either at the time of major reconstruction of the facility, for that portion of facility to be reconstructed, prior to expiration of this franchise. ' ❑ 29 The Utility agrees to underground the aboveground facilities covered by this franchise in Scenic Classes "A ", "AX ", "B ", and /or "BX ", as defined on attached Exhibit(s) , at the time the pole owner undergrounds its facility The existing aboveground facility may remain or be relocated as aboveground in Scenic Classes "AX" or "BX ", if acceptable to the Department. ' ❑ 30 The Utility agrees to underground or relocate aboveground the existing aboveground facilities in Scenic Classes "AX" and "BX ", as defined on attached Exhibit(s) , to a location acceptable to the Department either at the time of major reconstruction of the line, for the portion of line to be reconstructed, or prior to the expiration of this franchise. The existing aboveground facilities may remain in their present location if acceptable,to the Department. ' El 31 Neutral conductors associated with circuits of 0 to 22 Kilovolts where the neutral is considered to be 0 — 750 Volts may have a vertical clearance the same as guys and messengers, provided the facility is grounded at each pole at each end of the crossing. ® 3 2. The responsibility of the Utility for proper performance, safe conduct, and adequate policing and supervision of the project shall not be lessened or otherwise affected by Department approval of plans, specifications, or work or by the presence at the work site of 1 Department representatives, or by compliance by the Utility with any requests or recommendations made by such representatives. ® 33 . All material and workmanship shall conform to the Washington State Department of Transportation Standard Specifications for Road, Bridge and Municipal Construction, current edition, and amendments thereto and maybe subject to inspection by the 1 Department. ® 34 For UTILITY work that requires permit coverage under the "CONSTRUCTION STORMWATER GENERAL PERMIT - National Pollutant Discharge Elimination System and State Waste Discharge General Permit for Stormwater Discharges Associated with Construction Activity" (hereinafter "Construction Stormwater General Permit "), the UTILITY shall obtain said permit coverage and shall comply with all requirements of the Construction Stormwater General Permit. The UTILITY shall provide the STATE with. documentation of coverage under the Construction Stormwater General Permit within thirty (30) days of the date issued by the City of Yakima Exhibit "A" Franchise No. 50199 Amd. 1 Page 2 of 4 Pages State of Washington Department of Ecology In the event that the STATE covers the UTILITY work under the STATE's Construction Stormwater General Permit coverage, the UTILITY shall comply with all requirements of the Construction Stormwater General Permit for the UTILITY work. ® 35 The UTILITY, on behalf of itself and its contractors, officers, officials, employees, and agents, shall indemnify, hold harmless, and • J 1 defend at its sole cost and expense the STATE, its officers, officials, employees, and agents from any and all fines, costs, claims, judgments, and /or awards of damages (to regulatory agencies, persons, and /or property), arising out of, or in any way resulting from the UTILITY's failure to (1) obtain coverage under the Construction Stormwater General Permit for UTILITY work or (2) comply with the Construction Stormwater General Permit's requirements. Nothing in the Section is intended to be construed as a requirement for an indemnification against the sole negligence of the STATE. ® 36 The Utility is responsible for compliance with all federal, state, and local laws pertaining to the discharge received by the Department under this permit/franchise 1 ® 37 The Utility shall avoid wetland areas wherever possible Should it become necessary to place this facility in a wetland area, the Utility shall be responsible for securing all necessary permits from the Washington State Department of Ecology, the Washington State Department of Fish and Wildlife and /or the U S Army Corps of Engineers prior to the beginning of construction of this facility The Utility shall provide copies of said permits to the office of the Regional Utilities Engineer 1 ® 38 The Utility shall be responsible for mitigation measures where wetlands are disturbed ® 39 If casings are utilized, they shall be PVC Schedule 80 or greater or the equivalent. ' ® 40 The Utility shall notify the Department's representative, in writing or by fax, as to the name, address and telephone number of the contractor, if the work is to be done by other than its own forces ® 41 The Utility, shall reimburse the Department for all actual direct and related costs necessitated by this permit or franchise Such costs include, but are not limited to plan review and inspection. ' 1 ❑ 42. The Utility acknowledges that SR is scheduled for future construction All work shall be coordinated with the Project Engineer's Office responsible for this project and all work shall be completed no later than- Relocation and /or adjustment of this facility at the time of construction will be at the expense of the Utility ® 43 No vehicles are to be parked on the shoulders, through traffic roadways, or ramps of 1 -82. ® 44 The Utility shall maintain two way traffic at all times. ® 45. The Utility shall utilize the approved Traffic Control Plan provided ® 46. The Utility shall be responsible for securing all other federal, state and local permits, which may be required The Utility shall provide copies of said permits to the office of the Regional Utilities Engineer ❑ 47 The Utility shall use hot mix asphalt for all roadway pavement restoration The Department will not allow the use of cold mix for any roadway patching longer than 24 hours ® 48. No additional side (service) connections shall be allowed within State right of way once construction of the facility under this franchise amendment Is completed ' ❑ 49 The Utility shall relocate any /all of their facilities located on joint use poles at the time that the pole owner either moves or removes their poles ❑ 50 The Utility shall not place any new poles within the right -of -way ❑ 51 Use of guard posts for proposed fire hydrant installations shall not be permitted within the right - of - way ❑ 52. The Utility shall submit a blasting plan for approval to the office of the Regional Utilities Engineer prior to any blasting within the ' right -of way ❑ 53 Utility facilities installed longitudinally within Zone A, foreslope and backslope, shall have a minimum cover of 42 inches except in consolidated rock where the minimum cover shall be 24 inches with a concrete casement of four inches or a steel plate above the facility ' ❑ 54 Utility facilities installed longitudinally within Zone B, outside of Zone A , shall have a minimum cover of 42 inches except in consolidated rock where it is necessary to saw or blast the rock to install the facility, the minimum cover may be 24 inches. ❑ 55 All facilities constructed in Zone A shall use conduit. ❑ 56 Zone A requirements also apply from Milepost to Milepost ® 57 The Utility shall notify the Department Representative upon completion of project for final inspection / review ® 58. The Utility shall contact WSDOT's South Central Region Electrician, Ken Kilseimer, at 509 - 577- 1961/Cell 509 -945 -2883, for locates of WSDOT internal electrical system wiring at least 5 working days prior to excavation ® 59 Clean up and application of tacking agent or hydro seeding in accordance with manufacturers recommended requirements shall ' occur as soon as practical following the installation. A seed mix is available for use on this project. County specific Weed Control Plans shall take precedence over WSDOT provided seed mixes, if they are available. The recommended seeding application City of Yakima Exhibit "A" Franchise No. 50199 Amd. 1 Page 3 of 4 Pages I' I window is Sept. 15 — Nov 15 The applicant shall be held responsible for re- vegetation of the disturbed areas to pre- construction conditions. In areas where adjacent owners have maintained the highway rights of way, as yards or similar, re- vegetation shall be completed in a manner that produces pre- construction conditions ® 60 The Utility shall submit the "Construction Notice ", ten (10) full working days prior to construction Please submit to the WSDOT's I South Central Region Utilities Office, via FAX at 509 -577 -1686 After submittal, please call 577 -1786 or 577 -1785 to verify the faxed "construction notice" was received ® 61 The Utility shall replace "in kind" the existing water well at Sta. 221 +00.93 (approx.) on WSDOT R/W sheet and shown at Sta. 60 +25 (approx.) on City of Yakima plan sheet. See exhibit C page 2 and 4 1 1 1 I 1 1 I 1 I 1 1 1 I I City of Yakima Exhibit "A" 1 Franchise No. 50199 Amd 1 Page 4 of 4 Pages I I I I Washington Utility Facility Description I l v ,,WIF Department Of Transportation Applicant Field Contact Person Field Contact Phone Number Applicant Reference (WO) Number Permit /Franchise No. Max Linden 509-249-6814 Project # 2264 _ 50199 Amd. 1 State Route Highway Scenic Class Access Control Begin MP End MP Reference MP Distance and Direction (From nearest reference MP) - I I -82 C Full 338 34 2 34 0 MP 34.0 is within the construction area Facility Description The City of Yakima is requesting to use the West I -82 Right- of -Way to continue installation of a 36" sanitary sewer line paralled to an 20 ft from the edge of pavement of I -82. It begins at approx. MP 34.2 at the SE corner of the Yakima Speedway, and runs up to approx. MP 33 8 at Beech Street bridge. I Facility Detail Lt/ Offset Distance Description Rr1N Remarks I MP to MP Rt/ Xing From From Depth/ Width Including Pertinent Topography Info. (Turnouts, Road Approaches, Intersections, Cut, Fill, Culvert, Centerline Traveled Height D Items to be Installed / Constructed Left Right Guardrail, etc.) Xing Technique, Control Zone Objects, Way __ Enter -Leave RNJ I Approx 2,100 ft of 36" sanitary sewer trunk line installed at a min. of 20 ft from The very westerly portion of the & parallel to the Westerly edge of westerly R/W would be used to 33 8 34.2 Rt 20' min 36" min pavement of I -82. It's estimated that 6 110' 110' construct the sewer line, keeping a manholes with stubbed -out laterals minimum distance of 20 ft from edge 111 extending west to R/W boundary will be of pavement installed in the trunk line. I - I City of Yakima Exhibit "B" MS Word simulation of DOT Form 224 -697 > F Current as of 7 -1-99 Franchise No. 50199 Amd. 1 Page 1 of 1 I I I 1 I I - -- B....''''' End proposed 36" sewer line / �: & ,'` '" / T \MP 34 za ,/ 1,",7":....,..:1 'I I ' I v / C[` /O ° / ii • �� STA, - ,,,• - . 32 +00 approx. k . %v I.:, I i / i \ \:` `� av� l � (�F r�/ �� N� N „ 1 ,a ° y �P N I F� m 4' /,', " g 4y.<P. O 1 . i ' ."4” , a ' t \ % ..,...., \ \ OVER FL0 / �. �j 9 c r o 8/ io ` p ` 929 984/ I 20' m :::::0_ P xq�. v \� _ .rAIAAIAI� __ I 1 . .� o . . ` yv; „ < _ Fzlsti N6ter well . ' ' / � � o / st e � I l ` 2i1 00 to be renpved and 93 (approx 1 ced I ' ' >: \ e. \� �.. r' ! . ° Q! b • •'. .fi O. /, V o' / 7.t 1 - n kind `� I / / �.... • , O 1111,, '\ h w ` �p p / / . � VI do 0A `..: , r L LINe`M E If ISt IfIg ACCO55 V'at & � S CB �I en / ,: ril .r.;:. .7 - 78 / 0 _ / p '2 I , M A 4 \ A 229•l •. Stx ' .P. ,' 0 a V )/ / ` \ � I A Y A K V.aA N II / CG 14 ' 3 3•} V...;.. I ;Begin proposed 36" sewer line; ° ' N a y T 4 - R 3730.0 w� "noe n.eeme.ua rs, D �" Access Gate N N :l ' N c i 1 - Begin exist. 36" `""`" 2....I ;" :n. - µ & Fernare lit 3 q o V rF. "' SR B2 MP 34,24 • y p N pq� 6 STA• 210 +00 approx, a y / ` seuerhir B. YAKISIA AVA:70 UNION GAP , • !I \ y � r•xi4•coupx •• - i I I I I I I i \ I I ! ' 1 a . E. 'sf `. i ast: yli• —„ ._. — _ I I i f i I I o I 1f/c m� y, . .., �1 1I 9 yeza„ I i i i I ! I I (I 1 i : i 4 t I I' "„ / faI F of Waaeee s or +I sum I�. ( i i i ! I ! i t l i 1831 I l l I I -- —- -1 1 -�- ;rL tF� I, iii ..III ill ! i' I I ( i� i '0 g .o g I" I ,� i _I i i I ( I ' ! l i :�_� I I I : i i a f 1 ol y .yj ' „ 1 • $ 1 040 �_ _L� I I i f i i T a A s I „''' i , D I l i I l I I i i I ( ; 10 ' I I I l I 1 _ .. 10•0'�C. i t g I a O �° I j Ig4o �` .19.3°I}`. ( 1 1 I I r l I ( I f I \ I I I �R�:,.l loA I I! i i i , , . i i _ i -, , I I q 103 ° � I o.a9C6 ; I S 1 i • i i I ,oQ 1 i l Ao1 i : i iii I I I' i11 ! 1 i i , �. I ' lr I l; l I I ' 1 i I i I i , i ( i i i l i i i I f l 1 i i i l l i i t l i I l l Imp ` i 1 i I i i f I I I i! I i ; I ! i qt of Yaktrra I. l ! i I I i , i I I i i i i 1 1 ` I l i i 1 I Exhibit :. � . ,; moo ,` _ I i ! I I I, I II 1 i i!( I! i ' I I I `` 1 ! ( 1 I' i I 1+ 1 I Franchise No.;boi19 A 9 nxl. t i i ll l j ' I' l i II I i ( i I i l I i i 1 i l l i i l l l i l I i I Page 2 of c 1 L � l ,' I Iii i i i I j I i 1 1 I 1 1 ' I 210 1 • 2 3 I. i 6 8 1 9 2 I 2 9 4. 5' 6 'I i 9 i 1 I 2 1 2 3 1 4 9 e 1 ' i ' 8 9 240 1 1 I i " 'l . i , • A .,,. RI , dry 1 I I I 1 ° ` -`- O ``q DEPARTMENT �� OF T O?�tL�IIL�t11 "�'�.l�rk� ECONOMIC DEVELOPMENT �: F,;._;::, a ;> t, 129 North Second Street t e � IFS`:'.�, 4 . ,. -:; Y;; vakimn Waning ton 98901 W:C :� ` z' .'.;; `� ?'!zone.• (509) 575 -6113 e Fax (509) 576 -6792 '0,1.= Michael Morales', Director I ADDENDUM NO. 2 I TO THE BID DOCUMENTS AND SPECIFICATIONS FOR THE CITY OF YAKIMA, WA I for BEECH STREET AREA SEWER PROJECT CITY OF YAKIMA PROJECT NO. 2264 I REVISED BID OPENING: Thursday, Sept.20 3:00 p.m., City Hall Council Chambers I TO THE ATTENTION OF ALL BIDDERS AND PLAN HOLDERS: I The Bid and Contract Documents shall be modified as follows: ITEM 1. New Bid Opening Date and Time I The Bid Opening has been changed to Thursday, September 20 3:00 p.m. I The Yakima City Clerk must receive bid submittals by the date and time above I This ADDENDUM is to be considered as much a part of the contract provisions as if it were included in the body of Plans and Specifications. I All Bidders shall acknowledge receipt of the ADDENDUM of the proposal form prior to bid opening. I APPROVED: 2 ;--=- ` (` , g - ; S---7,,,(:)-'1? Brett H. Sheffield, P.E. Date I Chief Engineer I I 'Mkt ma Addendum No 2 Page 1 of 1 August 30, 201213-.;a I r Tig Code 14dn,i °atsaation 575 612! Engineering 575 -611/ A'eighborhood Services 575 -6/01 ^ Planning 575 - 6183 } © I >` DEPARTMENT OF COMMUNITY %l�l ^�� ECONOMIC DEVELOPMENT a OM -� � \ aa:MAN, a �;* ��::Y. ": �,,, !'�:� Na [Y�: L/Z Second Street P? B` , Viz_,, E ' a.c a na, Washington . 8901 , , 00.4 �'��� " "' P,tofte: (509) 575 -6113 e td"cZx (509) 576-6792 � i ilk a i»3 ��t��, `� 'sk .,kKS:,a`,= •?a;f:'C' o Michael Morales, Director I . ADDENDUM NO. 3 I TO THE BID DOCUMENTS AND SPECIFICATIONS FOR THE CITY`OF YAKIMA, WA for BEECH STREET AREA SEWER PROJECT CITY OF YAKIMA PROJECT NO. 2264 I TO THE ATTENTION OF ALL BIDDERS AND PLAN HOLDERS: The Bid and Contract Documents shall be modified as follows ITEM 1. Standard Specifications; Special Provisions Section 2 -07: I Watering (Page 54) This section in the Construction Contract Specifications is deleted in its entirety 1 and replaced by the following: 2 -07.3 Construction Requirements I This section is supplemented with the following• Water will not be supplied by the Contracting Agency. I 2 -07.4 Measurement This section is supplemented with the following: I There will be no measurement for water 2 -07.5 Payment I This section is supplemented with the following All costs to provide and apply'water shall be incidental to construction. All 1 costs shall be included in other contract pay items. 1 I Yakima Addendum No 3 Page 1 of 2 Sept. 10, 2012 Vi1:: � 2012 ckdir�n'u:G:n� � � S ) C ode Administration 575 -6121 • Engineering 575 -61/1 • Neighborhood Services 575 -6101 • Planning 575 -6183 F , i ITEM 2. Standard Specifications; Special Provisions Section 2 -09: Structure Excavation (Page 55) 2 -09.3 Construction Requirements The second paragraph of this section in the Construction Contract Specifications and Bid Documents is rewritten as follows: (BSP October 13, 2003) Extra excavation and open pit excavation, as defined in this section, will not ' be allowed at the following locations. On the west side of the trench from Station 55 +10 to Station 56 +20 in the I vicinity of the ice rink, and from Station 30 +65 to Station 33 +15 in the vicinity of the Interstate 82 bridges. ITEM 3. Plan Sheets i New Plan Sheets: Remove the four (4) Plan Sheets labeled "Addendum No 1" and replace with the new plan sheets 1 — 4 labeled "Addendum No. 3 ", dated "9/10/12." The location of the proposed 12" sewer main beneath Beech Street has been changed. This ADDENDUM is to be considered as much a part of the contract provisions as if it were included in the body of Plans and Specifications. All Bidders shall acknowledge receipt of the ADDENDUM of the proposal form prior to bid opening. APPROVED: - , CA—- Brett H. Sheffield, P.E. Date Chief Engineer i 1 1 Addendum No. 3 Page 2 of 2 Sept. 10, 2012 I I CITY OF YAKIMA I I • eech StA S ewer Pro • I CITY PROJECT NO. 2264 111 D ER S %- °S - • �.. Oy }V y $ :< < - 4 .. P•• i,;f �, \ isi ..,./ I I S AUGUST 2012 , I I - - .. 1 I I CONTENTS CITY OF YAKIMA I Beech Street Area Sewer Project I City Project No. 2264 SECTION PAGE I INVITATION TO BID 5 I STANDARD SPECIFICATIONS Standard Specifications. to0.......................................... ............................... 7 Amendments to the 2010 Standard Specifications ............... 7 I CONTRACT PROVISIONS Special Provisions .. ............................... 23 Project Description .................... ............................... ... ................ 24 Definitions 24 I 1 -02 Bid Procedures and Conditions.. 26 1 -03 Award and Execution of Contract 31 1 -04 Scope of the Work ... .32 1 -05 Control of Work.. ... ... 33 1 -06 Control of Material... ... I 1 -07 Legal Relations and Responsibilities to the Public 37 38 1- 08.Prosecution and Progress ..................................................................... ............................... 46 1 -09 Measurement and Payment.... 50 1 1 -10 Temporary Traffic Control. 51 2 -01 Clearing, Grubbing, and Roadside Cleanup 52 2 -02 Removal of Structures and Obstructions... 53 2 -07 Watering ................. 54 I 2-09 Structure Excavation... ......... 55 5 -04 Hot Mix Asphalt. 56 7 -05 Manholes, Inlets, Catch Basins, and Drywells ........................................... ............................... 61 7 -08 General Pipe Installation Requirements ... 61 7 -17 Sanitary Sewers ............... 62 I 8 -01 Erosion Control and Water Pollution Control. ....... 63 8 -30 Repair or Replacement (New Section) 64 9 -03 Aggregates... ........................................................................... ............................... .... ...... ... 64 I Revised Standard Plans. ... ............ .... 65 Contract Form 73 I Performance Bond Form .......... 75 Informational Certificate of Insurance 77 Informational Additional Insured Endorsement .... 78 Minimum Wage Affidavit Form ....... ... 81 I PREVAILING WAGE RATES Prevailing Wage Rates 83 I PROPOSAL Proposal Form 85 • Item Proposal Bid Sheet ... ............. 87 I Bid Bond Form 89 Proposal Signature Sheet........ 91 Non - Collusion Declaration 93 _ _ Non - Discrimination Provision ... 95 Women and Minority Business.Enterprise Policy 97 :c‘ Council Resolution 99 Compliance With Immigration and Naturalization Act.. 101 Affirmative Action Plan ........................................................ 103 Bidders Certification 105 Subcontractors Certification 107 Materially and Responsive 109 BIDDERS CHECKLIST 111 PLANS & DETAILS Standard Details.... .......... Attached Project Details. .......... Attached Construction Plans Attached II I ' I - _ • - 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 3:00 PM on August 30, 2012 and will then and there be opened and publicly read for the construction of CITY OF YAKIMA ' Beech Street Area Sewer Project City Project No. 2264 i This contract provides for the improvement of the sanitary sewer system by installing 2,210 linear feet of _ 36 -inch diameter sanitary sewer pipe, 346 linear feet of 12 -inch diameter sanitary sewer pipe, saw - cutting existing pavement, pavement repair, structure excavation, chain link fence, and other associated work, all in accordance with the attached contract plans, these contract provisions, and the standard specifications. All bid proposals shall be accompanied by a bid proposal deposit in cash, certified check, cashier's check or surety bond in an amount equal to five percent (5 %) of the amount of such bid proposal. Should the successful bidder fail to enter into such contract and furnish satisfactory performance..bond and insurance within the time stated in the specifications, the bid proposal . deposit shall be 'forfeited to the City of Yakima. Plans and specifications may be obtained at the Office of the City Engineer located at 129 North 2nd 1 Street upon payment of the amount of $50.00 for each set, non refundable, or by ordering a set by phone at 509 - 575 -6674 or by FAX at 509- 576 -6305. Project questions should be directed to Dan Ford, Project Design Engineer at 509 - 576 -6754. The City of Yakima in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d to 2000 -4 and Title 49, '[Code of Federal Regulations, Department of Transportation, subtitle A, Office of the Secretary, Part 21, nondiscrimination in federally assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that it will affirmatively insure that ' in any .contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color or national origin in consideration for an award. Informational copies of maps, plans, and specifications are on file for inspection in the Office of the City Engineer of Yakima in Yakima, Washington, and at Plan Centers in Yakima and Kennewick, Washington The City reserves the right to reject any or all bids and proposals 1 DATED this 15 day of August, 2012 SONYA CLAAR -TEE CITY CLERK ' PUBLISH August 16, 2012 August 17, 2012 1 1 5 • STANDARD SPECIFICATIONS • The 2012 Standard Specifications for Road, Bridge and Municipal Construction published by the U Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association, by this reference, are made a part of these Contact Documents. Except as may be amended, modified or supplemented hereinafter, each section of the Standard Specifications shall be considered as much a part of these Contract Documents as if they were actually set forth herein. 1 L INTRODUCTION The following Amendments. and Special Provisions shall be used in conjunction with the 2012 Standard Specifications for Road, Bridge, and Municipal Construction. AMENDMENTS TO THE STANDARD SPECIFICATIONS The following Amendments to the Standard Specifications are made a part of this contract and supersede any • conflicting provisions of the Standard Specifications. For informational purposes, the date following each Amendment title indicates the implementation date of - the Amendment or the latest date of revision. • � - Each Amendment contains' all current revisions 'to the applicable section of the Standard Specifications and may include references which do not apply to this particular. project. 1 , L Section 1 -01, Definition and Terms August 6, 2012 1 -01.3 Definitions The definition for "Bid Documents" is revised to read: The component parts of the proposed Contract which may include, but are not limited to, the Proposal Form, the proposed Contract Provisions, the proposed Contract Plans, Addenda, and, for projects with Contracting Agency subsurface investigations, the Summary of Geotechnical Conditions and subsurface boring logs (if any). The definition for "Superstructures" is revised to read: L The part of the Structure above: 1. The bottom of the grout pad for the simple and continuous span bearing, or 2. The bottom of the, block supporting the girder, or • • - U 3. Arch skewback and construction joints at the top of vertical abutment members or rigid frame piers. Li Longitudinal limits of the Superstructure extend from end to end of the Structure in accordance with the following criteria: I ■I ®I 9 -03 14(4) Gravel Borrow for Geosynthetic 4000 2000 $30 $60 Retaining Wall Section 5 -04, Hot Mix Asphalt ®I August 6, 2012 5- 04.3(10)B3 Longitudinal Joint Density ®' The section including title is revised to read: 5- 04.3(10)B3 Vacant 1 5- 04.3(11)D General The last sentence in the first paragraph is deleted. Section 7 -05, Manholes, Inlets, Catch Basins, and Drywells ® April 2, 2012 7 -05.3 Construction Requirements The third paragraph is supplemented with the following: Leveling and adjustment devices that do not modify the structural integrity of the metal frame, grate or cover, and do not void the originating foundry's compliance to these - specifications and warranty is allowed. Approved leveling devices are listed in the Qualified _ Products List. Leveling and adjusting devices that interfere with the backfilling, backfill density, grouting and asphalt density will not be allowed. The hardware for leveling and adjusting devices shall be completely removed when specified by the Project Engineer. Section 8 -01, Erosion Control and Water Pollution Control August 6, 2012 8= 01.3(2)D Mulching The following two new paragraphs are inserted after the fourth paragraph: Short -Term Mulch shall be hydraulically applied at the rate of 2500 pounds per acre and may be applied in one lift. Moderate -Term Mulch and Long -Term Mulch shall be hydraulically applied at the rate of 3500 pounds per acre with no more than 2000 pounds applied in any single lift. 8 01.3(2)E Soil Binders and Tacking Agents � The first paragraph is revised to read: . Tacking agents or soil binders applied using a. hydroseeder shall have a mulch tracer added to visibly aid uniform.application This tracer shall not be harmful to plant, aquatic, 10 I or animal life. A minimum of 125 pounds per acre and a maximum of 250 pounds per acre of Short-Term Mulch shall be used as a tracer. I The last two paragraphs are deleted. I 8 01.3(2)F Dates for Application of Final Seed, Fertilizer, and Mulch In the first paragraph, "Engineer" is revised to read "Project Engineer". I Note 1 of the table in the first paragraph is revised to read: 1 Where Contract timing is appropriate, seeding, fertilizing, and mulching shall be I accomplished during the fall period listed above The third paragraph is deleted. II 8 - 01.3(4) Placing Compost Blanket . . The first paragraph is revised to read: I Compost blanket shall be placed to a depth of 3 inches over bare soil. Compost blanket shall be placed prior to seeding or other planting. An organic tackifier shall,be placed over the entire composted area when dry or windy conditions are present or expected before the I final application of mulch or erosion control blanket. The tackifier shall be applied immediately after the application of compost to prevent ,compost from leaving the composted area. I 8 - 01.3(5) Placing Plastic'Covering _ ` ' The second and third paragraphs are revised to read: I Clear plastic covering shall be used to promote seed germination when seeding is performed outside of the Dates for Application of Final Seed in .Section. 8- 01.3(2)F. Black plastic covering shall be used for stockpiles or other areas where vegetative growth is I unwanted. The plastic cover shall be installed and maintained in a -way that prevents water from cutting under the plastic and prevents the plastic cover from blowing open in the wind. 8 01.3(6) Check Dams _ - ' , This section is revised to read: Check dams shall be installed as soon as construction will allow, or when designated by the Engineer: The Contractor may substitute' a different check dam, in' lieu of what is specified in the contract, with approval of the Engineer. The check dam is a temporary or permanent - structure, built across a minor channel. Water shall, not flow through the check dam I structure. Check dams shall be constructed in a manner that creates a ponding area upstream of the dam to allow pollutants to settle, with water from increased flows channeled over a spillway in the check dam. The check dam shall be constructed to I prevent erosion in the area below the spillway Check dams shall be placed perpendicular to the flow of water and installed in accordance with the Standard Plans. The outer edges shall extend up the sides of the conveyance to prevent water from going 'around the check 1 11 1 dam. Check dams shall be of sufficient height to maximize detention, without causing water to leave the ditch. Check dams shall meet the requirements in Section' 9- 14.5(4). 8 01.3(7) Stabilized Construction Entrance The first paragraph is revised to read: Temporary stabilized construction entrance shall be constructed in accordance with the Standard Plans, prior to beginning any clearing, grubbing, embankment or excavation. All quarry spall material used for stabilized construction entrance shall be free of extraneous materials that may cause or contribute to track out. 8 01.3(9)B Gravel Filter, Wood Chip, or Compost Berm The first paragraph is revised to read: Filter berms shall retain sediment and direct flows. The gravel filter berm shall be a minimum of 1 foot in height and shall be maintained at this height for the entire time they are in use. Rock material used for filter berms shall meet the grading requirements in Section 9- 03.9(2), but shall not include any recycled materials as outlined in Section 9- 03.21. 1 8 01.3(9)C Straw Bale Barrier This section including title is revised to read: I 8- 01.3(9)C Vacant 8- 01.3(11) Vacant This section including title is revised to read: 8 01.3(11) Outlet Pro tection Outlet protection shall prevent scour at the outlets of ponds, pipes, ditches or other conveyances. All quarry spall material used for outlet protection shall be free of extraneous material and meet the gradation requirements in Section 9 -13.6. 8 01.3(13) Temporary Curb This section is revised to read: Temporary curbs shall divert or redirect water around erodible soils. Temporary curbs shall be installed along pavement edges to prevent runoff from flowing onto erodible slopes. Water shall be directed to areas where erosion can be controlled. The temporary curbs shall be a minimum of 4 inches in height. Ponding shall not. be in roadways. 8 - 01.4 Measurement 1 The third paragraph is revised to read: Check dams will be measured per linear foot one time only along the completed check dam. No additional measurement will be made for check dams that are required to be rehabilitated or replaced due to wear 12 1 The ninth paragraph is deleted. ' This section is supplemented with the following: Outlet Protection will be measured per each initial installation at an outlet location. 8 - 01.5 Payment The bid item "Straw Bale ", per each is deleted. This section is supplemented with the following: "Outlet Protection ", per each. Section 8 -02, Roadside Restoration 1 August 6, 2012 In this section, "psiPE" is revised to read "PSIPE ". . ' 8 02.3(4)C Topsoil Type C In this section, "9 14.1(2)" is revised to read "9 14 :1(3) ". ' 8 02.3(8) Planting Item number 1 in the second paragraph is revised to read: 1. Non - Irrigated Plant. Material West of the summit of the Cascade Range ; October 1 to March 1. East of the summit of the Cascade Range - October 1 to November 15. 8 Payment I The paragraph following bid item "Coarse Compost " -, per cubic yard" is revised to read: The unit Contract price per cubic yard for "Fine Compost ", Medium Compost" or "Coarse Compost" shall be full pay for furnishing and spreading the compost onto the existing soil. Section 8 -12, Chain Link Fence and Wire Fence April 2, 2012 In this Section "Engineer" is revised to read "Project Engineer". 1 8 - 12.1 Materials • This section is supplemented with the following: ' Paint 9- 08.1(2)B 8 12.3(1)A Posts . The words "for Type 3 and Type 4 fences" and "on Type 3 and Ty pe 4 fences" are deleted from this section 1 _ 13 1 The first sentence of the fifth paragraph is revised to read: After the post is set and plumbed, the hole shall be filled with Grout Type 4. The third sentence in the sixth paragraph is replaced with the following two sentences: After the post is set and plumbed, the hole in the portion of the post in solid rock shall be filled with Grout Type 4. The grout shall be thoroughly worked into the hole so as to leave no voids. 1 The seventh paragraph is deleted. The ninth paragraph is revised to read: 1 Steep slopes or topography may require changes in various elements of the fence. It shall be the responsibility of the Contractor to provide all posts of sufficient length to accommodate the chain link fabric. The tenth paragraph is revised to read: 1 All round posts shall have approved top caps fastened, securely to the posts. The base of the top cap fitting for round posts shall feature an apron around the outside of the posts. 1 8 12.3(1)B Top Rail This section's content including title is deleted and replaced with: 8- 12.3(1)B Vacant - 8- 12.3(1)C Tension Wire and Tension Cable 1 This section's content. including title is revised to read: 8 12.3(1)C Tension Wire Tension Wires shall be attached to the posts as detailed in the Plans or as approved by the Engineer.. 8 12.3(1)D Chain Link Fabric The first three paragraphs are revised to read: 1 Chain link fabric shall be attached after the cables and wires have been properly tensioned. Chain link fabric shall be placed on the face of the post away from the Highway, except on horizontal curves where it shall be placed on the face on the outside of the curve unless otherwise directed by the Project Engineer. - 1 Chain link fabric shall be placed approximately 1 -inch above the ground and on a straight grade between posts by excavating high points of ground Filling of depressions will be permitted only upon approval of the Project Engineer. The fourth sentence in the _fourth paragraph is revised to read. 14 1 1 The top and bottom edge of the fabric shall be fastened with hog rings to the top and bottom tension wires as may be applicable, spaced at 24 -inch intervals. 8 12.3(1)E Chain Link Gates ' The third paragraph is deleted. 8 12.3(2)A Posts In the second paragraph, "commercial" is deleted. The first sentence of the fifth paragraph is revised to read: ' After the post is set and plumbed, the hole shall be filled with Grout Type 4. The fourth sentence in the sixth paragraph is replaced with the following two sentences: ' - After the post is set and plumbed, the hole in the portion of the post in solid rock shall be filled with Grout Type 4. The grout shall be thoroughly worked into the hole so as to leave ' no voids. The :tenth paragraph is revised to read: Where the new fence joins an existing fence, the 2 shall be attached in a manner satisfactory to the Project Engineer, and end or corner posts shall be set as necessary. I The eleventh paragraph is deleted. 8 -12.5 Payment ' The ; paragraph following -the item "Chain Link Fence Type "., per linear foot is revised to read: - The unit Contract price per linear foot for "Chain Link Fence Type " shall be full payment for all costs for the specified Work including brace post installation and all other requirements of Section 8 -12 for Chain Link Fence, unless covered in a separate Bid Item in this Section. . The following paragraph is inserted after the item "End, Gate, Corner, and Pull Post for Chain Link Fence ", per each: The unit Contract price per each for "End, Gate, Corner, and Pull Post. for Chain Link _ _ I Fence" shall be full• payment for all costs for the specified Work. The following paragraph is inserted after the item "Single 6 Ft. Chain Link Gate ", per each: ' The unit Contract price per each for "Double 14 Ft. Chain Link Gate ", "Double 20 Ft. Chain Link Gate ", and "Single 6 Ft. Chain Link Gate ", shall be full payment for all costs for the ' specified Work. The paragraph following the item "Wire Fence Type ", per linear foot is revised to read 111 15 t - 1 The unit Contract price per each for "Wire Fence Type " shall be full payment for all costs for the specified Work including payment for clearing of the fence line. The following paragraph is inserted after the item "Double Wire Gate 20 Ft. Wide ", per each: The unit contract price per each for "Single Wire Gate 14 Ft. Wide" and "Double Wire Gate 20 Ft. Wide" shall be full payment for all costs for the specified Work. The paragraph following the item "Access Control Gate ", per each is revised to read: 1 The unit contract price per each for "Access Control Gate" shall be full payment for all costs to perform the specified Work. Section 9 -03, Aggregates April 2, 2012 9- 03.14(1) Gravel Borrow Note 1 is deleted, including the reference in the table. • 9 03.14(2) Select Borrow Note 1 is deleted. 1 Note 2 is re- numbered Note 1 , including the reference in the table. 9 03.14(4) Gravel Borrow for Geosynthetic Retaining Wall This section is revised to read: All backfill material for geosynthetic retaining walls shall consist of granular material, either naturally occurring or processed, and shall be free draining, free from organic or otherwise deleterious material. The material shall be substantially free of shale or other soft, poor durability particles, and shall not contain recycled materials, such as glass, shredded tires, portland cement concrete rubble, or asphaltic concrete rubble. The backfill material shall meet the following requirements for grading and quality: Sieve Size Percent Passing 1 %4 " 99 -100 1" 90-100 No. 4 50 -80 No. 40 30 max. No.200 7.0 max. Sand Equivalent 50 min. All percentages are by weight Property Test Method Allowable Test Value Los Angeles Wear AASHTO T 96 35 percent max. 500 rev. Degradation Factor WSDOT Test Method 113 15 min. pH, permanent walls AASHTO T 289 4.5 -9 16 1 I I pH, temporary walls AASHTO T 289 3 -10 I Wall backfill material satisfying these grading and property requirements shall be classified as nonaggressive. I 9 03.21(1) General Requirements The first sentence in the first paragraph is revised to read: I Hot Mix Asphalt, Concrete Rubble, Recycled Glass (glass cullet), and Steel Furnace Slag may be used as, or blended uniformly with naturally occurring materials for aggregates. 9 03.21(1)C Vacant I This section including title is revised to read: 9 03.21(1)C Recycled Glass (Glass Cullet) - Glass Cullet shall meet the requirements of AASHTO M 318 with the additional requirement that the glass cullet is limited to the maximum amounts set in Section 9- 03.21(1)E for • recycled glass. Prior to use the Contractor shall provide certification to the Project I ngineer that the recycled glass meets the physical properties and deleterious substances requirements in AASHTO M -318. I 9- 03.21(1) E Table on Maximum Allowable Percent (By Weight) of Recycled Material The column heading "Recycled Glass" is revised to read "Recycled Glass (Glass Cullet) in the table. . In the column "Recycled Glass (Glass Cullet)" all amounts are revised to read "20" beginning ' with the item "Ballast" and continuing down until the last item in the table. I Section 9 -14, Erosion Control and Roadside Planting August 6, 2012 I 9 -14.3 Fertilizer The second sentence in the first paragraph is revised to read: I It may be separate or in a mixture containing the percentage of total nitrogen, available phosphoric acid, and water - soluble potash or sulfur in the amounts specified. I 9 14.4(2) Hydraulically Applied Erosion Control Products (HECPs ) The first sentence in the third paragraph is revised to read: -. All HECPs shall be furnished premixed by the 'manufacturer with Organic or Synthetic • I Tackifier as'specified Section 9- 14.4(7) The third and fourth rows in Table 1 is revised to read: ' H eavy Metals ' EPA 6020A Total Metals Antimony — < 4 mg /kg Arsenic — < 6 mg /kg I Barium — < 80 mg /kg Boron — < 160 mg /kg Cadmium — < 2 mg /kg Total Chromium — < 4 mg /kg Copper — < 10 mg /kg Lead — < 5 mg /kg Mercury — < 2 mg /kg Nickel — < 2 mg /kg Selenium — < 10 mg /kg Strontium — < 30 mg /kg Zinc — < 30 mg /kg Water Holding ASTM D 7367 800 percent minimum Capacity 9 14.4(2)A Long Term Mulch In the first paragraph, the phrase "within 2 hours of application" is deleted. 9 Wood Strand Mulch The last sentence in the second paragraph is deleted. This section is supplemented with the following new paragraph: The Contractor shall provide Material Safety Data Sheet (MSDS) that demonstrates that the product is not harmful to plant life and a test report performed in accordance with WSDOT Test Method 125 demonstrating compliance to this specification prior to acceptance. 1 9 14.4(8) Compost The second paragraph is revised to read: I Compost production and quality shall comply with WAC 173 -350 and for biosolids composts, WAC 173 -308. 1 The third paragraph is to read. Compost products shall meet the following physical criteria: 1 1. Compost material shall be tested in accordance with U.S. Composting Council Testing Methods for the Examination of Compost and Composting (TMECC) 02.02 -B, "Sample Sieving for Aggregate Size Classification ". Fine compost shall meet the following gradation: 1 Sieve Size Percent Passing Minimum Maximum 1" 100 5 /8" 90 100 %4" 75 100 1 Note Maximum particle length of 4 inches. 18 I Mediu co shall meet the following gradation: I Sieve Size Minimum Percent Passing Maximum 1" 100 , 5 / 8 " 85 100 %4" 70 85 I Note Maximum particle length of 4 inches. Medium compost shall have a carbon to nitrogen ration (C:N) between 18:1 and 35:1. The carbon to nitrogen ration shall be calculated using dry weight of "Organic Carbon" using TMECC 04.01A divided by the dry weight of "Total N" using TMECC 04:02D. I Coarse compost shall meet the following gradation: I ' Sieve Size Percent Passing minimum Percent Maximum 2" . 100 I I', 90 100 70 100 %4" 40 60 ' Note Maximum particle length of 6 inches. Coarse compost shall have a carbon to ' nitrogen ratio (C:N) between 25:1 and 35.1. The carbon to .nitrogen ratio shall I , be calculated using the dry weight of "Organic Carbon" using TMECC 04.01A divided by the dry weight of "Total N" using TMECC 04.02D. 2. ' The pH shall be between 6.0 and 8.5 when tested in accordance with U.S. r 1 Composting Council TMECC 04.11 -A, "1:5 Slurry pH ". 3. Manufactured inert material (plastic, concrete, ceramics, metal, etc.) shall be less I than 1 percent by weight as determined by U.S. Composting Council TMECC 03.08 -A "Classification of Inerts by Sieve Size ". I 4. Minimum organic matter shall be 40 percent by dry weight basis as determined by U.S. Composting Council TMECC 05.07A "Loss -On- Ignition Organic Matter Method (LOI) ". • ' 5. Soluble salt contents shall be less than 4.0 mmhos /cm when tested in accordance with U.S. Composting Council TMECC 04.10 "Electrical Conductivity. ", I 6. Maturity shall be greater than 80 percent in accordance with U.S. Composting Council TMECC 05.05 -A, "Germination and Root Elongation ". I 7.. - Stability shall be -7 -mg CO2 —C /g OM /day or below in accordance with U.S. Composting Council TMECC 05.08 -B "Carbon Dioxide Evolution Rate". 8. The compost product shall originate from organic waste as defined in WAC 173 . 350 as "Type 1 Feedstocks", "Type 2 Feedstocks", and /or "Type 3 Feedstocks". The Contractor shall provide a list of feedstock sources by percentage in the final I compost product. 1 19 ' - I I 9. The Engineer may also evaluate compost for maturity using U.S. Composting Council TMECC 05:08 -E "Solvita® Maturity Index ". Fine compost shall score a number 6 or above on the Solvita® Compost Maturity Test. Medium and coarse compost shall score a 5 or above on the Solvita® Compost Maturity Test. 9 14.4(8)A Compost Approval 1 This section's title is revised to read: 9 14.4(8)A Compost Submittal Requirements The first sentence in this section up until the colon is revised to read: The Contractor shall submit the following information to the Engineer for approval: Item No. 2 in the first paragraph is revised to read: 2. A copy of the Solid Waste Handling Permit issued to the manufacturer by the Jurisdictional Health Department in accordance with WAC 173 -350 (Minimum Functional Standards for Solid Waste Handling). or for biosolid composts a copy of the Coverage Under the General Permit for Biosolids Management issued to the manufacturer by the Department of Ecology in accordance with WAC 173 -308 (Biosolids Management). 9 14.5(1) Polyacrylamide (PAM) The third sentence is replaced with the following two new sentences: The minimum average molecular weight shall be greater than 5 -mg /mole. The charge density shall be no less than 15 percent and no greater than 30 percent. 9 14.5(2) Erosion Control Blanket The second sentence in the first paragraph is revised to read: The Contractor shall supply independent test results from the National Transportation Product Evaluation Program (NTPEP) meeting the following requirements in Tables 6 and 7 9 14.5(4) Geotextile Encased Check Dam This section including title is revised to read: 9 Check Dams All materials used for check dams shall be non -toxic and not pose a threat to wildlife when installed. This section is supplemented with the following new sub - sections: - 9 14.5(4)A Biodegradable Check Dams Biodegradable check darns shall meet the following requirements: Biodegradable Check Dams Materials 1 20 Wattle Check Dam 9- 14.5(5) Compost Sock Check Dam 9- 14.5(6) Coir Log Check Dam 9- 14.5(7) The Contractor may substitute a different biodegradable check dam as long as it complies 1 with the following and is approved by the Engineer: 1. Made of natural plant fiber. 2. Netting if present shall be biodegradable. 9 14.5(4)B Non - biodegradable Check Dams Non - biodegradable check dams shall meet the following requirements: 1. Geotextile materials shall conform to section 9 -33 for silt fence. ' 2 Other such devices that fulfill the requirements of section 9- 14.5(4) and shall be approved by the Engineer prior to installation. ' 9 14.6(1) Description In item, No. C in the fourth paragraph, "22- inch" is revised to read "2- inch ". ' I ,, Section 9 -16, Fence and Guardrail I August 6, 2012 9- 16.1(1)A Post. Material for Chain Link Fence The last sentence in the last paragraph is deleted. 9 16.1(1)C Tension Wire and Tension Cable ' This section including title is revised to read: 9 16.1(1)C ,Tension Wire Tension wire shall meet the requirements of AASHTO M 181. Tension wire galvanizing shall be Class 1. 9 16.1(1)D Fittings and Hardware The second sentence in the first paragraph is deleted. The last paragraph is deleted. 9 16.1(2) Approval This. section is deleted. - I 9- 16.6(3) Posts This section is revised to read: Line posts for Types 1 and 2 glare screens shall be 2 inch inside diameter galvanized steel pipe with a nominal weight of 3.65 pounds per linear foot. End, corner, brace, and pull posts for Type 1 Design A and B and Type 2 shall be 2 1 /2 inch inside diameter galvanized steel - - -21 ' 1 pipe with a nominal weight of 5 79 pounds per linear foot. Intermediate pull posts (braced line posts) shall be as specified for line posts. The base material for the manufacture of steel pipes used for posts shall conform to the requirements of ASTM A 53, except the weight tolerance on tubular posts shall be applied as provided below. 1 Posts provided for glare screen will have an acceptance tolerance on the weight per linear foot, as specified, equal to plus or minus 5 percent. This tolerance will apply to each individual post. All posts shall be galvanized in accordance with AASHTO M 181 Section 32. The minimum average zinc coating is per square foot of surface area. This area is defined as the total area inside and outside. A sample for computing the average of mass of coating is defined as a 12 -inch piece cut from each end of the galvanized member. 9 16.6(5) Cable This section including title is revised to read: 9- 16.6(5) Vacant 9- 16.6(6) Cable and Tension Wire Attachments 1 This section including title is revised to read: 9= 16.6(6) Tension Wire Attachments All tension wire attachments shall be galvanized steel conforming to the requirements of AASHTO M 232 unless otherwise specified. Eye bolts shall have either a shoulder or a back -up nut on the eye end and be provided with an eye nut where needed or standard hex nut and lock washer 3 / -inch diameter for tension wire and of sufficient length to fasten to - the type of posts used. Turnbuckles shall be of the shackle end type, '/2 inch diameter, with standard take -up of 6 inches and provided with % inch diameter pins. 9 16.6(9) Fabric Bands and Stretcher Bars The first paragraph is revised to read: Fabric bands shall be 1 /8 inch by 1 inch nominal. Stretcher bars shall be 3 /16 inch by 3 /4 inch nominal or 5 /16 inch diameter round bar nominal. A 5 /16 inch diameter round stretcher bar shall be used with Type 1. Nominal shall be construed to be the area of the cross section of the shape obtained by multiplying the specified width by thickness. A variation of minus 5- percent from this theoretical area shall be construed as "nominal" size. All shall be galvanized to meet the requirements of ASTM F 626. 1 1 22 = w ',d, INTRODUCTION TO THE SPECIAL PROVISIONS (July 31, 2007 APWA GSP) The work on this project shall be accomplished in accordance with the Standard Specifications for Road, Bridge and Municipal Construction, 2012 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, 1 as modified or supplemented by the Amendments to the Standard Specifications and these Special Provisions, all of which are made a part of the Contract Documents, shall govern all of the Work. These Special Provisions are made up of both General Special Provisions (GSPs) from various sources, which may have project- specific fill -ins; and project- specific Special Provisions. 'Each Provision either supplements, modifies, or replaces the comparable Standard Specification, or is ' a new Provision. The deletion, amendment, alteration, or addition to any subsection or portion of the Standard Specifications is meant to pertain only to that particular portion of the section, and in no way should it be interpreted that the balance of the section does not apply. The project- specific Special Provisions are not labeled as such The GSPs are labeled under the headers of each GSP, with the date of the GSP and its source, as follows: I (May 18, 2007 APWA GSP) (August 7, 2006 WSDOT GSP) Also incor orated into the Contract Documents by reference are: P Y • 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 Details ' Contractor shall obtain copies of these publications, at Contractor's own expense. . 1 ' 23 • DIVISION 1 1 GENERAL REQUIREMENTS DESCRIPTION OF WORK (March 13, 1995) This contract provides for the improvement of the sanitary sewer system by installing 36 -inch diameter sanitary sewer pipe, 12 -inch diameter sanitary sewer pipe, saw - cutting existing pavement, pavement repair, structure excavation, chain link fence, and other associated work, all in accordance with the attached contract plans, these contract provisions, and the standard specifications 1 -01.3 Definitions (March 13, 2012 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 I responsible and responsive Bidder for the Work. Contract Execution Date The date the Contracting Agency officially binds the Agency to the Contract. i 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: I 1 a All references in the Standard Specifications, Amendments, or WSDOT General Special Provisions, to the terms "State ", "Department of Transportation ", "Washington State Transportation Commission ", "Commission ", "Secretary of Transportation ", "Secretary", "Headquarters", and "State Treasurer" shall be revised to read "Contracting Agency". I 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 final payment form established by the Contracting Agency. The venue of all causes of action arising from the advertisement, award, execution, and performance of the contract shall be in the Superior Court of the County where the Contracting Agency's headquarters are located. I - 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 I 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. I Business Day A business day is any day from Monday through Friday except holidays as listed in Section _1 -08.5. 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. • I 25 • 1 1 -02 BID PROCEDURES AND CONDITIONS 1 -02.1 Prequalification of Bidders I Delete this Section and replace it with the following. 1 -02.1 Qualifications of Bidder I (January 24, 2011 APWA GSP) Before award of a public works contract, a bidder must meet at least the minimum 1 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 ") NA Furnished automatically upon award. Contract Provisions 6 Furnished automatically upon award. Large plans (e g , 22" x 6 Furnished only upon 34 ") request. Additional plans and Contract Provisions may be obtained by the Contractor from the source stated in the Call for Bids, at the Contractor's own expense. I 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 1 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 I 26 • ' - '' Business License Number, if applicable. Bids shall be completed by typing or shall be printed in ink by hand, preferably in black ink. The required certifications are included as part of the Proposal Form. I The Contracting Agency reserves the right to arrange the proposal forms with alternates and I additives, if such be to the advantage of the Contracting Agency. The bidder shall bid on all alternates and additives set forth in the Proposal Form unless otherwise specified. I 1 -02.6 Preparation of Proposal (June 27, 2011 APWA GSP) Supplement the second paragraph with the following: I . 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. 1 5. • Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by the signer of the bid. . I _ Delete the last, paragraph, and replace it with the following: I 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 I 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. I 1 -02.7 Bid Deposit (October 1, 2005 APWA GSP) Supplement this section with the following: - . I . Bid bonds shall contain the following: Contracting Agency- assigned number for the project;. I 1. 2. Name of the project; . • 3. The Contracting Agency named as obligee; I 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; . I 2 j: 1 6. The signature of the surety's officer empowered to sign the bond and the power of attorney. If so stated in the Contract Provisions, bidder must use the bond form included in the Contract Provisions. 1 -02.9 Delivery of Proposal (May 4, 2012 APWA GSP) Delete this section and replace it with the following: ' Each proposal shall be submitted in a sealed envelope, with the Project Name and Project Number as stated in the 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 I 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 -02.13 Irregular Proposals 1 (March 13, 2012 APWA. GSP) Revise item 1 to read: I 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'pro.perly 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; r . - 28 _ 1 The Bidder fails to submit DBE Good Faith Effort documentation, if applicable, as required in Section 1 -02.6, or if the documentation that is submitted fails to demonstrate that a Good Faith Effort to meet the Condition of Award was made; k. The Bid Proposal does not constitute a definite and unqualified offer to meet the material terms of the Bid invitation; or I. More than one proposal is submitted for the same project from a Bidder under the same or different names. 1 -02.14 Disqualification of Bidders (March 25, 2009 APWA GSP, Option B) Delete this Section and replace it with the following: A Bidder will be deemed not responsible if: ' 1. the Bidder does not meet the mandatory bidder responsibility criteria in RCW 39.04.350(1), as amended; or 2. evidence of collusion exists with any other Bidder or potential Bidder. Participants in collusion will be restricted from submitting further bids; or 3. the Bidder, in the opinion of the Contracting Agency, is not qualified for the work or to the full extent of the bid, or to the extent that the bid exceeds the authorized prequalification amount as may have been determined by a prequalification of the Bidder; or 4. an unsatisfactory performance record exists based on past or current Contracting Agency work or for work done for others, as judged from the standpoint of conduct of the work; workmanship; or progress; affirmative action; equal employment opportunity practices; -termination for cause; or Disadvantaged Business Enterprise, Minority Business Enterprise, or Women's Business Enterprise utilization; or 5. there is uncompleted work (Contracting Agency or otherwise), which in the " opinion of the Contracting Agency might hinder or prevent the prompt completion of the work bid upon; or 6. the Bidder failed to settle bills for labor or materials on past or current contracts, unless there are extenuating circumstances acceptable to the Contracting ' Agency; or 7. the Bidder has failed to complete a written public contract or has been convicted of a crime arising from a previous public contract, unless there are extenuating 1 circumstances acceptable to the Contracting Agency; or 8. the Bidder is unable, financially or otherwise, to perform the work, in the opinion of the Contracting Agency; or ' 9 there are any other reasons deemed proper by the Contracting Agency. As evidence that the Bidder meets the bidder responsibility criteria above, 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 applicable responsibility criteria, including all - documentation specifically listed in the supplemental 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. • 1 ,: 29 1 The basis for evaluation of Bidder compliance with these supplemental criteria shall be any documents or facts obtained by Contracting Agency (whether from the Bidder or third parties) which any reasonable owner would rely on for determining such compliance, including but not limited to: (i) financial, historical, or operational data from the Bidder; (ii) information obtained directly by the Contracting Agency from owners for whom the Bidder has worked, or other public agencies or private enterprises; and (iii) any additional information obtained by the Contracting Agency which is believed to be relevant to the - matter. If the Contracting Agency determines the Bidder does not meet the bidder responsibility I criteria above and is therefore not a responsible Bidder, the Contracting Agency shall notify the Bidder in writing, with the reasons for its determination. If the Bidder disagrees with this determination, it may appeal the determination within 24 hours of receipt of the Contracting Agency's determination by presenting its appeal to the Contracting Agency. The Contracting Agency will consider the appeal 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 final determination. 1 -02.15 Pre Award Information - (October 1, 2005 APWA GSP) Revise this section to read: Before awarding any contract, the Contracting Agency may require one or more of these items or actions of the apparent lowest responsible bidder: - 1. A complete statement of the origin, composition, and manufacture of any or all materials to be used, 2. Samples of these materials for quality and fitness tests, 3. A progress schedule (in a form the Contracting Agency requires) showing the order of and time required for the various phases of the work, 4. A breakdown of costs assigned to any bid item, 5 Attendance at a conference with the Engineer or representatives of the Engineer, 6. Obtain, and furnish a copy of, a business license to do business -in the city or county where the work is located. - 7. A copy of State of Washington Contractor's Registration, or 8. Any other information or action taken that is deemed necessary to ensure that the bidder . I is the lowest responsible bidder. This section is supplemented with the following: 1 Compliance with Immigration and Naturalization Act The City of Yakima supports the Federal Immigration, Reform and Control Act of 1986, as amended. The City requires that all contactors 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 employee's proof of citizenship and authorization to work in the United States. 1 30 m I E- Verify will be used for newly hired employees during the term o the contact only; it is not to be used for existing employees. The Contractor must remain enrolled in the program for the duration of the contract and be responsible for verification of every applicable subcontractor. If the Contractor has not ' previously filed an E- Verify Compliance Declaration with the City, the Contractor must sign the attached E- Verify Compliance Declaration and submit it to the City prior to being awarded the contract. Failure to do so may be cause for rejection of the bid. AWARD AND EXECUTION OF CONTRACT 1 - 03.1 Consideration of Bids (January 23, 2006 APWA GSP) Revise the first paragraph to'read: After opening and reading proposals, the Contracting Agency will .check .them for ' correctness of extensions of the prices per unit and the total price. If .a discrepancy exists between the price per unit and the extended amount of any bid item, the price per unit will control. If a minimum bid amount has been established for any item and the bidder's unit or ' lump sum price is less than the minimum specified amount, the Contracting Agency will unilaterally revise the unit or lump sum price, to the minimum specified amount and recalculate the extension. The total of extensions, corrected where necessary, including sales taxes where applicable and such additives and /or alternates as selected by the I Contracting Agency, will be used by the Contracting Agency for award purposes and to fix the Awarded Contract Price amount and the amount of the contract bond. 1 -03.3 Execution of Contract (October 1, 2005 APWA GSP) Revise this section to read: ' - Copies Of the Contract Provisions, including the unsigned Form of Contract, will be available for signature by the successful bidder on the first business day following award. The number of copies to be executed by the Contractor will be determined by the Contracting Agency. i 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 I " 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 ' '31 :_" 1 Contracting Agency may grant up to a maximum of TWENTY (20) additional calendar days for return of the documents, provided the Contracting Agency deems the circumstances warrant it. 1 1 -03.4 Contract Bond (October 1, 2005 APWA GSP) Revise the first paragraph to read: The successful bidder shall provide an executed contract bond for the full contract amount. This contract bond shall: 1. Be on a Contracting Agency- furnished form; 2. Be signed by an approved surety (or sureties) that: a. Is registered with the Washington State Insurance Commissioner, and b. Appears on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner, 3. Be conditioned upon the faithful performance of the contract by the Contractor within the prescribed time; 4. Guarantee that the surety shall indemnify, defend, and protect the Contracting Agency against any claim of direct or indirect loss resulting from the failure: a. Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors of the Contractor) to faithfully perform the contract, or b. Of the Contractor (or the subcontractors or lower tier subcontractors of the Contractor) to pay all laborers, mechanics, subcontractors, lower tier subcontractors, materialperson, or any other person who provides supplies or provisions for carrying out the work; 5. Be accompanied by a power of attorney for the Surety's officer empowered to sign the bond; and 6. Be signed by an officer of the Contractor empowered to sign official statements (sole proprietor or partner). If the Contractor is a corporation, the bond must be signed by the president or vice - president, unless accompanied by written proof of the authority of the individual signing the bond to bind the corporation (i.e., corporate resolution, power of attorney or a letter to such effect by the president or vice- president). SCOPE OF WORK 1 1 -04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda (October 1, 2005 APWA GSP) Revise the second paragraph to read: Any inconsistency in the parts of the contract shall be resolved by following this order of precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth)* 1. Addenda, 2. Proposal Form, 3. Special Provisions, including APWA General Special Provisions, if they are included, I 32 1 I 4. Contract Plans, 5. Amendments to the Standard Specifications, 6. WSDOT Standard Specifications for Road, Bridge and Municipal Construction, 7. Contracting Agency's Standard Plans (if any), and 8. WSDOT Standard Plans for Road, Bridge, and Municipal Construction. CONTROL OF WORK t Authority of the Engineer Section 1 -05.1 is supplemented with the following: I Unless otherwise expressly provided in the Contract Drawings, Specifications and Addenda, the means and methods of construction shall be such as the Contractor may choose; subject, however, to the Engineer's right to reject means and methods proposed by the Contractor which (1) will constitute or create a hazard to the work, or to persons or property; or (2) will not produce finished work in accordance with the terms of the Contract. The Engineer's approval of the Contractor's means and methods of construction or his failure to exercise his right to reject such means or methods shall not relieve the Contractor of_the obligation to accomplish the result intended by the Contract; nor shall the exercise of such right to reject create a cause for action for damages. I • The Contracting Agency shall have the authority at all times to issue a stop work order at 9 9 Y Y P no penalty to the Contracting Agency if, in its opinion, working conditions present an undue hazard to the public, property of the work force. Such authority shall not, however, relieve the Contractor of responsibility for the maintenance of safe working conditions or assess any responsibility to the Contracting Agency or Engineer for the identification of any or all I unsafe conditions. 1 -05.4 Conformity With and Deviations from Plans and Stakes Section 1 -05.4 is supplemented with the following: ' Contractor Surveying 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 I 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. Payment No additional payment will be made for Contractor Surveying. All associated costs shall be incidental to the other bid items of the project. • 33. 1 1 -05.7 Removal of Defective and Unauthorized Work (October 1, 2005 APWA GSP) Supplement this section with the following: If the Contractor fails to remedy defective or unauthorized work within the time specified in a written notice from the Engineer, or fails to perform any part of the work required by the Contract Documents, the Engineer may correct and remedy such work as may be identified in the written notice, with Contracting Agency forces or by such other means as the Contracting Agency may deem necessary. If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have work the Contractor refuses to perform completed by using Contracting Agency or other forces. An emergency situation is any situation when, in the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk of loss or damage to the public. Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from monies due, or to become due, the Contractor. Such direct and indirect costs shall include in particular, but without limitation, compensation for additional professional services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized work. No adjustment in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the Contracting Agency's rights provided by this Section. The rights exercised under the provisions of this section shall not diminish the Contracting 1 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. I 34 1 ` 1 1 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. 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 I shall immediately take such corrective measures as are necessary to remedy the listed deficiencies. Corrective work shall be pursued vigorously, diligently, and without interruption until physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied the listed deficiencies have been corrected. If action to correct the listed deficiencies is not initiated within 7 days after receipt of the Y p — 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 3 5 . r 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 1 operating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing, shall be included in the unit contract prices related to the system being tested, unless specifically set forth otherwise in the proposal. Operational and test periods, when required by the Engineer, shall not affect a manufacturer's guaranties or warranties furnished under the terms of the contract. 1 -05.13 Superintendents, Labor and Equipment of Contractor (March 25, 2009 APWA GSP) i Revise the seventh paragraph to read: Whenever the Contracting Agency evaluates the Contractor's qualifications pursuant to Section 1- 02.14, it will take these performance reports into account. 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. 1 1 36 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 I 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 I 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: I . 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 I 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 1 being constructed. At a minimum, compaction within the roadway area shall be to at least 95% of maximum density as determined byASTM D 1557 (Modified Proctor). I Embankment Construction Compaction tests shall be taken at a frequency sufficient to document that the required I density has been achieved. At a minimum, one (1) compaction test shall be taken for every 5000 square feet of surface area for each lift of roadway embankment. I Roadway embankment compaction shall be as specified in Section 2- 03.3(14). Subgrade Preparation Compaction tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for every 5,000 square feet of surface area for each lift of roadway subgrade. I ' Subgrade compaction shall be as specified in Section 2- 06.3(2). I Ballast and Crushed Surfacing 37 1 I Compaction tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for every 5,000 square feet of surface area for each lift of ballast or crushed surfacing. Compaction of ballast and crushed surfacing shall be as specified in Section 4- 04.3(5). 1 Asphalt Concrete Pavement Copies of the maximum Rice density test for each class of asphalt concrete pavement and 1 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 1 has been achieved. At a minimum, one (1) compaction test shall be 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. - r 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. • LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1 1 -07.1 Laws to be Observed (October 1, 2005 APWA GSP) Supplement this section with the following: In cases of conflict between different safety regulations, the more stringent regulation shall ' apply The Washington State Department of Labor and Industries shall be the sole and paramount administrative agency responsible for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973' (WISHA). The Contractor shall maintain at the project site office, or other well known place at the project site, all articles necessary for providing first aid to the injured. The Contractor shall establish, publish, and make known to all employees, procedures for ensuring immediate removal to a hospital, or doctor's care, persons, including employees, who may have been injured on the project site. Employees should not be permitted to work on the project site before the Contractor has established and -made known procedures for removal of injured persons to a hospital or a doctor's care. The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the 1 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 1 38 r 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 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 I , 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 of Revenue a certificate showing that all contract - related taxes have been paid ' (RCW 60.28.051). The Contracting Agency may deduct from its payments to the Contractor - any amount the Contractor may owe the Washington State Department of Revenue, whether the amount owed relates to this contract or not. Any amount so deducted will be paid into the proper State fund. ' 1- 07.2(1) State Sales Tax — Rule 171 ' WAC 458 -20 -171, and its related rules, apply to building, repairing, or improving streets, roads, etc., which are owned by a municipal corporation, or political subdivision of the state, or by the United States, and which are used primarily for foot or vehicular traffic. This ' includes storm or combined sewer systems within and included as a part of the street or road drainage system and power lines when such are part of the roadway lighting system. For work performed in such cases, the Contractor shall include Washington State Retail Sales Taxes in the various unit bid item prices, or other contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the work. ' 1- 07.2(2) State Sales Tax — Rule 170 WAC 458 -20 -170, and its related rules, apply to the constructing and repairing of new or _existing buildings, or other structures, upon real property. This includes, but is not limited to, the construction of streets, roads, highways, etc., owned by the state of Washington; water mains and their appurtenances; sanitary sewers and sewage disposal systems unless such sewers and disposal systems are within, and a part of, a street or road drainage ' 39 r 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. I 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 Section 1 -07.2 is supplemented with the following: (March 13, 1995) 1 The work on this contract is to be performed upon lands whose ownership obligates the Contractor to collect State sales tax from the Contracting Agency. The provisions of Section 1- 07.2(2) apply. 1- 07.5(4) Air Quality This section is supplemented with the following: The local air pollution authority is the Yakima Regional Clean Air Authority, (509) 574 -1410. I 1 - 07.17 Utilities and Similar Facilities This section is supplemented with the following: Locations and dimensions shown in the Plans for existing facilities are in accordance with available information obtained without uncovering, measuring, or other verification. Public and private utilities, or their Contractors, will furnish all work necessary to adjust, relocate, replace, or construct their facilities unless otherwise provided for in the Plans or these Special Provisions. Such adjustment, relocation, replacement, or construction will be done during the prosecution of the work for this project. It shall be the contractor's responsibility to presence ate the resence and location of all q utilities prior to bid opening and assess their impacts on his construction activities. 40 The following addresses and telephone numbers of utility companies known or suspected of having facilities within the project limits are supplied for the Contractor's convenience: ' QWEST 8 W. 2 Ave., Room 304, Yakima, WA 98902 509 - 575 -7183 Charter Communications 1005 N. 16 Ave.,, Yakima, WA 98902 509 - 575 -1697 ' City of Yakima Water Div. 2301 Fruitvale Blvd., Yakima, WA 98902 509 - 575 -6154 City of Yakima Wastewater Div 2220 E. Viola, Yakima, WA 98901 509 - 575 -6077 ' Cascade Natural Gas Corp. 401 N. 1 Street, Yakima, WA 98901 509-457-5905 Pacific Power PO Box 1729, Yakima, WA 98907 509 - 575 -3146 The Contractor shall notify the Upper Yakima Valley Utilities Coordinating Council -Area 5, telephone number 1- 800 - 553 -4344, at least 72 hours prior to start of excavation so that underground utilities may be marked. No excavation shall begin until all known facilities, in ' the vicinity of the excavation area, have been located and marked. Utilities, new or old, may be renewed, relocated, or adjusted for .the proposed construction. t The Contractor shall, prior to beginning any work, meet with all utility organizations (public and private) in the field to familiarize himself with plans and schedules of the installations ,. on new, relocated, or adjusted utilities. Both public and private utility organizations may be ' doing utility installations within the area. The proposed construction work must be coordinated with these utility installations. The Contractor shall coordinate his work with other contractors who may be working in the I project area and cooperate with them. 1 -07.18 Public Liability and Property Damage Insurance - Delete this section in its entirety, and replace it with the following: 1 -07.18 Insurance (January 24, 2011 APWA GSP) I 1- 07.18(1) General Requirements A. The Contractor shall obtain the insurance described in this section from insurers approved by the State Insurance Commissioner pursuant to RCW Title 48. The insurance must be • provided by an insurer with a rating of A -: VII or higher in the A.M. Best's Key Rating Guide, which is licensed to do business in the state of Washington (or issued as a surplus line by a Washington Surplus lines broker). The Contracting Agency reserves the right to approve or 1 reject the insurance provided, based on the insurer (including financial condition), terms and coverage, the Certificate of Insurance, and /or endorsements. ' B. The Contractor shall keep this insurance in force during the term of the contract and for thirty (30) days after the Physical Completion date, unless otherwise indicated (see C. below). C. If any insurance policy is written on a claims made form, its retroactive date, and that of all subsequent renewals, shall be, no later than the effective date of this Contract. The policy shall state that coverage is claims made, and state the retroactive date. Claims -made form e coverage shall be maintained by the Contractor for a minimum of 36 months following the 41 1 Final Completion or earlier termination of this contract, and the Contractor shall annually provide the Contracting Agency with proof of renewal. If renewal of the claims made form of coverage becomes unavailable, or economically prohibitive, the Contractor shall purchase 1 an extended reporting period ( "tail ") or execute another form of guarantee acceptable to the Contracting Agency to assure financial responsibility for liability for services performed. D. The insurance policies shall contain a "cross liability" provision. E. The Contractor's and all subcontractors' insurance coverage shall be primary and non- contributory insurance as respects the Contracting Agency's insurance, self- insurance, or insurance pool coverage. F. The Contractor shall provide the Contracting Agency and all Additional Insureds with written 1 notice of any policy cancellation, within two business days of their receipt of such notice. G. Upon request, the Contractor shall forward to the Contracting Agency a full and certified i copy of the insurance policy(s). H. The Contractor shall not begin work under the contract until the required insurance has been 1 obtained and approved by the Contracting Agency. I. Failure on the part of the Contractor to maintain the insurance as required shall constitute a 1 material breach of contract, upon which the Contracting Agency may, after giving five business days notice to the Contractor to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the Contracting Agency on demand, or at the sole discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting Agency. J. All costs for insurance shall be incidental to and included in the unit or lump sum price s of the contract and no additional payment will be made. 1- 07.18(2) Additional Insured All insurance policies, with the exception of Professional Liability and Workers Compensation, shall name the following listed entities as additional insured(s). • the Contracting Agency and its officers, elected officials, employees, agents, and volunteers • appointed officials • Washington State Department of Transportation employees, agents, and volunteers. The above - listed entities shall be additional insured(s) for the full available limits of liability maintained by the Contractor, whether primary, excess, contingent or otherwise, irrespective of whether such limits maintained by the Contractor are greater than those required by this Contract, and irrespective of whether the Certificate of Insurance provided by the Contractor pursuant to 1- 07.18(3) describes limits lower than those maintained by the Contractor. 1- 07.18(3) Subcontractors Contractor shall ensure that each subcontractor of every tier obtains and maintains at a minimum the insurance coverages listed in 1- 07.18(5)A and 1- 07.18(5)B. Upon request of the Contracting Agency, the Contractor shall provide evidence of such insurance. 42 ', • 1-07.18(4) Evidence of Insurance ' The Contractor shall deliver to the Contracting Agency a Certificate(s) of Insurance and endorsements for each policy of insurance meeting the requirements set forth herein when the Contractor delivers the signed Contract for the work. The certificate and endorsements must t conform to the following requirements: 1. An ACORD certificate or a form determined by the Contracting Agency to be equivalent. 2. Copies of all endorsements naming Contracting Agency and all other entities listed in 1- 07.18(2) as Additional Insured(s), showing the policy number. The Contractor may submit a copy of any blanket additional insured clause from its policies instead of a separate endorsement. A statement of additional insured status on an ACORD Certificate of Insurance shall not satisfy this requirement. 3. Any other amendatory endorsements to show the coverage required herein. 1- 07.18(5) Coverages and Limits The insurance shall provide the minimum coverages and limits set forth below. Providing coverage in these stated minimum limits shall not be construed to relieve the Contractor from liability in excess of such limits. All deductibles and self- insured retentions must be disclosed and are subject to approval by the Contracting Agency. The cost of any claim payments falling within the deductible shall be the responsibility of the Contractor. 1- 07.18(5)A Commercial General Liability A policy of Commercial General Liability Insurance, including. Per project aggregate 111 Premises /Operations Liability `. Products /Completed Operations — for a period of one year following final acceptance of the work. ' Personal /Advertising Injury Contractual Liability Independent Contractors Liability Stop Gap / Employers' Liability t Explosion, Collapse, or Underground Property Damage (XCU) Blasting (only required when the Contractor's work under this Contract includes exposures to which this specified coverage responds) ' Such policy must provide the following minimum limits: $1,000,000 Each Occurrence ' $2,000,000 General Aggregate $1,000,000 Products & Completed Operations Aggregate $1,000,000 Personal & Advertising Injury, each offence Stop Gap / Employers' Liability $1,000,000 Each Accident $1,000,000 Disease - Policy Limit $1,000,000 Disease - Each Employee 43 1 1 1- 07.18(5)B Automobile Liability Automobile Liability for owned, non - owned, hired, and leased vehicles, with an MCS 90 endorsement and a CA 9948 endorsement attached if "pollutants" are to be ° transported. Such policy(ies) must provide the following minimum limit: $1,000,000 combined single limit 1- 07.18(5)C Workers' Compensation e The Contractor shall comply with Workers' Compensation coverage as required by the Industrial Insurance laws of the state of Washington. • Public Convenience and Safety 1 Construction Under Traffic Section 1- 07.23(1) is supplemented with the following. (January 2, 2012) Work Zone Clear Zone The Work Zone Clear Zone (WZCZ) applies during working and nonworking hours. The WZCZ applies only to temporary roadside objects introduced by the Contractor's operations and does not apply to preexisting conditions or permanent Work. Those work operations that are actively in progress shall be in accordance with adopted and approved Traffic Control Plans, and other contract requirements. During nonworking hours equipment or materials shall not be within the WZCZ unless they are protected by permanent guardrail or temporary concrete barrier. The use of temporary concrete barrier shall be permitted only if the Engineer approves the installation and location. During actual hours of work, unless protected as described above, only materials absolutely necessary to construction shall be within the WZCZ and only construction vehicles absolutely necessary to construction shall be allowed within the WZCZ or allowed to stop or park on the shoulder of the roadway. The Contractor's nonessential vehicles and employees private vehicles shall not be permitted to park within the WZCZ at any time unless protected as described above Deviation from the above requirements shall not occur unless the Contractor has requested the deviation in writing and the Engineer has provided written approval. Minimum WZCZ distances are measured from the edge of traveled way and will be determined as follows: 1 1 Regulatory` Distance Troth Posted Speed Traveled Way . �; (Feet) 35 mph or less 10 * 40 mph 15 ' 45 to 55 mph 20 60 mph or greater 30 * or 2 - feet beyond the outside edge of sidewalk ' Minimum Work Zone Clear Zone Distance ' 1 -07.24 Rights of Way (October 1, 2005 APWA GSP) Delete this section in its entirety, and replace it with the following: ' Street right of way lines, limits of easements, and limits of construction permits are indicated in the Plans. The Contractor's construction activities shall be confined within these limits, t unless arrangements for use of private property are made. Generally, the Contracting Agency will have obtained, prior to bid opening, all rights of way I 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. I 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. t 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 - 45 _ 1 disturbed or otherwise interfered with by reasons of construction pursued under this contract. The statement shall be signed by the private property owner, or proper authority acting for the owner of the private property affected, stating that permission has been granted to use the property and all necessary permits have been obtained or, in the case of a release, that the restoration of the property has been satisfactorily accomplished. The statement shall include the parcel number, address, and date of signature. Written releases must be filed with the Engineer before the Completion Date will be established. 1 -08 PROSECUTION AND PROGRESS Add the following new section: 1 -08.0 Preliminary Matters (May 25, 2006 APWA GSP) ' Add the following new section: 1- 08.0(1) Preconstruction Conference (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; 1 3. To establish and review procedures for progress payment, notifications, approvals, submittals, etc.; 4. To establish normal working hours for the work; 1 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 breakdovvn 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 1- 08.0(2) Hours of Work (June 27, 2011 APWA GSP) 1 Except in the case of emergency or unless otherwise approved by the Contracting Agency, the normal straight time working hours for the contract shall be any consecutive 8 -hour period between 7:00 a.m. and 6:00 p.m. of a working day with a maximum 1 -hour lunch break and a 5 -day work week. The normal straight time 8 -hour working period for the 1 - 46 1 contract shall be established at the preconstruction conference or prior to the Contractor commencing the work. ' Written permission from the Engineer is required, if a Contractor desires to perform work on holidays, Saturdays, or Sundays; before 7:00 a.m. or after 6:00 p.m. on any day; or longer ' than an 8 -hour period on.any day. The Contractor shall apply in writing to the Engineer for such permission, no later than noon on the working day prior to the day for which the Contractor is requesting permission to work. ' Permission to work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and between the hours of 10:00 p.m. and 9:00 a.m. on weekends or holidays may also be ' subject to noise control requirements. Approval to continue work during these hours may be revoked at any time the Contractor exceeds the Contracting Agency's noise control regulations or complaints are received from the public or adjoining property owners regarding the noise from the Contractor's operations. The Contractor shall have no claim for ' damages or delays should such permission be revoked for these reasons. Permission to work Saturdays, Sundays, holidays, or other than the agreed upon normal ' straight time working hours Monday through Friday may be given subject to certain other conditions set forth by the Contracting Agency or Engineer. These conditions may include but are not limited to: I The Engineer may require designated representatives to be present during the work. Representatives who may be deemed necessary by the Engineer include, but are not limited to: survey crews; personnel from the Contracting Agency's material I testing lab; inspectors; and other Contracting Agency employees when in the opinion of the Engineer, such work necessitates their presence. On non - Federal aid projects, requiring the Contractor to reimburse the Contracting t Agency for the costs in excess of straight -time costs for Contracting Agency representatives who worked during such times. U Considering the work performed on Saturdays, Sundays, and holidays as working ' days with regard to the contract time. O 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. 1 - 08.1 Subcontracting - D /M/WBE Reporting (October 10, 2008 APWA GSP; may not be used on FHWA- funded projects) Revise the eighth paragraph to read: ' On all projects funded with Contracting Agency funds only, the Contractor shall certify to the actual amounts paid Disadvantaged, Minority, or Women's Business Enterprise firms that were used as subcontractors, lower tier subcontractors, manufacturers, regular dealers, or ' service providers on the contract. This certification shall be submitted to the Engineer, on the form provided by the Engineer, 20 calendar days after physical completion of the contract, whichever comes first. 1 • ' 47 • 1 1 -08.3 Progress Schedule This section is supplemented with the following: The Contractor shall prepare and submit to the Engineer a Construction Progress and Completion Schedule using the Bar Graph or Critical Path Method. Items in the Schedule shall be arranged in the order and sequence in which they will be performed. The schedule shall conform to the working modification by the Engineer. The schedule shall be drawn to a time scale, shown along the base of the diagram, using an appropriate measurement per day with weekends and holidays indicated. The Construction Progress Schedule shall be continuously updated and, if necessary, redrawn upon the first working day of each month or upon issuance of any Change Order, which substantially affects the scheduling. Copies (2 prints or 1 reproducible of newly updated Schedules shall be forwarded to the Engineer, , as directed, immediately upon preparation. If the Contractor proceeds with work not indicated on this weekly activity schedule, or in a sequence differing form the which he has shown on this schedule, the Engineer may order the Contractor to delay unscheduled activities until they are included on a subsequent weekly activity schedule. 1 -08.4 Prosecution of Work Delete this section in its entirety, and replace it with the following: 1 1 -08.4 Notice to Proceed and Prosecution of Work (June 27, 2011 APWA GSP) 1 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 48 . 1 -08.5 Time for Completion Section 1 -08.5 is supplemented with the following: (June 28, 2007 APWA GSP, Option B) Revise the third and fourth paragraphs to read: ' Contract time shall begin on the first working day following the 10th calendar day after the Notice to Proceed date. If the Contractor starts work on the project at an earlier date, then ' contract time shall begin on the first working day when onsite work begins. Each working day shall be charged to the contract as it occurs, until the contract work is ' 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 elects to work 10 hours a day and 4 days a week (a 4 -10 schedule) and the fifth day of the week in which a 4 -10 shift is worked would ordinarily be charged as a working day, then the fifth day ' of that week will be charged as a working day whether or not the Contractor works on that day. Revise the sixth paragraph to read: The Engineer will give the Contractor g g for 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 (Federal -aid Projects) b. Material Acceptance Certification Documents c. Annual Report of Amounts Paid as MBE/WBE Participants or Quarterly Report of Amounts Credited as DBE Participation, as required by Contract Provisions. ' d. Final Contract Voucher Certification - e. Property owner releases per Section 1 -07.24 (March 13, 1995) This project shall be physically completed within * ** 60 * ** working days 1 ' 49 - 1 All work adjacent to the Yakima Speedway (Sta. 58 +00 to Sta. 72 +25) shall be completed prior to February 7, 2013 1 -08.9 Liquidated Damages (March 13, 2012 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. MEASUREMENT AND PAYMENT 1 -09.6 Force Account • (October 10, 2008 APWA GSP) 1 Supplement this section with the following: The Contracting Agency has estimated and included in the Proposal, dollar amounts for all items to be paid per force account, only to provide a common proposal for Bidders. All such dollar amounts are to become a part of Contractor's total bid. However, the Contracting Agency does not warrant expressly or by implication, that the actual amount of work will - correspond with those estimates. Payment will be made on the basis of the amount of work actually authorized by Engineer. 1 -09.9 Payments (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 1 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. 50 - 1 t Progress payments for completed work and material on hand will be based upon progress t 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. 1 4. Change Orders — entitlement for approved extra cost or completed extra work as determined by the Engineer. ' Progress payments will be made in accordance with the progress estimate less: 1. Retainage per Section 1- 09.9(1), on non FHWA- funded projects; 2. The amount of progress payments previously made; and 3. Funds withheld by the Contracting Agency for disbursement in accordance with the Contract Documents. Progress payments for work performed shall not be evidence of acceptable performance or an admission by the Contracting Agency that any work has been satisfactorily completed. The determination of payments under the contract will be final in accordance with Section 1 -05.1. ' Supplement this section with the following: Lump sum item breakdowns are not required when the bid price for the lump sum item is less than $20,000. TEMPORARY TRAFFIC CONTROL Traffic Control Management General Section 1 -10 2(1) is supplemented with the following: 51 -- _ ._. 1 1 (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 Measurement Lump Sum Bid for Project (No Unit Items) Section 1- 10.4(1) is supplemented with the following' (August 2, 2004) The proposal contains the item "Project Temporary Traffic Control," lump sum. The provisions of Section 1 -10 4(1) shall apply. DIVISION 2 EARTHWORK CLEARING, GRUBBING, AND ROADSIDE CLEANUP Description Section 2 -01.1 is supplemented with the following: (March 13, 1995) Clearing and grubbing on this project shall be performed within the following limits: From station 50 +20 to station 72 +25 of the proposed sewer main alignment, 10 feet on each side of the alignment for a total width of 20 feet. It will include the removal and I 52 ' 1 disposal of 34 trees between 6 inch and 16 inch diameter in size and the removal and disposal of approximately 110 tree stumps approximately 3 -feet in diameter. 1 REMOVAL OF STRUCTURES AND OBSTRUCTIONS Construction Requirements Section 2 -02.3 is supplemented with the following: ' Prior to removal, the Contractor shall use a vertical saw cut to delineate the areas of pavement removal from those areas that pavement is to remain. ' Concrete curb, 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 to a neat vertical and straight transverse horizontal line to provide a matching joint for the new construction. The materials to be removed under this section shall become the property of the Contractor. t 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. (February 17, 1998) Removal of Obstructions Approximately 500 used tires that are stacked along the southeast corner of the track shall I be removed and disposed of at the Yakima County Landfill 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, per inch depth, which includes all labor and equipment required to make the cut. 2 -02.5 Payment This section is supplemented by adding the following pay item: t "Saw Cut, Per Inch Depth ", per linear foot. 1 1 I 53 1 2 -07 WATERING 2 -07.3 Construction Requirements 1 Supplement this section 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, 1 the contractor shall make certain that the hydrant valve is fully open in order to prevent damage to the hydrant valve. A metered hydrant connection furnished by the water utility shall be used as an auxiliary valve on the outlet line for control purposes. Fire hydrant valves shall be closed slowly to avoid a surge in the system causing undue pressure on the water lines. The Contractor shall carefully note the importance of following these directions. If a hydrant is damaged due to the Contractor or an employee of the Contractor, the Contractor shall immediately notify the water utility so that the damage can be repaired as quickly as possible. Upon completing the use of the hydrants, the Contractor shall notify the water utility so that the hydrants may be inspected for possible damage. Any damage resulting from the use of the hydrants by the Contractor will be repaired by the water utility, and the cost thereof shall be withheld, if necessary, from the final payment to the Contractor. The Contractor shall furnish all equipment and tools, except the metered hydrant connection, I that may be necessary to meet the requirements of the water distribution agency pertaining to hydrant us. Violation of these requirements will result in fines and will lay the Contractor liable for damage 9 suits because of malfunctioning of damaged fire hydrants, in the event of fire. 2 -07.4 Measurement This section is revised to read: Water will be measured with the metered hydrant connection 2 -07.5 Payment This section is revised to read as follows: Water will be furnished by the water utility without charge, but the Contractor shall convey the water from the nearest convenient hydrant or other source at his expense. I 1 1 54 1 2 -09 STRUCTURE EXCAVATION Construction Requirements Construction Requirements, Structure Excavation, Class A ' Excavation Using Open Pits — Extra Excavation Section 2- 09.3(3)B is supplemented with the following: ' (BSP October 13, 2003) Extra excavation and open pit excavation, as defined in this section, will not be ' allowed at the following location(s): * ** On the west side-of the trench from Station 55 +10 (8' Rt.) to Station 56 +20 ' (8' Rt.) in the vicinity of the ice rink. * ** The Contractor shall shore excavations at the locations specified above in accordance with Section 2- 09.3(3)D. The Contractor shall submit shoring plans to the Engineer for approval in accordance with Section 2- 09.3(3)D. 2 -09.4 Measurement I = The second paragraph, Horizontal Limits, is revised to read: The horizontal limits shall be as detailed in the Plans. I The second sentence of the paragraph titled, Shoring or Extra Excavation, is revised to read: Shoring or Extra Excavation Class B will be measured by the linear foot. 2 -09.5 Payment Revise the item: "Shoring or Extra Excavation Class B ", per square foot To read: "Shoring or Extra Excavation Class B ", per linear foot. t Revise the two paragraphs immediately following the above item as follows: Replace "per square foot ", wherever it appears, with "per linear foot ". I 55 1 DIVISION 5 1 SURFACE TREATMENTS AND PAVEMENTS HOT MIX ASPHALT 5 - 04.3 Construction Requirements 1 5- 04.3(5)E Pavement Repair This section is supplemented with the following: 1 In areas where work is to be done below existing asphalt concrete pavement, the asphalt shall be repaired as follows: Six inches of crushed surfacing base course shall be placed and compacted to within three inches of the finished grade. Then, the edges of the existing pavement shall be painted with a hot asphalt tack coat, and hot mix asphalt shall be placed and compacted with hand tampers and a patching roller. The completed patch shall match the existing paved surface for texture, density and 1 uniformity of grade. The joint between the patch and existing pavement shall then be painted with hot asphalt cement or asphalt emultion and shall be immediately covered with dry paving sand before the asphalt cement solidifies. 1 5- 04.3(7)A Mix Design (March 10, 2010 APWA GSP) I Delete this section and replace it with the following; 1. General. Prior to the production of HMA, the Contractor shall determine a design aggregate structure and asphalt binder content in accordance with WSDOT Standard Operating Procedure 732. Once the design aggregate structure and asphalt binder content have been determined, the Contractor shall submit the HMA mix design on DOT form 350 -042 demonstrating the design meets the requirements of Sections 9- 03.8(2) and 9- 03.8(6) HMA accepted by nonstatistical evaluation requires a mix design verification. For HMA accepted by commercial evaluation only the first page of DOT form 350 -042 and the percent of asphalt binder is required. In no case shall the paving begin before the determination of anti -strip requirements has been made. Anti - strip requirements will be determined by: 1 a. Testing by WSDOT in accordance with TM 718. b. Testing by Contractor in accordance with WSDOT TM 718 c. Historical aggregate source ant -strip use provided by WDOT. The mix design will be the initial Job Mix Formula (JMF) for the HMA being produced. Any additional adjustments to the JMF will require the approval of the Project Engineer and may be made per Section 9 -03 8(7). 2. Mix Design Verification. Verification shall be accomplished by one of the following 1 processes 1 56 1 a. Submit samples to WSDOT State Materials Lab for WSDOT verification testing in accordance with WSDOT Standard Specifications. b. The contracting agency will perform tests to verify the mix design in accordance with the Field Verification Testing Process. c. Reference a mix design that has been previously verified by the Field ' Verification Testing Process or verified by WSDOT State Materials Lab on a previous project. d. Perform Field Verification Testing on a sample of HMA provided by the Contractor prior to paving. Mix design verification is valid for one year from the date of verification. At the discretion of the Engineer, agencies may accept mix designs verified beyond the verification year with certification from the Contractor that the materials and sources are the same as those shown on the original mix design. 3. Field Verification Testing Process. The Contracting agency will collect three Production Samples of HMA on the first day of paving per AASHTO T 168 sampling procedures. - I a. The Contracting agency will test one Production Sample in accordance with section 5- 04.3(8)A for field verification per the requirements of Section 9- 03.8(7). b. If the test results from the first Production Sample are within the tolerances of section 9- 03.8(7), the mix design will be considered verified ' and the test results will be used as acceptance sample number one. c. If the test results from the first Production Sample are outside the tolerances of section 9- 03.8(7), the other two samples will be tested and the results of all three tests will be used for acceptance in accordance with Section 5- 04.5(1) and will be used in the calculation of the CPF the maximum CPF shall be 1.00. 4. Prior to the first day of paving, six Ignition Furnace Calibration Samples shall be obtained to calibrate the Ignition Furnaces used for acceptance testing of the HMA. Calibration samples shall be provided by the Contractor when directed by the Engineer. Calibration samples shall be prepared in accordance with WSDOT SOP 728. 5- 04.3(8)A1, General (March 10, 2010 APWA GSP) Delete these sections and replace them with the following: Acceptance of HMA shall be as defined under nonstatistical or commercial evaluation. Nonstatistical evaluation will be used for all HMA not designated as Commercial HMA in the contract documents. Commercial evaluation will be used for Commercial HMA and for other classes of HMA in the following applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores, prelevel, and pavement repair. Other nonstructural applications of HMA accepted by commercial evaluation shall be as approved by the Project Engineer. Sampling and testing ' 57 of HMA accepted by commercial evaluation will be at the option of the Project Engineer. Commercial HMA can be accepted by a contractor certification letter stating the material meets the HMA requirements defined in the contract. 1 5- 04.3(8)A4, Definition of Sampling Lot and Sublot (March 10, 2010 APWA GSP) 1 Delete this section and replace it with the following: For the purpose of acceptance sampling and testing, a lot is defined as the total quantity of material or work produced for each job mix formula (JMF) placed. Only one lot per mix design will be expected to occur. - The initial JMF is defined in Section 5- 04.3(7)A Mix Design. The Contractor may request a change in the JMF in accordance with Section 9- 03.8(7). If the request is approved, all of the material produced up to the time of the change will be evaluated on the basis of tests on samples taken from that material and a new lot will begin. For proposal quantities less then 2500 tons sampling and testing for evaluation shall be performed as described in 5- 04.3(7)A, item 3, Field Verification Testing Process. The verification sample referenced in item 3b may be used as an acceptance sample, additional testing will be at the discretion of the Engineer. When using a previously verified mix design, testing for volumetric properties may be waived at the engineer's discretion. At least one acceptance sample is required when using this method of acceptance. For proposal quantities greater than 2500 tons sampling and testing for evaluation shall be performed as described in 5- 04.3(7)A, item 3, Field Verification Testing Process, for the first 2500 tons of mix placed. The verification sample referenced in item 3b may be used as an acceptance sample for the first 2500 tons of mix placed. Additional testing will be at the rate of one sample 'per 800 tons of mix placed or as directed by the Engineer When using a previously verified mix design, testing for volumetric properties may be waived at the engineer's discretion. 5- 04.3(8)A5, Test Results • (March 10, 2010 . APWA GSP) Delete this section and replace it with the following: 1 The Engineer will furnish the Contractor with a copy of the results of all acceptance testing performed in the field at the beginning of the next paving shift. The Engineer will also provide the Composite Pay Factor (CPF) of the completed sublots after three sublots have been produced. The CPF will be provided by the midpoint of the next paving shift after sampling. Sublot sample test results (gradation and asphalt binder content) may be challenged by the Contractor. For HMA mixture accepted by statistical evaluation with a mix design that did not meet the verification tolerances, the test results in the test section including the percent air voids. (Va) may be challenged. To challenge test results, the Contractor shall submit a written challenge within 7- calendar days after receipt of the specific test results. A split of the original acceptance sample will be sent for testing to either the Region Materials Laboratory or the State Materials Laboratory as determined by the Project Engineer. The split of the sample with challenged results will not be tested with the same equipment or by the same tester that ran the original acceptance test. The challenge sample will be tested for a complete gradation analysis and for asphalt binder content. The • 58 1 1 results of the challenge sample will be compared to the original results of the acceptance sample test and evaluated according to the following criteria: t Deviation U.S. No. 4 sieve and larger Percent passing ±4.0 ' U.S. No. 8 sieve Percent passing ±2.0 U.S. No. 200 sieve Percent passing ±0.4 Asphalt binder Percent binder content ±0.3 ' Va Percent Va ±0.7 If the results of the challenge sample testing are within the allowable deviation established t above for each parameter, the acceptance sample test results will be used for acceptance of the .HMA. The cost of testing will be deducted from any monies due or that may come due the Contractor under the Contract at the rate of $250 per challenge sample. If the results of the challenge sample testing are outside of any one parameter established above, the challenge sample will be used for acceptance of the HMA and the cost of testing will be the Contracting Agency's responsibility. ' 5- 04.3(8)A7 Test Section — HMA Mixtures (March,10, 2010 APWA GSP) ' Delete this section. 5 -04.5 Payment ' Add the following pay item: - "Pavement Repair ", per square yard. The unit contract price per square yard for "Pavement Repair" shall be full compensation for the complete repair of the paved roadway surface due to trenching, including furnishing all materials required, and all labor and equipment needed to place and compact the crushed surfacing base course and the HMA pavement. I 5- 04.5(1)A Price Adjustments for Quality of HMA Mixture (March 10, 2010 APWA GSP) I • Delete the first paragraph and table and replaced them with the following: Statistical analysis of quality of gradation and asphalt content will be performed based on Section 1 -06.2 using the following price adjustment factors: Table of Price Adjustment Factors 111 Constituent Factor "f" All a ggregate passing: 1 % ", 1 ", 3 /4 ", % ", 3/8" and No. 4 sieves 2 All aggregate passing No. 8 15 All aggregate passing No. 200 sieve 20 Asphalt binder 52 Delete items 1 -3 in Paragraph two and replaced with the following: ' 59 - 1 1 A pay factor will be calculated for sieves listed in Section 9- 03.8(7) for the class of HMA and for the asphalt binder. 1 1. Nonstatistical Evaluation. Each lot of HMA produced under Nonstatisical Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit contract price with no further evaluation. When one or more constituents fall outside the nonstatistical acceptance tolerance limits in Section 9- 03.8(7), the lot shall be evaluated in accordance with Section 1 -06.2 to determine the appropriate CPF. The nonstatistical tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or samples from the street shall be tested to provide a minimum of three sets of results for evaluation. 2. 'Commercial Evaluation. If sampled and tested, HMA produced under Commercial Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit contract price with no further evaluation. When one or more constituents fall outside the commercial acceptance tolerance limits in Section 9- 03.8(7), the lot shall be evaluated to determine the appropriate CPF. The commercial tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or samples from the street shall be tested to provide a minimum of three sets of results for evaluation. For each lot of HMA produced under Nonstatistical or Commercial Evaluation when the calculated CPF is less than 1.00, a Nonconforming Mix factor (NCMF) will be determined. The NCMF equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent. The Job Mix Compliance Price Adjustment will be calculated as the product of the NCMF, the quantity of HMA in the lot in tons, and the unit contract price per ton of the mix. If a constituent is not measured in accordance with these Specifications, its individual pay factor will be considered 1.00 in calculating the composite pay factor. 1 5- 04.5(1)B Price Adjustments for Quality of HMA Compaction (March 10, 2010 APWA GSP) 1 Delete this section and replace it with the following: The maximum CPF of a compaction lot is 1.00 For each compaction lot of HMA when the CPF is less than 1.00, a Nonconforming Compaction Factor (NCCF) will be determined. THE NCCF equals the algebraic difference of CPF minus 1.00 multiplied by 40 percent. The Compaction Price Adjustment will be calculated as the product of the NCCF, the quantity of HMA in the lot in tons and the unit contract price per ton of the mix. 1 1 60 1 I DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY I SEWERS, WATER MAINS, AND CONDUITS I MANHOLES, INLETS, CATCH BASINS AND DRYWELLS 7 -05.5 Payment I This section is supplemented with the following: Payment for manhole construction shall be full compensation for foundation construction I including - crushed surfacing and cement concrete, excavation and backfilling, and adjustment of the manhole to finished grade including trimming and removal of asphalt concrete pavement, cement concrete pad, tack coat and HMA pavement, complete and in I place. Shoring or extra excavation class B shall be included in the unit contract price for "Shoring or Extra Excavation Class B," as measured per linear foot of pipeline installed, and no separate payment will be made for that work required for manhole construction. I GENERAL PIPE INSTALLATION REQUIREMENTS I 7 -08.3 ., Construction Requirements 7- 08.3(1)A Trenches I _` (November 22, 2011 CITY GSP) Supplement paragraph 10 of this section with the following: n Trench dewatering may be required for this project. The Contractor is advised that the existing . water table has not been determined and may vary seasonally. The Contractor I shall provide the Engineer with his proposed plan for dewatering the trench, and shall not begin work until the plan has been approved. The plan shall be in compliance with all Federal, State and Local regulations. All permits that may be required for dewatering shall I be the responsibility of, and be obtained by the Contractor, and shall be noted in the plan. Dewatering shall be considered incidental to " - Inch Sanitary Sewer Pipe, in Place ". 7- 08.3(1)C Bedding the Pipe I This section is supplemented with the following: The imported pipe bedding to be utilized for the trench backfill shall be crushed gravel, I placed and compacted in layers as designated by the Engineer. The crushed gravel backfill shall consist of the fine product resulting for crushing stone and shall conform to section 9- 03.9(3) CRUSHED SURFACING TOP COURSE. I 7- 08.3(2)A Survey Line and Grade Replace the second paragraph of this section with the following: I The Contractor shall use laser equipment for establishing line and grade in the ditch for laying the sanitary sewer pipe I 61 1 7- 08.3(2)B Pipe Laying — General Add the following to this section: Detectable marker tape shall be installed over non - metallic sewer lines. The tape shall be placed approximately three feet above the top of the pipe and shall extend its full length. The horizontal location of the tape shall vary no more than two feet from the centerline 1 alignment of the sanitary sewer. 7- 08.3(3) Backfilling This section is supplemented with the following: Street crossing trenches and other locations as directed by the Engineer shall be backfilled for the full depth of the trench with select backfill meeting the requirements for crushed surfacing top course, Section 9- 03.9(3) of the Standard Specifications. 7 - 17 SANITARY SEWERS 7 -17.2 Materials Add the following: The sanitary sewer pipe approved for use on this project shall be one of the following: 1 Plain Concrete Storm Sewer Pipe 9- 05.7(1) Reinforced Concrete Storm Sewer Pipe 9- 05.7(2) Solid Wall PVC Sanitary Sewer Pipe 9- 05.12(1) Profile Wall PVC Sanitary Sewer Pipe 9- 05.12(2) - Polypropylene Sanitary Sewer Pipe 9 -05 2 I Detectable Marker Tape shall be a detectable type and shall be marked "SEWER" and shall conform to section 9 -15.18 of the Standard Specifications. 7 -17.5 Payment Add the following pay items: - Inch Sanitary Sewer Pipe, in Place ", per linear foot. The unit contract price per linear foot for " - Inch Sanitary Sewer Pipe, in Place ", shall 1 be full compensation for all labor, tools, equipment and materials necessary to complete this item in place as shown on the Plans, including structure excavation class B including haul, trench dewatering, bedding imported pipe bedding material in the pipe zone, laying and 1 jointing of pipe, fittings, connection to new or existing manholes, backfilling, flushing, testing and cleanup. "Shoring or Extra Excavation ", per linear foot. The unit contract price per linear foot for "Shoring or Extra Excavation," shall be full compensation for providing either shoring to limit the width of excavation and provide safe trench conditions, or extra excavation and backfill to slope the trench sides, including surface restoration beyond the designated payment limits. 62 1 1 "Select Backfill, as Directed ", per cubic yard. The unit contract price per cubic yard for "Select Backfill, as Directed ", shall be full compensation for furnishing, hauling, placing and compacting the material, where directed by the Engineer. Delete the pay item "Testing Sewer Pipe ", per linear foot, and replace the fourth paragraph with the following: - I No separate measurement and payment will be made for testing sewer pipe. Payment for cleaning and testing sewer pipe shall be included in the price bid for " - Inch Sanitary Sewer Pipe, in Place" and no additional payment will be made therefor. DIVISION 8 ' MISCELLANEOUS CONSTRUCTION EROSION CONTROL AND WATER POLLUTION CONTROL ' 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 30 days October 1 through June 30 15 days ' Submittals Section 8- 01.3(1)A is supplemented with the following: (April 3, 2006) Prior to beginning any concrete or grinding work, the Contractor shall submit a plan, for the Engineer's review and approval, outlining the procedures to be used ' to prevent high pH stormwater or dewatering water from entering surface waters. The plan shall include how the pH of the water will be maintained between pH 6.5 and pH 8.5 prior to being discharged from the project or entering surface waters. I 63 I 8 -30 REPAIR OR REPLACEMENT (New Section) 8 -30.1 Description The work shall consist of repair of any incidental damages to landscaping, fencing, private irrigation, top soil, turf, reconnection or realignment of side services to the new sanitary sewer trunkline, or other miscellaneous items within or adjacent to the project area. This includes complete replacement of items that are beyond repair as determined by the Engineer. 8 -30.5 Payment Payment will be made for the following bid items: "Repair or Replacement ", by force account. 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. 1 DIVISION 9 MATERIALS 9 -03 AGGREGATES 9- 03.8(7) HMA Tolerances and Adjustments (March 10, 2010 APWA GSP) Delete Item 1 and replace it with the following 1 Job Mix Formula Tolerances After the JMF is determined as required in 5 -04 3(7)A, the constituents of the mixture at the time of acceptance shall conform to the following tolerances: Nonstatistical Commercial Evaluation _ Evaluation Aggregate, percent passing 1", 3 /" %2 ", and 3/8" sieves ±6% ±8% U.S No. 4 sieve ±6% ±8% _ U.S. No. 8 sieve ±6% ±8% U S No. 200 sieve ±2.0% _ ±3 0% Asphalt Binder ±0 5% ±0 7% These tolerance limits constitute the allowable limits as described in Section 1 -06.2. The tolerance limit for aggregate shall not exceed the limits of the control points section, except the tolerance limits for sieves designated as 100% passing will be 99 -100 The tolerance limits on sieves shall only apply to sieves with control points. 1 64 1 1 (August 6, 2012) Standard Plans ' The State of Washington Standard Plans for Road, Bridge and Municipal Construction M21 -01 transmitted under Publications Transmittal No. PT 11 -036, effective August 6, 2012 is made a part of this contract. The Standard Plans are revised as follows: ' B -10.20 and B10.40 Substitute "step" in lieu of "handhold" on plan t CC = 5 • Deleted C -13 Deleted C -13a Deleted ' C -13b Deleted I C -13c Deleted I , C -14a Deleted C -14b Deleted C -14c ' Deleted C -14d ' Deleted C -14e ' Deleted C -15a ' Deleted C -15b Deleted C -28.40 Deleted 1 65 1 1 C- 70.10 -00 1 Elevation, and Barrier Connection Detail, callout for premolded joint filler, revise '/4" to 3/8" Note 1, revise %4 to 3/8 ". 1 The Welded Wire Reinforcing. Substitution Option Table is deleted. The note, " *Optional Substitutions to Welded Wire Reinforcements shall conform to Standard Specification Sections 6 -10 and 9 -07" is revised to read: "Steel Welded Wire Reinforcement Deformed, for Concrete may be substituted for reinforcing steel in accordance with Standard Specification 6- 10.3." C- 75.10 -00 1 Elevation, callout for premolded joint filler, revise 1/4" to 3/8 ", Note 1, revise 1 /4" to 3/8 ". The Welded Wire Reinforcing Substitution Option Table is deleted. The note, " *Optional Substitutions to Welded Wire Reinforcements shall conform to Standard Specification Sections 6 -10 and 9 -07" is revised to read: "Steel Welded Wire Reinforcement Deformed, for Concrete may be substituted for reinforcing steel in accordance with Standard Specification 6- 10.3." C- 75.20 -00 Elevation, callout for premolded joint filler, revise %4" to 3/8 ", Note 1, revise %a" to 3/8 ". I The Welded Wire Reinforcing Substitution Option Table is deleted. The note, " *Optional Substitutions to Welded Wire Reinforcements shall conform to Standard Specification Sections 6 -10 and 9 -07" is revised to read: "Steel Welded Wire Reinforcement Deformed, for Concrete may be substituted for reinforcing steel in accordance with Standard Specification 6- 10.3." C- 75.30 -00 I Elevation, and Plan views, callout for premolded joint filler, revise %4" to 3/8" ", Note 1, revise %4 to 3/8 ". The Welded Wire Reinforcing Substitution Option Table is deleted. The note, " *Optional Substitutions to Welded Wire Reinforcements shall conform to Standard Specification Sections 6 -10 and 9 -07" is revised to read: "Steel Welded Wire Reinforcement Deformed, for Concrete may be substituted for reinforcing steel in accordance with Standard Specification 6- 10.3." C- 80.10 -00 1 The Welded Wire Reinforcing Substitution Option Table is deleted. The note, " *Optional Substitutions to Welded Wire Reinforcements shall conform to Standard Specification Sections 6 -10 and 9 -07" is revised to read: "Steel Welded Wire Reinforcement Deformed, for Concrete may be substituted for reinforcing steel in accordance with Standard Specification 6- 10.3." C- 80.20 -00 1 The Welded Wire Reinforcing Substitution Option Table is deleted The note, " *Optional Substitutions to Welded Wire Reinforcements shall conform to Standard Specification Sections 6 -10 and 9 -07" is revised to read: "Steel Welded Wire Reinforcement Deformed, for Concrete may be substituted for reinforcing steel in accordance with Standard Specification 6- 10.3." C- 80.30 -00 The Welded Wire Reinforcing Substitution Option Table is deleted. The note, " *Optional Substitutions to Welded Wire Reinforcements shall conform to Standard Specification I 66 1 1 Sections 6 -10 and 9 -07" is revised to read: "Steel Welded Wire Reinforcement Deformed, for Concrete may be substituted for reinforcing steel in accordance with Standard Specification 6- 10.3." C- 80.40 -00 The Welded Wire Reinforcing Substitution Option Table is deleted. The note, " *Optional Substitutions to Welded Wire Reinforcements shall conform to Standard Specification Sections 6 -10 and 9 -07" is revised to read: "Steel Welded Wire Reinforcement Deformed, ' for Concrete may be substituted for reinforcing steel in accordance with Standard Specification 6 -10 3." ' DD = 3 Deleted D -3.10 Key Note 7, reference to 1130.04(5).06 is revised to 730.05(5) J -1f Deleted J -3b I s Sheet 2 of 2, Plan View of Service Cabinet, Boxed Note, "SEE STANDARD PLAN J- 6C..." is revised to read: "SEE STANDARD PLAN J- 10.1.0..." Sheet 2 of 2, Plan View of Service Cabinet Notes, references to Std. Plan J -9a are revised to J -60.05 (3 instances). J -7c Deleted t J -12 Deleted ' J -16b Key Note 1, reference to J -16a is revised to J -40.36 ' J -16c Key Note 1, reference to J -16a is revised to J -40.36 ' J -50.16 Deleted J -75.40 Monotube Sign Structure, elevation, callout — EQUIPMENT GROUNDING CONDUCTOR - I SIZE PER NEC. MINIMUM SIZE # 8 Is revised to read; EQUIPMENT GROUNDING CONDUCTOR — SIZE PER NEC minimum size # 4 AWG Detail C, callout— EQUIPMENT GROUNDING CONDUCTOR - CLAMP TO STEEL REINFORCING BAR, SIZE PER NEC MIN. SIZE # 8 Is revised to read; EQUIPMENT GROUNDING CONDUCTOR CLAMP TO STEEL REINFORCING BAR, SIZE PER NEC minimum size # 4 AWG 1 I .. 67 1 J -75.45 I elevation, callout - EQUIPMENT GROUNDING CONDUCTOR - SIZE PER NEC. MINIMUM SIZE # 8 I Is revised to read: EQUIPMENT GROUNDING CONDUCTOR - SIZE PER NEC minimum size # 4 AWG Detail D, callout- EQUIPMENT GROUNDING CONDUCTOR - CLAMP TO STEEL REINFORCING BAR, SIZE PER NEC. MIN. SIZE # 8 Is revised to read: EQUIPMENT GROUNDING CONDUCTOR - CLAMP TO STEEL REINFORCING BAR, SIZE PER NEC minimum size # 4 AWG K -80.30 In the NARROW BASE, END view, the reference to Std. Plan C -8e is revised to Std. Plan K -80.35 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- 30.35- 00.....10/12/07 A- 50.20 -01 9/22/09 1 A- 10.20 -00 10/5/07 A -40 00-00... ..... 8/11/09 A- 50.30 -00 ......11/17/08 A- 10.30- 00 10/5/07 A- 40.10 -02 6/2/11 A- 50.40- 00.......11/17/08 A- 20.10 -00 8/31/07 A- 40.15 -00. 8/11/09 A- 60.10 -01 10/14/09 A-30.10-00... ..11/8/07 A- 40.20 -01 ...2/7/12 A- 60.20 - 02..........6/2 /11 A- 30.15 -00 11/8/07 A -40 50 -01 ...6/2/11 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 B- 5.20 - 01.......6/16/11 B -30 50 -01 ......4/26/12 B- 75.20 -01 6/10/08 B- 5.40 - 01........6/16/11 B- 30.70 -03.. ...4/26/12 B- 75.50 -01 6/10/08 1 B -5.60- 01........6/16/11 B- 30.80 -00 6/8/06 B- 75.60 -00 6/8/06 B -10 20 -01 ... .2/7/12 B- 30.90 - 01.......9/20/07 B- 80.20 -00 6/8/06 B- 10.40- 00.......6/1/06 B- 35.20 -00 6/8/06 B- 80.40- 00........6/1/06 B- 10.60 -00 6/8/06 B- 35.40 -00 6/8/06 B- 82.20 -00 6/1/06 B- 15.20 -01 2/7/12 B -40 20 -00 6/1/06 B -85 10- 01........6/10/08 B- 15.40 -01 2/7/12 B- 40.40- 01......6/16/10 B- 85.20 -00. 6/1/06 B- 15.60 -01 2/7/12 B- 45.20- 00.........6/1/06 B- 85.30 -00 6/1/06 B- 20.20 -02 3/16/12 B- 45.40 -00 6/1/06 B- 85.40 -00 6/8/06 B- 20.40 -03 3/16/12 B- 50.20 - 00.........6/1/06 B -85 50 -01 6/10/08 B- 20.60 -03 3/15/12 B- 55.20 -00 6/1/06 B- 90.10 -00 6/8/06 B- 25.20 -01 3/15/12 B- 60.20 -00 6/8/06 B- 90.20 -00 6/8/06 B- 25.60 -00 .6/1/06 B- 60.40 -00 .......6/1 /06 B- 90.30 -00 6/8/06 B- 30.10 -01 4/26/12 B- 65.20 -01 4/26/12 B- 90.40 -00 6/8/06 B- 30.20- 02........4/26/12 B- 65.40 -00 ..6/1/06 B- 90.50 -00 6/8/06 B- 30.30 -01... ... 4/26/12 B- 70.20 -00 6/1 /06 B -95 20 -01 .2/3/09 B- 30.40 -01 4/26/12 B- 70.60 -00 6/1/06 B- 95.40- 00..... ..6/8/06 1 68 1 I I C -1 6/16/11 C -6 5/30/97 C- 23.60 -02 6/21/12 IC-la 10/14/09 C -6a 6/16/11 C -6c 10/14/09 C.24.10 -00 7/12/12 C-lb 1/6/00 C- 25.18 -03 7/2/12 C -1 c 5/30/97 C -6d 5/30/97 C- 25.20 -05 7/2/12 I C-id 10/31/03 C -6f 1/6/00 C -7 7/25/97 C- 25.22- 04.......7/2/12 C -2 6/16/11 C- 25.26 -02 7/2/12 C -2a 6/21/06 C -7a 6/16/11 C- 25.80 -02 7/2/12 I C -2b 6/21/06 C -8 6/21/06 2/10/09 C- 40.14 -02 7/2/12 C -2c . - C -8a 7/25/97 C- 40.16 -02 7/2/12 C -2d 6/21/06 C -8b 6/27/11 C- 40.18 -02 7/2/12 C -2e 6/21/06 C -8e 2/21/07 C- 70.10 -00 4/8/12 I C -2f 3/14/97 C -8f 6/30/04 C- 75.10 -00 4/8/12 C -2g 7/27/01 C -10 6/3/10 C- 75.20- 00.......4/8/12 C -2h 3/28/97 C -16a 6/3/10 C- 75.30 -00 4/8/12 I C -2i 3/28/97 C -16b 6/3/10 C- 80.10 -00 4/8/12 C -2j 6/12/98 C- 20.10 -00 7/2/12 C- 80.20 -00 4/8/12 C -2k 7/27/01 C- 20.14 -02 7/2/12 C- 80.30 -00 4/8/12 I C -2n C -2o 7/27/01 C- 20.15 -01 7/2/12. C- 80.40 -00 4/8/12 7/13/01 C- 20.18 - 01.........7/2/12 C- 80.50 -00 4/8/12 C -2p 10/31/03 ' C- 20.19 -01 7/2/12 C- 85.10 -00 4/8/12 C -3 6/27/11 C- 20.40 -03 7/2/12 C- 85.11 -00 4/8/12 C -3a 10/4/05 C- 20.42 -03 7/2/12 C- 85.14 -00 6/16/11 C -3b 6/27/11 C- 20.45.01 7/2/12 C- 85.15- 00.......6/16/11 I C -3c 6/27/11 C- 22.14 -02 6/16/11 C- 85.16 -00 6/16/11 C -4b 6/8/06 C- 22.16 -03 4/18/12 C- 85 -18 -00 6/16/11 C -4e 2/20/03 C- 22.40 -02 6/16/10 C- 85.20 -00 6/16/11 C -4f 7/2/12 C- 22.45.00 6/16/11 C- 90.10 -00. 7/3/08 11 - D- 2.04 -00 11/10/05 D- 2.48- 00......11/10/05 D- 3.17 -01 5/17/12 D- 2.06 -01 1/6/09 D- 2.64 - 01.......1 /6/09 D -4 12/11/98 I 0- 2.08 -00 11/10/05 D- 2.66 -00 11/10/05 D -6 6/19/98 0- 2.14 -00 11/10/05 D- 2.68 -00 11/10/05 D- 10.10 -01 12/2/08 0- 2.16 -00 11/10/05 D- 2.80 -00 11/10/05 D- 10.15 -01 12/2/08 I D= 2.18 -00 11/10/05 D- 2.82 -00 11/10/05 D- 10.20 -00 7/8/08 D- 2.20- 00.... .11/10/05 D- 2.84 -00 11/10/05 D- 10.25 - 00........7/8/08 D- 2.32 -00 11/10/05 0-2 86 -00 11/10/05 D- 10.30 - 00........7/8/08 I D- 2.34 -01 1/6/09 D- 2.88 -00 11/10/05 D- 10.35 -00 7/8/08 D- 2.36 -02 1/6/09 D- 2.92 -00 11/10/05 D- 10.40 -01 12/2/08 D- 2.42 - 00.......11/10/05 D- 3.09 -00 5/17/12 - D- 10.45 -01 12/2/08 I D- 2.44 -00 11/10/05 D- 3.10 - 00......6/16/10 D- 15.10 - 01.....12/2/08 D- 2.60 -00 11/10/05 D- 3.11 -01 3/15/12 D- 15.20 -02 6/2/11 D- 2.62 -00 11/10/05 D- 3.15 -01 5/17/12 D- 15.30 -01 12/02/08 • I D- 2.46 -00 11/10/05 D- 3.16 -01 5/17/12 E -1 2/21/07 E -4 8/27/03 E -2 5/29/98 E -4a 8/27/03 I F- 10.12 -02 6/16/11 F- 10.62 -01 .9/05/07 F- 40.15 -01 6/3/10 F- 10.16 -00 12/20/06 F- 10.64 -02 7/3/08 F- 40.16- 01.......6/3/10 I F- 1018 -00 6/27/11 F- 30.10 -01 6/3/10 F- 45.10 -01 6/21/12 I 69 1 F- 10.40 -02 6/21/12 F- 40.12 -01 6/3/10 F- 80.10 -02 3/15/12 F-10.42-00.... . ..1/23/07 F- 40.14 -01 6/3/10 G- 10.10 -00 9/20/07 G- 24.60 -01 6/16/11 G- 70.20- 01....6/27/11 G- 20.10 -00 9/20/07 G- 25.10 -03 3/15/12 G- 70.30 -01 6/27/11 G- 2210 - 01.........7/3/08 G- 30.10 -01 6/16/11 G- 90.10 - 01.....5/11/11 G -24 10 -00 11/8/07 G- 50.10 -00 11/8/07 G- 90.20 - 01.....6/27/11 G- 24.20 -01 2/7/12 G- 60.10 -01 6/27/11 G-90.30-01.....6/2/11 G- 24.30 -01 2/7/12 G- 60.20 -01.. .6/27/11 G -90 40 -01 10/14/09 G- 24.40 -02 2/7/12 G- 60.30 -01 6/27/11 G- 95.10 -01 6/2/11 G- 24.50 -01 2/7/12 G- 70.10 -01 6/27/11 G- 95.20 -02 6/2/11 G- 95.30 -02 6/2/11 1 H- 10.10 -00 7/3/08 H- 32.10 -00 9/20/07 H- 70.10 -01 2/7/12 H- 10.15 -00 7/3/08 H- 60.10 -01 7/3/08 H- 70.20 -01 2/16/12 H- 30.10 -00 10/12/07 H- 60.20 -01 7/3/08 H -70 30 -02 2/7/12 1- 10.10 -01 8/11/09 1- 30.40 -00 10/12/07 1- 50.20 -00 8/31/07 1- 30.10 -01 8/11/09 1- 40.10- 00........9/20/07 1- 60.10 -00 8/31/07 I 1- 30.15 - 01........2/7/12 1- 40.20 - 00........9/20/07 1- 60.20 -00 8/31/07 1- 30.20 -00 9/20/07 1- 50.10 -00 9/20/07 1- 80.10 -01 8/11/09 1- 30.30 -00 . 9/20/07 1 J -3 8/1/97 J- 22.15 -00 10/14/09 J- 40.30 -02 5/11/11 J -3b. 3/4/05 J- 22.16 -01 6/3/10 J- 40.35 -00 3/15/12 J -3c. 6/24/02 J- 26.10 -02 ...3/15/12 J -40 36 -00 6/3/10 J -3d 11/5/03 J- 26.15 -01 5/17/12 J -40 37 -00 6/3/10 J-10... ....... .7/18/97 J- 27.10 - 00....3/15/12 J- 40.38 -00 6/16/11 J- 10.10 -01 5/11/11 J -27 15 -00... 3/15/12 J- 50.10 -00 . .. J-10 15-00 7/2/12 J- 28.10 -01 5/11/11 J- 50.11 -00 6/3/11 J- 15.10 -00. 5/8/12 J- 28.22 -00 8/07/07 J- 50.12 -00 6/3/11 J- 15.15 -00 6/16/10 J- 28.24 -00 8/07/07 J- 50.15 -00 6/3/11 J-16b ...... . ... .2/10/09 J- 28.26 -01. ..12/02/08 J- 50.20 -00 6/3/11 J -16c 2/10/09 J- 28.30- 02....6/27/11 J- 50.25 - 00......6/3/11 J- 20.10- 01.....7/12/12 J- 28.40 -01 10/14/09 J- 50.30 -00 6/3/11 J-20 11-00 7/12/12 J- 28.42 -00 8/07/07 J- 60.05 -00 6/16/11 !! J- 20.15 -01 7/12/12 J- 28.45- 01..... 6/27/11 J-60. 13-00.......6/16/10 J-20 16-01 7/12/12 J- 28.50 -02 6/2/11 J- 60.14 -00 6/16/10 J -20 20 -01. ..7/12/12 J -28 60 -01 . ...6/2/11 J- 75.10 -01 5/11/11 J -20 26- 01.....7/12/12 J- 28.70 -01 5/11/11 J- 75.20 -00 2/10/09 J- 21.10 -02 6/27/11 J- 29.10 -00 6/27/11 J- 75.30 -01 5/11/11 J- 21.15 -00 10/14/09 J- 29.15 -00 6/27/11 J- 75.40 -00 10/14/09 J- 21.16 - 00.....10/14/09 J- 29.16 -00 6/27/11 J- 75.45 -00 10/14/09 J-21 17-00 10/14/09 J- 40.10 -02 5/11/11 J- 90.10 -01 6/27/11 J -21 20 -00 ....10/14/09 J- 40.20 -01 5/17/12 J- 90.20 -01 6/27/11 K- 10.20 -01 10/12/07 K- 26.40 -01 10/12/07 K- 40.60 -00 2/15/07 K- 10.40 -00 2/15/07 K- 30.20 -00 2/15/07 K -40 80- 00.....2/15/07 K- 20.20 -01 ...10/12/07 K- 30.40 - 01.....10/12/07 K- 55.20 -00 2/15/07 K -20 40- 00.......2/15/07 K- 32.20 - 00.......2/15/07 K- 60.20 -02 7/3/08 K- 20.60- 00......2/15/07 K- 32.40 -00 2/15/07 K- 60.40 -00 2/15/07 1 70 ' K- 22.20- 01.....10/12/07 K- 32.60 -00 .....2/15/07 K- 70.20 -00 2/15/07 K- 24.20 -00 2/15/07 K- 32.80 -00 2/15/07 K- 80.10 -00 2/21/07 ' K- 24.40 -01 10/12/07 K- 34.20 -00 2/15/07 K- 80.20 -00 12/20/06 K- 24.60 -00 2/15/07 K- 36.20 -00 2/15/07 K- 80.30 -00 2/21/07 K- 24.80 -01 10/12/07 K- 40.20 -00 2/15/07 K- 80.35- 00....2/21/07 ' K- 26.20- 00.......2/15/07 K- 40.40 -00 2/15/07 K- 80.37 -00. 2/21/07 L- 10.10 -02 6/21/12 L- 40.10 -02 6/21/12 L- 70.10 -01 5/21/08 ' L-20.10-02 ..... ..6/21/12 L -40 15 -01 6/16/11 L- 70.20 -01 5/21/08 L- 30.10 -01 6/16/11 L- 40.20 -02 6/21/12 ' M- 1.20 -02 6/3/11 M- 9.60 -00 2/10/09 M- 40.10 -02 5/11/11 M- 1.40 -02 6/3/11 M- 11.10 -01 1/30/07 M- 40.20 -00 ..10/12/07 M- 1.60 -02 6/3/11 M- 15.10 -01 2/6/07 M- 40.30- 00.....9/20/07 M- 1.80 -03. 6/3/11 M- 17.10 -02 7/3/08 M- 40.40 -00 9/20/07 ' M- 2.20 -02 6/3/11 M- 20.10 -02 6/3/11 M- 40.50 -00 9/20/07 M- 3.10 -03 6/3/11 M- 20.20 -01 1/30/07 M- 40.60 - 00....9/20/07 M- 3.20 -02 6/3/11 M- 20.30 -02 10/14/09 M- 60.10- 01.....6/3/11 M- 3.30 -03 6/3/11 M- 20.40 -02 6/3/11 M- 60.20 -02 6/27/11 ' M- 3.40 -03 6/3/11 M- 20.50- 02........6/3/11 M- 65.10 -02 5/11/11 M- 3.50 -02 6/3/11 M- 24.20 -01 5/31/06 M- 80.10 -01 6/3/11 M- 5.10 -02 .6/3/11 M- 24.40 -01 5/31/06 M- 80.20 -00 6/10/08 ' M- 7.50- 01........1/30/07 M- 24.50 -00 6/16/11 M- 80.30 -00 6/10/08 M- 9.50 -01 1/30/07 M- 24.60 -03 5/11/11 1. t 1 1 1 71 - I I CONTRACT THIS AGREEMENT, made and entered into in triplicate, this L S day of 2012, by and between the City of I Yakima, hereinafter called the Owner, and P.O.W. Contracting a Washington orporation, hereinafter called the Contractor. WITNESSETH: I That in consideration of the terms and conditions contained herein and attached and made a part of this agreement, the parties hereto covenant and agree as follows: I. The Contractor shall do all work and furnish all tools, materials, labor and equipment for THE BID AMOUNT OF. I $609,033.46, for Beech Street Area Sewer Project, City No. 2264, all in accordance with, and as described in the attached plans and specifications and the 2012 Standard Specifications for Road, Bridge, and Municipal Construction which are by this reference incorporated herein and made a part hereof, and shall perform any alterations in or additions to the work provided under this contract and every part thereof I Work shall start within ten (10) days after the Notice to Proceed and shall be completed in Sixty (60) working days. If work has not commenced within the ten (10) days after the notice to proceed, the first chargeable working day shall be the eleventh (11th) working day after the date on which the City issues the Notice to Proceed. 1 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. 1 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. 1 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 I 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 I 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. I 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, I 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. I Countersi•ned: CITY • , KIMA CONTRACTOR this day of 2011 TOW i 6 o r - rF2irC rj AT & ..TJV S,a S - Corporation/ Will- Contractor ti` _ By I �Ci Mana er — "� A ' ! �,� ty 9 . III � ��I .r. & LL r/� P / N UI o -4- '1 1 4 .1164. t • „ ` ,, ' fire /1, It all 1 (Print Name) ii City Cl-r. 4 i , ,+ U ; 6 le - R 5 .; 1 r-‘" .:.: j z i Its: (i F -T o 4 I y (President, Owner, etc.) �� ; Addres 'b ' 'O' ,q-1- �, => W o1q D L CITY CONTRAC r NO: d' RESOLUTION NO: I I 1 Bond No. 21087708 PERFORMANCE BOND I BOND TO CITY OF YAKIMA I KNOW AL_ MEN :SY THESE.PRESENTS: Pipe ofWashington, Inc. dba POW Contracting Thal whereas the City. of Yakima Washington has awarded to (Contractor) hereinafter designated as the "Friridipar acontract for the construction ofthe project designated Beech 'Street Area - Sewer Project, Project No. 2264 all I as hereto attached and made a part hereof and whereas, said.principahis required under the terms of said contact to furn-sh a bond far the faithfufperformance cf said contract NOW, THEREFORE, We, the prrcipa, and The Guarantee Company of North America USA (Sursty); a corporation, organized. and. existing under and by virtue of the laws of the 'State of. Michigan . _ .., duly authorized- to do I _ ** burs r }�e and firm! State of Washingtoc, as surety, are held ' Wsin ,. Id the slim of b�� Washington ton $ ,{�3 4 t 8 - .firmly unto the Cit Y of Yakima, . (Total Contract Amount) ; awful money of the United States; for 1he'payrnent of which SLIM well and truly'to :be made, we bind ourselves, our heirs, executers, administr ors, successors and assigns, jointly:and severally, firmly by those presents. Six Hundred 'Nine ThousandThirty Three and 46/100 * ** I THE CONDITIONS.OF'THIS OBLIGATIONS IS SUCH, that if :the Grove bonded principal shall faithfully. perform all of the provisions of said contract in the manner and.within:the time therein, set orwithsn'such extensions of time as may: be granted under said contract, and shall pay all laborers, mechanid.s, sub-contractors. and - material men,. and all persons who shall supply said pr'ncipal or sub - contractors with provisions andsupplies for the carrying on of said'work,, and shall. bold said City of Yakima,. Washington, their employees,. agents, and elected I cr appointed ofrtc,als, harmless from any damage occasioned to:ary 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 cr expense by reason of failure of performance as. specified in said contract or fram.defects developing in the material or workmanship provided of performed under said.contract, within a period of one I year after its acceptance by the City ofYaklria, Washington, then. and In that event this. obligation shall be void; but otherwise' it shall be and remain intuit force and effect, This obligation.is entered into in pursuance of the.statutes of the Stale of Washington, and the Ordinances of The City cf Yakima, Washitglbn. I :IN WITNESS WHEREOF the said principal :arid the :said surety have caused this bond to be signed and sealed by their.duly authorized officers this 3rd day of dcto er 20 Pipe of Washington,. Inc. dba oW Contracting I t {P ripe!) _ ey 4"' bra #,_ . S fr L-i. R' /NS ki r YH . (Print-Name) I y pprovecr as to four: CO RR 6.-6 J eAS i rd ' ... .417L.r• ' • (City 4ttorney) The Guarantee Company;of North Arnerica.USA fi urery) By; t %ar_ :- €�c' 77 ( -- e, e' :...= 1 ^r�0 : I t,' .(Sigriaiute) Judith C- Kaiser- Srriith (Print Narne) Attorney -in -Fact I (Title) I I I I ECOM MOF !' THE GUARANTEE COMPANY OF NORTH,. AMERICA USA Sduthfield. Michigan \ POWER OF ATTORNEY KNOW ALL.BY'THESE PRESENTS.'That THE GUARANTEE COMPANY OF NORTH AMERICA USA; a corporation organized and existingunder the I laws of the.State of 'Michigan,`having its principal office in Southfield, 'Michigan, does hereby constitute and appoint ,James E. flfajeskeyII,.lf✓ulter 16oIj;.Judith Rapp,.Shmrn M. 1l•ilsoir, Judith C Kaiser - Smith, Nicholas W. Puget Payne Fiira eial Group.Inc 1 its true and tawful attomey(s) -in -fact to 'execute, seal and deliver for'and on its behalf as surety any and all bonds and undertakings, contracts of .indemnity and other writings obligatory in - the nature thereof; which.are or may be.allowed, required orpermitted bylaw, statute,. rule,. regulation,'contract or otherwise. I The - execution:.of suchinstrument(s) in pursuance of these presents. shall be as binding upon THE 'GUARANTEE COMPANY OF NORTH. AMERICA USA as fully and amply, to all intents and purposes, as if the same' had been duly executed and 'acknowledged:by.its•regularly elected.officers at the principal office: I The Power of Attorney is executed 'and.may be certified so, and May be revoked, pursuant to and by authority of Article IX, Section 9.03 of the By -Laws adopted by the Board.of Directors of THE GUARANTEE COMPANY OF NORTH .AMERICAUSA.ata - meeting held on the 31 "day Of 'December, 2003. The President, or any Vice President,. actingwith.any Secretary or Assistant Secretary. shall have power and authority' 1 To appoint Attorneys) -in - fact,, and to authorize them to.execute'on behalf of the Company, and attach :the Seal of the Companylhereto bonds: and undertakings, contracts otherwritirgs obligatory in the nature thereof; and 2. To revoke, at any time, any such Attorney -in -fact and revoke the authority given; except as provided below 3. in connection with obligations'in favor of the Florida . Department of Transportation. only, it is agreed that the power and authority hereby given tb the Attorney -in -Fact includes any and all consents for the release of retained percentages and /or final 'estimates on engineering and I construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the finer estimate to the Contractor and /or its assignee, shall.not relieve.this surety l company. of any-'of its:obligations under its bond. 4 In connection with obligations in favor of the Kentucky Department of Highways only itis agreed that the power authority hereby given to the Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such intent-has been .given to the Commissioner – bepartMent of Highways of the Commonwealth of.Kentucky at least.thirty (30) days prior to the, modification orrevocation. Further, this Power of Attorneyis signed and seated by.facsimile- pursuant to resolution.ofthe'Board ofDirectors of'the Company adopted at'a meeting duly called and held:on- the.6th day of December2011, of 'which the following is a true excerpt: ' i RESOLVED that the signature:of any.authorized officer and the seal of'the Company maybe affixed by facsimile to any Power ofAttorney.or certification thereof authorizing the execution and delivery of any bond,, undertaking, contracts of indemnity and writings obligatory in the.nature thereof; and such signature and seal when so used shel @have the Same and effect as though.manually affixed: I ' '', .IN: W ITNESS WHEREOF, THE'GUARANTEE COMPANY OF NORTH AMERICA USA has caused this instrument to be signed and r its corporate seat to be affixed by its authorized. officer,'this:23rd day of February, 2012. I 1° J ., q�j THE GUARANTEE COMPANY OF NORTH AMERICA USA 1 \` //n of I STATE OF MICHIGAN Stephen C..Ruschak, Vice President Randall Musselman, Secretary County of Oakland On .this 23rd'dayofFebruary, 2012 before me canie'the individuals who executed the preceding instrurent, to nie personallyknown, and being. by me: duly sworn, said that-each-IS the herein:described and authorized officer of The Guarantee Company of North America USA, that. the seat affixed' to said. I instrument is.the Corporate Seal of said:Company; that.the,Corporate Seal and each signature were duly affixed byorder of Board of Directors of . Cynthia A. Takai IN WITNESS WHEREOF; I have.hereunto set my hand.at The.Guarantee tk.- .: - , Notary Public, State of Michigan Company of North America USA offices the day and year above written. . .�`..% ` :r County of Oakland I l v "' - •My Commission.Expires February 27, 20.1 a e� J a —y _ /1. f Acting in Oakland County ` u–� C (,'Randall Musselman, Secretary of THE GUARANTEE COMPANY OF NORTH AMERICA USA, do hereby certify that the above andforegoing is - atrue 1 and correct copy of a.Power of A ttorney executed byTHE GUARANTEE COMPANY OF NORTH AMERICA USA, which is still in full forceand effect. o �,,r "'ffc IN WITNESS WHEREOF, i set my hand and attached the seafof said Company this 3rd day of October, 2012 1 II \ ' Randall Musselman, Secretary I 1' Client# :.88662 POWCONTR ACORD. CERTIFICATE OF LIABILITY INSURANCE DATE(MM /DD/YYYY) 10/03/2012 I 'THIS. IS' ISSUED AS,A MATTER OFINFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER: THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTENDOR'ALTER'THE'COVERAGE AFFORDED:BY THE POLICIES BELOW. THIS CERTIFICATE OF DOES:NOT CONSTITUTE A CONTRACT BETWEEN THE:ISSUING "INSURER(S),:AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. I IMPORTANT: If the certificate holdieris 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.ceitificate does" not confer.rights to the certificate'holder in lieu, of such endorsement(s). PRODUCER• CONTACT ' .. ..- . - Payne Financial Group,.Inc. PHONE , " , " (AIL „E.)_ - (A/C, Noy 7903 E Broadway E -MAIL Spokane, WA 99212 ADDRESS: 509 5359178 INSURER(S) AFFORDING COVERAGE NAIC fr INSURERA . National Fire.Insurarice Co. of I INSURED p g - - -- Pipe of Washin ton, Inc. diia NSURER B.: Continental-Casualty. POW Contracting I ENSURER C American Casualty Co: of Readin • • I INSURER D _ P. 0. Box 4772. – — " " "" I Pasco, 'WA 99302 -4772 INSURER E:. i INSURER F F. COVERAG CERT 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 I INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY .CONTRACT OR OTHER DOCUMENT WITH. RESPECT TO WHICH THIS CERTIFICATE" MAY BE .ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND .CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR • ADDLSUB• — -- -- LTR• TYPE OF INSURANCE INSR D . POLICY. NUMBER (MM/DDIYYYY) (MINDD/Y.YYY) ( LIMITS I A GENERAL LIABILITY' X X 5086405638 08/24/2012 08/24/2013 EACH OCCURRENCE . '$1 000 , 000 X' COMMERCIAL GENERAL LIABILITY ' DAMAGE TO RENTED.. .... ■ I PREMISES PREMI (Ea occurrence) $1,900 ;000 CLAIMS-MADE X OCCUR MED.BkP (Any one person) . 615;000 X PD Ded`1,000 PERSONAL & ADV INJURY $.1,000,000. I -= " — GENERAL AGGREGATE :$2,000,000 GEN'L AGGREGATELIMIT APPLIES PER: PRODUCTS'•;COMP /OP,AGG $2,000,000' POLICY , CT LOC - X $ . C. AUTOMOBILE LIABILITY `X X 5086405655 — 08I24/20.12 r08/24/2013i 1 COMB B ! INEDfl SINGLE LIMIT $1,000,000 X " ANY AUTO BODILY INJURY.(Per ' person) $ ALL OWNED SCHEDULED " AUTOS • AUTOS ' BODILY.iN J UR Y(Peraccident) $ X X HIRED AUTOS N O AUTOS Per PROPERTY DAMAGE $ Per accident) t B X UMB LIAB X OCCUR X X '.5086405641 08/24/2012 08/24 /201 ' EACH OCCURRENCE IQ 000,900 EXCESS CLAIMS•MADE 'AGGREGATE • j , $2,000;000 _ .. ! DED X RETENTION $10000. r WORKERS COMPENSATION W ' 0TH= A" .5086405638 08/24/2012 08/24/201 � TDRY I IMITS _. i FR AND EMPLOYERS' LIABILITY E ANY PROPRIETOR /PARTNER/EXECUTIVE - .WA St0 G • OFFICER/MEMBER EXCLUDED? N N /,A p a P E: L. EACH ACCIDENT 51, 000,000 (Mandatory In NH) . .E.L. DISEASE EA' $1 It yes. describe under " DESCRIPTION OF•OPERATIONS below EL. DISEASE POLICY LIMIT $1 _. — ._. . _._.._ - ...._.. E -P . A Installation 5086405638 08/24/2012,.08/241201 ' :Limit $500;000. Roger I In Transit .$50;000 ' $1,000'Ded i I L I Temp Loc. $50;000 " DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, If more space Is required) RE:: CityProject:No 2264,.Beech Street Area Sewer Project The City-of Yakima-and Washington State Department of Transportation, their officers, elected- officials, 'employees agents and volunteers are:additional insureds per policyform with primary and non - contributory I wording. 'Waiver Of subrogation and per project aggregate per 'policy form. C ERTIFICATE HOLDER CANCELLATION . 1 . City of Yakima SHOULD. ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION. DATE THEREOF; NOTICE WILL BE DELIVERED IN I Dept of—Community-8, Economic Development ACCORDANCE WITH THE POLICY PROVISIONS. 129.North Second. Street Yakima, WA 98901 'AUTHORITEDREPRESENTATIVE. • I ©1988 -2010 ACORD'CORPORATION. Al{ rights :reserved. ACORD 25 (2010/05) 1 Of 1 The ACORD name and.logo are registered marks of.ACORD ' #S829984IM81'5224 CRP1 I 1 G- 140331 -C (Ed. 10/16) 1 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - 1 WITH PRODUCTS - COMPLETED OPERATIONS COVERAGE This endorsement rnodifies insurance provided under the following: 1 COMMERCIAL GENERAL LIABILITY' COVERAGE PART SCHEDULE (OPTIONAL) 1 Name of Additional Insured Persons Or Organizations • (As required by °written contract per Paragraph A. below.) 1 • 1 .Locations. of: Covered Operations • (As per the °written: contract,' provided the location is within the 'coverage territory' of this Coverage Part.) 1 • 1 A. Section-II - Who Is An.lnsured is amended to include 2. We will not provide the additional insured any as. an additional insured: broader coverage or any higher limit of insurance i 1. Any r son or or anization whom than. the 'least that is: 1 Y pe. 9 you are 8 required by 'Written contract° to add .as an a. Required:by the °written contract'; additional'insured.on this. Coverage ,Part; and b. Described in 8.1. above; or 2. The particular person or organization, if any, c. Afforded to ou..under this policy. scheduled above. Y p cY B. The insurance :provided to the additional .insured is 3. This Insurance is excess of all other insurance limited as follows: available to the additional insured whether on a primary, excess, contingent or any other basis. & 1. The person or organization is an •additionai But if required by the 'written contract,' this insured only with respect to liability for "bodily insurance. will be primary and non - contributory s injury °" 'property damage,' or ° Personal • and relative to insurance on which the additional § advertising injury caused in whole or in.part by: insured is a:Named:Insured. 1 a. Your acts or omissions; or 4. The insurance. provided to the additional .insured does not apply to °bodily injury," "property b. The acts or omissions of those;acting on your damage,' or "personal and advertising injury 1 behalf arising out of: in the performance of your ongoing operations specified in the °written contract °; ar a. The rendering of, or the failure to render, any ■ .professional architectural, engineering, or NM= — c: 'Your work" that is specified in the "written surveying services, including: contract° but only for "bodily injury,° or approving, 'property damage' included in the "products- (1) The preparing, p pP 9, or failing to completed operations hazard," and only if: prepare or approve maps, shop drawings, opinions, reports, surreys, field orders, 1 (1) The 'written contract' requires you to change orders or drawings and provide the • additional insured such specifications; and coverage; 'and (2) Su erviso 1 p ry, inspection, architectural or (2) This Coverage Part provides such engineering activities; or coverage. G- 140331 -C Includes copyrighted material of insurance Services Office, Inc., with its permission Page 1 of 2 1 (Ed. 10110) 1 1 • G- 140331 -C (Ed; 10/10) I b_ Any remises o y p t or work for which the additional We have no .duty to defend or indemnify an insured is specifically Iisted::as an additional additional insured under this endorsement Until" we I u istred on another endorsement attached to this receive from the additional insured written notice Coverage Part. of a claim orison." C. SECTION IV — COMMERCIAL GENERAL. LIABILITY 2. With respect only to the insurance provided by this 1 CONDITIONS.is amended as; follows: endorsement, the first sentence of . Paragraph 4.a. 1. The Duties In The Event of Occurrence, of the Other Insurance Condition Is deleted and Offense, Claim or Suit condition is amended to replaced with the following: add the following additional conditions applicable 4. Other Insurance I to the additional insured: a. Primary Insurance An additional:insured under this endorsement Will as soon as practicable: This insurance is primary and non- (1) Give us written notice of an "occurrence" or excess by endorsement. G- i40331 -C; or an offense which may result in a B contributory except when rendered airn or when Paragraph b. below applies.. suir under this insurance, and of any claim or "suit' that does result; endorsement, SECTION V DEFINITIONS is D. Only for the purpose of the insurance provided by this (2) Except as provided in Paragraph 6:3 of this amended to add the following, definition: endorsement, agree to make available any other insurance the .additional insured has for. 'Written contract means a written contract or written a Toss We cover under this Coverage Part; agreement that requires you to make a person or organization an _additional insured on this Coverage (3) Send us copies of all legal papers received, Part, provided the contractor, agreement and otherwise cooperate with us in the 1 investigation, defense, or settlement of the 1• Is currently in effect or becomes effective during claim or `suit'; and the term of this policy; and (4) Tender the defense and indemnity of. any 2. Was executed prior to: 1 .claim or 'suit° to any other Insurer or self a. The °bodily injury' or 'property damage"; or insurer whose policy or program applies to a loss we cover under this Coverage Part. But b The offense that caused the 'personal and if the "written contract' requires this insurance advertising injury' 1 to be primary and non - contributory, this for which .the additional Insured seeks coverage provision (4): does not apply to :insurance on under this Coverage Part. which the additional insured is: a Named insured.. 1 • 1 1 1 1 1 6-140331 -C Includes copyrighted material of Insurance Services Utfice,.Inc., with its permission - Page 2 of 2 (Ed: 10 /10) 1 1 G- 18652 -! (Ed. 07/09) 1 Coverage.underthis provision is afforded only until the under Section I — Coverage C, which can be end .Of the policy period -or the next anniversary of this attributed: only to ongoing operations at a single 1 policy's. effective date after you acquire or 'form the construction project away from premises .owned organization, whichever is earlier. by or rented to .the insured: 13. LIBERALIZATION CLAUSE 1. A separate Single Construction Project III If we adopt a.change In our forms or rules which would General. Aggregate Limit applies to each broaden, coverage for contractors under this construction project away from premises endorsement without an additional premium charge; owned by or ranted to the insured, :and that limit is equal to the amount of the General your .policy. will automatically :provide the additional 1 coverages as of the date the revision Is affective In Aggregate Limit shown do the Declarations. your state. 2. The Single Construction Project General i 4. UNINTENTIONAL FAILURE TO DISCLOSE Limit is the most we will. pay for the HAZARDS sum of all damages under Cobetaga A, 1 except darnages:because of °bodily injury` or Based on our reliance on your representations _as to "property damage° included in the °products - existing hazards, if unintentionally you should. fail to completed operations hazard,' and for disclose all such hazards at the inception date of your medical expenses under Coverage C 1 policy, we will. not deny coverage under this Coverage regardless of tho nurrrber of: Part because of such failure. a: Insureds; 15. NOTiCE OF OCCURRENCE: b. Claims made or 'suits° brought; or 1 The following.is added to Paragraph 2. of Section IV - c, Persons or organizations making claims Commercial General Liability Conditions Duties In The Event of Occurrence, Offense, Claim or.Sult: or bringing `suits:" Your rights under this Coverage Part well not be 3 : .Any. payments made under Coverage A for prejudiced if you :fail to give us notice of an damages or under Coverage C for medical expenses shad reduce "occurrence," offense, claim or "suit° and that failure is the Single solely due #o your reasonable belief that file °bodily 'Construction Project General Aggregate Limit I tor. that construction project away from injury° or *property damage" is not covered under this in Coverage Part. However,: you shall give written notice premises owned by or rented ta. the ener of this 'occurrence,' offense, lots or 'suit' to us as Such payments steal! not reduce the General. 1 soon as you are aware: that this, insurance may apply Aggregate Limit shown in the Declarations nor they reduce. .any other Single to such 'occurrence,* offense claim or `suit." shall Construction Project General Aggregate Limit 16. BROAD KNOWLEDGE OF OCCURRENCE for any other separate construction project The following is added to Paragraph 2. of Sectiari IV - away from premises owned by or rented to 1 tha.insured, Commercial General Liability Conditions — 'Duties in The Event of Occurrence, Of fen.* Claim or Sult: 4. The limits shown in the Declarations. for' Each You must give us or our authorized representative Occurrence Damage To Premises Rented To 1 You and Medical Expense notice of an 'occurrence,' offense; claim, or *suit* only continue to apply. However instead of being subject to the when the "occurrence," offense claim or 'Suit' is known to: General Aggregate Limit .shown in the 1 Declarations,.such rimiits will!be subject to ttte (1) You, if you are an individual; applicable Single Construction Project '(2) A partner, if you are a partnership; General Aggregate Limit:. (3) B. For all suns which the Insured becomes legally () .An executive officer or the employee obligated to pay as .damages caused by by you to give such `occurrences°' underSection i —Coverage A, and notice, ifyou area - corporation;. or for all medical expenses causedd • by accidents (4) A Manager, if you area limited under Section I.— Coverage C, which cannot be 1 liability company.. attributed only to ongoing operations at a single construction project away from premises owned 17. AGGREGATE LIMITS PER PROJECT by or rented to the insured: A. For all' sums which the Insured becomes legally 1, Any payments made under Cbeera a A. for 1 obligated to pay as damages caused by damages 'or under :Coverage C for medical °occurrences° under Section I — Coverage A, and expenses shall reduce the amount available for all 'medical expenses caused by accidents under the General Aggregate Limit or the 1 G - 18652 - Includes copyrighted material of Insurance Services ounce, Inc., with its permission. Page 6 of 8 (Ed. 07109) 1 1 G-1 0652-I (Ed. 07/09) Products - Completed Operations Aggregate Controlled Insurance Programs (O.C.I.P.) or Limit whichever is applicable;: and Contractor Controlled .insurance Programs 1 2.. Such payments shall not reduce: any Single, (C.C.LP:p is attached to this policy, then it is Construction Project.General Aggregate Limit. emended to add the following: C. When .coverage 'for liability arising out of the With respect to a "consolidated (wrap-up) 'products - completed operations hazard' is insurance. program* project in which you are or provided any payments for damages because of were involved,:this exclusion does not apply :to: 'bodily;injury" or °property damage' included in 1. Your liability for "bodily injury;" ' I the ° products�completed operations hazard' will property advertising reduce the Products - Completed Operations that occurs during your ongoing damage,' or `personal or adver bein injury' g onsat Aggregate Limit, and. not reduce the General the project, cr during such operations of Aggregate Limit nor: the Single. Construction anyone acting on your behatf; 1 Project General Aggregate Limit. 2. Your liability for "bodily injury" or 'property D. If a Single construction project away tram .damage" included within the 'products- premises owned by or rented to the Insured has completed :operations hazard' that .arises out I been abandoned' and then restarted or if the of '.those portions of the. project that are not authorized contracting parties deviate from plans,. °residential structures.' blueprints, designs, speclficatibns or timetables; the project will 'still be .deemed to be the same II. The following is added to- Paragraph 4.b.(1), of I canstruptton project: E. Seddon 1{V= Cornmerciat Coher ! 'Liability The Conditions provisions of Section .111 _ Limits Of Insurance not otherwise modified by this Thisansurance is excess over: endorsement shall continue to apply.as stipulated. (c) Any of the other insurance. whether i 18: :EXPANDED BODILY INJURY primary excess,. contingent _or any other basis that. is.insurance available:to you as Section V' - Definitions, the definition: of bodily a :result of your ,being a participant in a 1 injury" is changed:lo read: 'consolidated (wrap-rip) insurance. O "Bodily injury` meansbodily injury,_sialmess or disease program,' but only 'as respects_ your sustained by a ,person, including death, .humiliation, involvement in that 'consolidated . {wrap - shock mental anguish or mental Injury- by that person up} insurance program .° at any time which results as: a consequence. of the C. The following is added to Section V — bodily injury; sickness or disease. Definitions: 19. EXPECTED OR INTENDED :INJURY ° Consolidated (wrap -up) insurance. program' i Exclusion a. of Section I — Coverage A — Bodily means a consintctton, erection or demolition injury and. Property Damage Liability is replaced: by project: 'for. which the prime contractor /project mane er or-owner of- the construction ro j ect has the following; 9 p 1 2 " secured general liability insurance covering some a. Bodily injury' or 'property damage` or ail of the contractors or subcontractors involved expected .or intended frotn.tlie standpoint in the project, otherwise referred to as an Owner of the insured. This exclusion does. not Controlled Insurance Program (O.C.LP.) or I apply to 'bodily injury" or `property Contractor Controlled - Insurance Program damage` resulting :from •the use of (C.C.I.P.). E reasonable - force to protect persons or " property, Aesidential structure' means anystructure where M 30% or:more of the square 'feet area is used.or..is I 5 20. OWNER CONTROLLED INSURANCE PROGRAM, intended to be used for human.resldency including ' CONTRAC> '4R CONTROLLED INSURANCE but net Iimlted to single or muitifarnity housing, 'PROGRAM: OR CONSOLIDATED (WRAP-UP) apartments,, condominiums, townhouses co- __ INSURANCE PROGRAMS operatives or planned unit: developments and also g 1 The endorsement EXCLUSION — CONSTRUCTION includes their common areas and/or appurtenant structures. (including pools, hot tubs, detached WRAPUP,PROGRAM which is attached to this policy garages, guest houses orany similar structures). is amended as follows: When there 'is no individual ownership of units, 1 m A. If the endorsement EXCLUSION — residential structure does not Include military CONSTRUCTION WRAP -UP or another housing, college/university housing or exclusionary endorsement pertaining to Owner long term care facilities, hotels, or motels, 1 G 18 - I. Includes copyrighted material Of Insurance Services its Office Inc. with (Ed. 07p9) ? Page Tot 8 1 1 G- 18652 -1 (Ed. 07/09) 1 Residential structure also does not include surveys, field orders, change hospitals or prisons. orders or drawings and 1 - 21. CONTRACTUAL LIABILITY — RAILROADS specifications; or With respect to operations performed within 50 feet a# (b) Giving directions or instructions, railroad property, the definition .of :insured contract" in or failing to give. them, if that is 1 Section!! — Definitions is replaced by the following: the primary cause of the injury or damage;. °Insured Contract" means: (2) Under which the insured, if an a. A contract for .a lease of premises. architect, engineer or surveyor, 1 However, that portion Witte , contract for a assumes liability for an injury or lease of premises that indemnities. any damage arising out of the Insured's person or organization _for damage by fire rendering or' failure to render to premises white rented to you or professional services, including those 1 temporarily occupied: by- you with listed. in (1). above and supervisory, permission of the owner is ,not an InsUred inspection, architectural or contract`; engineering activities. b. A sidetrack agreement; 22: BLANKET WAIVER OF SUBGROGATION 1 c. Any easement or license agreement; TheTransfer Of .Rights Of Recovery Against Others d. An obligation, as required by ordinance, To Us Condition (Section 1V - Commercial General lo indemnify a municipality, except in the Liability following: runs) is amended' by the addition of connection with work for a municipality:- the following: e. An elevator maintenance agreement; We waive any right of recovery we may have against any Person or organization because of payments we ' f. That part of any other contract or t'nake:for injury or damage arising out of: agreement pertaining to your business 1. Your ongoing operations; or (including an indemnification of a municipality in connection with work 2. Your work' included in , "products- 1 performed for a municipality) under which completed operations hazar' you assume the tort liability of another. However, this waiver applies only when you have party to pay far "bodily injury" or 'property agreed'in writing to waive of recove to a damage"- to a third parson or organization, ve such rights ry 1 Tort liability means a liability that would contract or agreement and only 'if the contract or be Imposed by law in the absence of any agreement: contractor agreement. 1. Is in effect or becomes effective during the Paragraph f. does not include that part of term of this policy; and any contract or.agreement: 2. Was executed prior to toss. (1) That indemnifies an architect, 23.. IN REM ACTIONS 1 engineer or surveyor for injury or darnage.arising out of: Any action in rani against any vessel owned, operated by or for, or chartered by or for you will be treated in (a) Preparing, approving or failing to the same manner as though the action were in prepare or approve maps, shop parsonarn.against you. drawings, opinions, reports, 1 1 1 G- 1862 -t tnciudee copyrighiecr material of Insurance Services Ottice, Inc., with tts permission. Page 8 of 8 1 (Ed. 07/09) 1 • MINIMUM WAGE AFFIDAVIT 1 STATE OF WASHINGTON ) COUNTY OF YAKIMA ) ss I, the undersigned, having been duly sworn, depose, say and certify that in connection with the 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 Tess than the prevailing rate of wage or less than the minimum rate of wages as specified in the principal contract; that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. 1 1 Contractor 1 Subscribed and sworn to before me on this day of , 20 1 1 Notary Public in and for the State of Washington residing at 1 1 1 1 1 81 1 • PREVAILING WAGE RATES ' The prevailing rate of wages to be paid to all workmen, laborers, or mechanics employed in the performance of any part of this contract shall be in accordance with the provisions of Chapter 39.12 RCW, as amended. The rules and regulations of the Department of Labor and Industries ' are by reference made a part of this contract as though fully set forth herein. 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. RCW 39.12.010 The Prevailing Rate of Wage Contact the Department of Labor and Industries, to confirm current prevailing wage rate for applicable workers on this particular public work project. ' RCW 39.12.040 Statement of Intent to Pay Prevailing Wages & an A Y 9 9 Affidavit of Wages Paid Before an awarding agency may pay any sum due on a ccount, it must receive a ' statement of Intent to Pay Prevailing Wages approved by - the Department of Labor and Industries. Following final acceptance of a public work project, and before any final money is disbursed, each contractor and sub - contractor must submit to the awarding ' agency an Affidavit of Wages Paid, certified by the Department of Labor and Industries. RCW 39.12.070 Fees Authorized for Approval Certification and Arbitrations ' Any fees charged by the Department of Labor and Industries for approvals or fees to cover costs of arbitration conducted shall be the responsibility of the Contractor. The State of Washington prevailing wage rates applicable for this public works project, which is ' located in Yakima County, may be found at the following website address of the Department of Labor and Industries: 1 https. / /fortress.wa gov /Ini /wagelookup /prvWagelookup.aspx. Based on the bid submittal deadline for this project, the applicable effective date for prevailing ' wages for this project is August 2012 A copy of the applicable prevailing wage rates are also available for viewing at the office of the Owner, located at 129 N. 2nd Street, Yakima, WA 98901. Upon request, the Owner will mail a hard copy of the applicable prevailing wages for this 1 project. 1 1 1 1 83 I Page l of 16 1 State of Washington I Department of Labor & Industries Prevailing Wage Section - Telephone 360 - 902 -5335 PO Box 44540, Olympia, WA 98504 -4540 1 Washington State Prevailirlg,.WWge . The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate I 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: 1 ' 8/15/2012 ICounty Trade Job Classification Wage Holiday Overtime Note I !Yakima Asbestos Abatement Workers Journey Level $17.83 1 Yakima Boilermakers Journey Level $60.24 5N 1C Yakima Brick Mason Journey Level $40.58 5A 1M III Yakima Building Service Employees Janitor $9.04 1 i Yakima Building Service Employees Shampooer $11.14 1 . I { Yakima Building Service Employees Waxer $9.04 1 ;Yakima Building Service Employees Window Cleaner $9.14 1 Yakima Cabinet Makers (In Shop) Journey Level $16.35 1 III Yakima Carpenters Journey Level $29.72 1 Yakima Cement Masons Journey Level $36.50 7B 1N I 1Yakima Divers & Tenders Diver $100.28 5D 1M 8A 1Yakima Divers & Tenders Diver On Standby $56.68 5D 1M iYakima Divers & Tenders Diver Tender $52.23 5D 1M 1 IYakima Divers & Tenders Surface Rcv & Rov Operator $52.23 5D 1M Yakima Divers & Tenders Surface Rcv & Rov Operator $48.67 5A 1B Tender I iYakima Dredge Workers Assistant Engineer $49.57 5D IT 8L Yakima Dredge Workers Assistant Mate(deckhand) $49.06 5D 1T 8L I ;Yakima Dredge Workers Engineer Welder $49.62 5D it 8L g Yakima Dredge Workers Leverman, Hydraulic $51.19 5D 1T 8L Yakima Dredge Workers - Maintenance $49.06 5D 1T 8L I [Yakima Dredge Workers Mates And Boatmen $49.57 5D • 1T 8L [Yakima Dredge Workers Oiler $49.19 5D 1T 8L Yakima Drywall Applicator Journey Level $37.85 5D 1M • 1 Yakima Drywall Tapers Journey Level $32.51 7E 1P Yakima Electrical Fixture Maintenance Journey Level $43.32 1 I i Workers ` Yakima Electricians - Inside Cab le Splicer $53.57 5A 1E 1, + +r.o• //- r+raoc ni.<./ 1,-.;/< r.. 3nalnnlrr.r /r.r<.UZ / none Q11 S/')l112 Page 2 of 16 1 ;Yakima Electricians - Inside Journe Y Level $51.72 5A 1E a 1 Yakima Electricians - Inside Welder $55.41 5A 1E Yakima Electricians - Motor Shop Craftsman $15.37 1 g Y 1 akima Electricians - Motor Shop Journey Level $14.69 1 Yakima Electricians - Powerline Cable Splicer $64.95 5A 4A Construction i ( Yakima E lectricians - Powerline Certified Line Welder i $ $59.37 5A 4A I Construction Yakima Electricians - Powerline Groundperson $42.16 5A 4A i I Construction Yakima Electricians - Powerline Head Groundperson $44.50 5A 4A Construction Yakima Electricians - Powerline Heavy Line Equipment $59.37 5A 4A i Construction Operator Yakima Electricians - Powerline Jackhammer Operator $44.50 5A 4A 1 i Construction i R Yakima Electricians - Powerline Journey Level Lineperson $59.37 5A 4A 1 Construction Yakima Electricians - Powerline Line Equipment Operator $49.95 5A 4A Construction # Yakima Electricians - Powerline Pole Sprayer $59.37 5A 4A Construction Yakima 'Electricians - Powerline Powderperson $44.50 5A 4A i i — — i Construction Yakima Electronic Technicians Journey Level $23.40 1 x iYakima Elevator Constructors Mechanic , $75.24 7D 4A i ;Yakima Elevator Constructors Mechanic In Charge • $82.00 7D 4A 1 I ! Yakima Fabricated Precast Concrete Craftsman - In- Factory Work $9.04 1 Products Only i Yakima Fabricated Precast Concrete Journey Level - In- Factory $9.04 1 Products Work Only 1 Yakima Fence Erectors Fence Erector l ;$13.79 _ 1 i Yakima naggers Journey Level $24.62 1 !Yakima Glaziers Journey Level $22.43 61 1B !Yakima Heat & Frost Insulators And Journey Level $25.32 1 Asbestos Workers Yakima Heating Equipment Mechanics Journey Level ; $34.85 1 t !Yakima Hod Carriers & Mason Tenders Journey Level ,$33.05 7A 2Y 1 1 !Yakima Industrial Engine And Machine Journey Level $15.65 1 i i Mechanics – /Yakima Industrial Power Vacuum Journey Level , 1 Cleaner – /Yakima Inland .Boatmen Journey Level $9.04 1 l II Yakima Inspection /Cleaning /Sealing Of Cleaner Operator, Foamer $9.73 1 Sewer Et Water Systems By Operator t Remote Control I. Yakima Inspection /Cleaning /Sealing Of Grout Truck Operator $11.48 1 1 & Sewer Water Systems By 11 1 Page 3 of 16 1 i Remote Control !Yakima Inspection /Cleaning /Seating Of Head Operator $12.78 1 Sewer a Water Systems By I IYakima Remote Control Inspection /Cleaning /Sealing Of Technician $9.04 1 Sewer Et Water Systems By I i Remote Control 'Yakima Inspection /Cleaning /Sealing Of Tv Truck Operator $10.53 1 } Sewer Et Water Systems By I Remote Control Yakima Insulation Applicators Journey Level $37.85 5D 1M 'Yakima Ironworkers Journeyman $51.69 7N 10 1 ,:Yakima Laborers Air, Gas Or Electric Vibrating $32.11 7A 2Y $ Screed Yakima Laborers Airtrac Drill Operator $33.05 7A 2Y I !Yakima Laborers Ballast Regular Machine $32.11 7A 2Y :Yakima Laborers Batch Weighman $30.15 7A 2Y Yakima Laborers Brick Pavers $32.11 7A 2Y II ;Yakima Laborers Brush Cutter $32.11 7A 2Y Yakima Laborers Brush Hog Feeder $32.11 7A 2Y I IYakima Laborers Burner $32.11 7A 2Y $Yakima Laborers Caisson Worker $33.05 7A 2Y Yakima Laborers Carpenter Tender $32.11 7A 2Y I Yakima Laborers Cement Dumper - paving $32.66 7A 2Y Yakima Laborers Cement Finisher Tender $32.11 7A 2Y I 1Yakima Laborers Change House Or Dry Shack $32.11 7A 2Y !Yakima Laborers Chipping Gun (under 30 Lbs.) $32.11 7A 2Y 'Yakima Laborers Chipping Gun(30 Lbs. And $32.66 /A 2Y I t Over) 4Yakima Laborers Choker Setter $32.11 7,4 2Y Yakima Laborers Chuck Tender $32.11 7A 2Y I Yakima Laborers Clary Power Spreader $32.66 7A 2Y Yakima Laborers Clean -up Laborer $32.11 7A 2Y E, I l Yakima Laborers Concrete Dumper /chute $32.66 7A 2Y Operator `Yakima Laborers Concrete Form Stripper $32.11 7A 2Y I !Yakima Laborers Concrete Placement Crew $32.66 7,4 2Y Yakima Laborers Concrete Saw Operator /core $32.66 7A 2Y $. Driller ' Yakima Laborers Crusher Feeder $30.15 7A 2Y Yakima Laborers Curing Laborer $32.11 7A 2Y Yakima Laborers Demolition: Wrecking a Moving $32.11 7A 2Y I ! .(incl. Charred Material) Yakima Laborers Ditch Digger $32.11 7A 2Y Yakima Laborers Diver $33.05 7A 2Y I Yakima Laborers Drill Operator $32.66 7A 2Y ' (hydraulic,diamond) oncinni^ Page 4of16 1 Stack Walls i (Yakima Laborers Dry $32.11 7A 2Y ; iYakima Laborers Dump Person $32.11 7A 2Y Yakima Laborers Epoxy Technician $32.11 7A 2Y 1 Yakima Laborers Erosion Control Worker $32.11 7A 2Y iYakima Laborers Faller £t Bucker Chain Saw $32.66 7A 2Y ;Yakima Laborers Fine Graders $32.11 7A 2Y 1 r ;Yakima Laborers Firewatch $30.15 7A 2Y Yakima Laborers Form Setter $32.11 7A 2Y Yakima Laborers Gabian Basket Builders $32.11 7A 2Y Yakima Laborers General Laborer $32.11 7A 2Y i !Yakima Laborers Grade Checker E Transit $33.05 7A 2Y P Person 1Yakima Laborers Grinders $32.11 7A 2Y i Yakima Laborers Grout Machine Tender $32.11 7A 2Y Yakima Laborers i Groutmen (pressure)including $32.66 7A 2Y , Post Tension Beams i ;Yakima Laborers Guage and Lock Tender $33.15 7A 2Y 84 i 1 i Yakima Laborers Guardrail Erector $32.11 7A 2Y 'Yakima Laborers Hazardous Waste Worker (level $33.05 7A 2Y i A) t iYakima Laborers Hazardous Waste Worker (level $32.66 7A 2Y 1 B) i SYakima Laborers Hazardous Waste Worker (level $32.11 7A 2Y C) ;Yakima Laborers High Scaler $33.05 7q 2Y Yakima Laborers Jackhammer •. 7A 2Y r Yakima Laborers Laserbeam Operator .. 7A 2Y " Yakima Laborers Maintenance Person 7A 2Y 1 iYakima Laborers • - : . - . ,$32.66 7A 2Y t Yakima Laborers Material Yard Person $32.11 7q 2Y ( Yakima Laborers Motorman -dinky Locomotive •. 7A 2Y 1 Yakima Laborers Nozzleman (concrete Pump, • • 7A 2Y Green Cutter When Using i x Combination Of High Pressure s } Air a Water On Concrete £t Rock, Sandblast, Gunite, F Shotcrete, Water Bla Yakima Laborers Pavement Breaker $32.66 7A 2Y iYakima Laborers Pilot Car $30.15 7A 2Y y Yakima Laborers Pipe Layer(lead) '$33.05 7q 2Y Yakima Laborers Pipe Layer/tail. .. 7A 2Y g Yakima Laborers Pipe Pot Tender $32.66 7q ® s Yakima Laborers Pipe Reliner $32,66 7A 2Y i r Yakima Laborers Pipe Wrapper Peer •• 7A 2Y i (Yakima Laborers Pot Tender $32.11 7A 2Y i Yakima Laborers Powderman $33.05 7A 2Y I i 1 Page 5 of 16 1 !Yakima Laborers Powderman's Helper $32.11 7A 2Y 'Yakima Laborers Power Jacks $32.66 7A 2Y !Yakima Laborers Railroad Spike Puller - Power $32.66 7A 2Y Yakima Laborers Raker - Asphalt $33.05 ' 7A 2Y is Yakima Laborers Re- timberman $33.05 7A 2Y 1 !Yakima Laborers Remote Equipment Operator $32.66 7A 2Y Yakima Laborers Rigger /signal Person $32.66 7A 2Y /Yakima Laborers Rip Rap Person $32.11 7A 2Y 1 IYakima Laborers Rivet Buster $32.66 7A 2Y / Yakima Laborers Rodder $32.66 7A 2Y 1 Yakima Laborers Scaffold Erector $32.11 7A 2Y Yakima Laborers Scale Person $32.11 7A 2Y 1 Yakima Laborers Sloper (over 20 ") $32.66 7A 2Y 1 !Yakima Laborers Sloper Sprayer $32.11 7,4 2Y • Yakima Laborers Spreader (concrete) $32.66 7A 2Y Yakima Laborers Stake Hopper $32.11 7A 2Y 1 Yakima Laborers Stock Piler $32.11 7A 2Y /Yakima , Laborers Tamper Et Similar Electric, Air $32.66 7A 2Y & Gas Operated Toots 1 Yakima_ Laborers Tamper (multiple & Self- $32.66 7A 2Y propelled) , 1 iYakima Laborers 1 Timber Person - Sewer (lagger, $32.66 7,4 2Y 1 Shorer & Cribber) ! Yakima Laborers Toolroom Person (at Jobsite) $32.11 7A 2Y Yakima Laborers Topper $32.11 7A 2Y ' s Yakima Laborers Track Laborer . 32 $ .11 7A 2Y !Yakima Laborers - Track Liner (power) $32.66 7A 2Y 1 Yakima Laborers Truck Spotter $32.11 7A 2Y ;Yakima Laborers Tugger Operator $32.66 7A 2Y 1 Yakima Laborers Tunnel Work -Miner - $33.15 7A 2Y IQ IYakima Laborers Vibrator $32.66 7A 2Y Yakima Laborers Vinyl Seamer $32.11 7A 2Y I Yakima Laborers Watchman - $27.52 7A 2Y `Yakima Laborers Welder $32.66 7A 2Y Yakima Laborers Well Point Laborer $32.66 7A 2Y I ,Yakima Laborers . Window Washer /cleaner $27.52 7A 2Y Yakima Laborers - Underground Sewer General Laborer Et Topman $32.11 7A 2Y & Water 1 ! Yakima Laborers - Underground Sewer Pipe Layer $32.66 7A 2Y i & Water i 1 Yakima Landscape Construction Irrigation Or Lawn Sprinkler $9.04- 1 I s Installers /Yakima Landscape Construction Landscape Equipment $15.45 1 I 4 Operators Or Truck Drivers µ ' Yakima Landscape Construction Landscaping Or Planting $9.04 1 Laborers 1 - Page 6of16 1 'Yakima Lathers Journey Level $37.85 5D 1M I Yakima Marble Setters Journey Level $40.58 5A 1M Yakima Metal Fabrication (In Shop) Fitter $12.00_ 1 !Yakima Metal Fabrication (In Shop) Laborer $10.31 _ 1 Yakima Metal Fabrication In Sho. Machine Operator $11.32 _ 1 Yakima Metal Fabrication In Sho. Painter $12.00_ 1 r !Yakima Metal Fabrication In Sho. Welder $11.32 1 IYakima Millwright Journey Level $26.05 _ 1 , !Yakima Modular Buildin•s Journey Level $14.11 1 l Yakima Painters Journeyman $28.12 6Z 1W Yakima Pile Driver Journey Level $48.19 5A 1M 1 1 Yakima Plasterers Journey Level , $46.88 ZQ 1R "Yakima Playground & Park Equipment Journey Level $9.04 1 Installers !Yakima Plumbers a Pi.efitters Journey Level $68.54 6Z 1Q 1 1 Yakima Power Equipment Operators Asphalt Plant Operators , $50.39 7A 1T 8P a Yakima Power Equipment Operators Assistant Engineer $47.12 7A 1T 8P Yakima Power Equipment Operators Barrier Machine (zipper) $49.90 7A 1T 8P I ( Yakima Power Equipment Operators Batch Plant Operator, , $49.90 7A 1T 8P 3 Concrete Yakima Power Equipment Operators Bobcat $47.12 7A 1T 8P { (Yakima Power Equipment Operators Brokk - Remote Demolition $47.12 7A 1T 8P 1 1 ( Equipment Yakima Power Equipment Operators Brooms $47.12 7A 1T 8P ; Yakima Power Equipment Operators Bump Cutter $49.90 7A 1T 8P 1 1 !Yakima Power Equipment Operators Cableways ;$50.39 7A 1T 8P 1 'Yakima Power E uiement Operators Chipper PP ��$49.90 7A 1T 8P 1 Yakima Power Equipment Operators Compressor $47.12 7A 1T 8P s !Yakima Power Equipment Operators Concrete Pump: Truck Mount $50.39 7A 1T 2 i With Boom Attachment Over 42 M 1 Yakima Power Equipment Operators Concrete Finish Machine -laser $47.12 7A 1T 8P I Screed Yakima Power Equipment Operators Concrete Pump - Mounted Or ;$49.48 7A 1T 8P ' Trailer High Pressure Line Pump, Pump High Pressure. t i Yakima Power Equipment Operators Concrete Pump: Truck Mount $49.90 7A IT 8P i 111 1 With Boom Attachment Up To I t 42m 'Yakima Power Equipment Operators Conveyors $49.48 7A 1T 8P q 1 Yakima Power Equipment Operators Cranes: 20 Tons Through 44 $49.90 7A 1T 8P Tons With Attachments I Overhead, Bridge Type Crane: II i 20 Tons Through 44 Tons i 1 Yakima Power Equipment Operators Cranes: 100 Tons Through 199 $50.94 7A 1T 8P Tons, or 150' of boom (including jib with 4 1 attachments); Overhead, r 1 1 1 1 1 Page 7 of .16 I I bridge type, 100 tons and over; Tower crane up to 175' in height, base to boom. III Yakima Power Equipment Operators - •• Tons To 300 Tons, $51.51 7A 1T 8P Or 250' Of Boom (including Jib With Attachments) !Yakima Power Equipment Operators Cranes: 45 Tons Through 99 $50.39 7A 1T 8P Tons, Under 150' Of Boom 1 (including Jib With Attachments) Yakima Power Equipment Operators Cranes: A -frame - 10 Tons And $47.12 7A 1T 8P Under Yakima Power Equipment Operators Cranes: Friction 100 Tons $51.51 7A 1T 8P Through 199 Tons 1 Yakima Power Equipment Operators Cranes: Friction Over 200 Tons $52.07 7A 1T 8P I Yakima Power Equipment Operators Cranes: Over 300 Tons Or 300' $52.07 7A 1T 8P Of Boom (including Jib With Attachments) I [Yakima Power Equipment Operators Cranes: Through 19 Tons With $49.48 7A Attachments A -frame Over 10 1T 8P Tons l Yakima Power Equipment Operators Crusher i $49.90 7A 1T 8P `Yakima Power Equipment Operators Deck Engineer /deck Winches $49.90 7A 1T 8P i (power) I !Yakima Power Equipment Operators Derricks, On Building Work $50.39 7A 1T 8P iYakima Power Equipment Operators Dozer Quad 9, HD 41, D10 and $50.39 7A 1T 8P Over I 'Yakima Power Equipment Operators Dozers D -9 Et Under $49.48 7A 1T 8P Yakima Power Equipment Operators Drill Oilers: Auger Type, Truck $49.48 7A 1T 8P Or Crane Mount ;Yakima Power Equipment Operators Drilling Machine g $49.90 7A 1T 8P Yakima Power Equipment Operators Elevator And Man -lift: $47.12 7A 1T 8P Permanent And Shaft Type I Yakima Power Equipment Operators Finishing Machine, Bidwell And $49.90 7A 1T 8P Gamaco Et Similar Equipment Yakima Power Equipment Operators Forklift: 3000 Lbs And Over $49.48 7A 1T 8P I t With Attachments !Yakima Power Equipment Operators Forklifts: Under 3000 Lbs. With $47.12 7A 1T 8P € 1 Attachments 1 I !Yakima Power Equipment Operators Grade Engineer: Using Blue $49.90 7A 1T 8P Prints, Cut Sheets, Etc 'Yakima Power Equipment Operators _ Gradechecker /stakeman _ $47.12 7A 1T 8P !Yakima Power Equipment Operators Guardrail Punch /Auger $49.90 7A IT 8P IYakima Power Equipment Operators Hard Tail End Dump $50.39 7A 1T 8P Articulating Off- Road I 1 Equipment 45 Yards. & Over . Yakima Power Equipment Operators Hard Tail End Dump $49.90 7A 1T 8P Articulating Off -road I 1 Equipment Under 45 Yards Yakima Power Equipment Operators Horizontal /directional Drill $49.48 7A 1T 8P 1 t 1 b l - tr / /Fertrr co riro rr`.. r/ 1,-. ;/.,..,�ol,-,,-,l.,,... /,..... 7,,,,.,.1,...1... - , Page8ofl6 1 ' Locator 1 !Yakima Power Equipment Operators Horizontal /directional Drill $49.90 7A 1T 8P Operator j Yakima Power Equipment Operators Hydralifts /boom Trucks Over $49.48 7A 1T 8P I 10 Tons ! t 'Yakima Power Equipment Operators Hydralifts /boom Trucks, 10 $47.12 7A 1T 8P ( 1 Tons And Under Yakima Power Equipment Operators Loader, Overhead 8 Yards. Et $50.94 7A 1T 8P I Over � 1 Yakima Power Equipment Operators Loader, Overhead, 6 Yards. But $50.39 7A 1T 8P Not Including 8 Yards Yakima Power Equipment Operators Loaders, Overhead Under 6 $49.90 7A 1T 8P 1 1 i Yards s !Yakima Power Equipment Operators Loaders, Plant Feed $49.90 7A 1T 8P 1 !Yakima Power Equipment: Operators Loaders: Elevating Type Belt $49.48 7A 1T 8P [Yakima Power Equipment: Operators Locomotives, All $49.90 7A 1T 8P Yakima Power Equipment. Operators Material Transfer Device $49.90 7A 1T 8P Yakima Power Equipment Operators Mechanics, All (leadmen - $50.94 7A 1T 8P i 1 $0.50 Per Hour Over Mechanic) t iYakima Power Equipment Operators Mixers: Asphalt Plant 1 t p $49.90 7A 1T 8P !Yakima Power Equipment Operators Motor Patrol Grader - Non- $49.48 7A 1T 8P finishing $ Yakima Power Equipment Operators Motor Patrol Graders, Finishing .: $50.39 7A 1T 8P s i $ Yakima Power Equipment Operators Mucking Machine, Mole Tunnel g $50.39 7A 1T 8P • Drill, Boring, Road Header d And /or Shield Yakima Power Equipment Operators Oil Distributors, Blower '$47.12 7A 1T 8P r Distribution & Mulch Seeding i 8 Operator $Yakima Power Equipment Operators Outside Hoists (elevators And ;$49.48 7A 1T 8P ) I t Manlifts), Air Tuggers,strato Yakima Power Equipment Operators Overhead, Bridge Type: 45 :$50.39 7A 1T 8P 1 Tons Through 99 Tons l I tYakima Power Equipment Operators Pavement Breaker ;`$47.12 7A 1T 8P n Yakima Power Equipment Operators Pile Driver (other Than Crane $49.90 7A 1T 8P d I Mount) Yakima Power Equipment Operators Plant Oiler - Asphalt, Crusher '$49.48 7A 1T 8P Yakima Power Equipment Operators Posthole Digger, Mechanical :$47.12 7A 1T 8P i Yak Power Equipment Operators Power Plant $47.12 7A 1T 8P ;Yakima Power Equipment Operators Pumps - Water '$47.12 7A 1T 8P 'Yakima Power Equipment Operators Quick Tower - No Cab, Under $47.12 7A 1T 8P 9 100 Feet In Height Based To l I Boom :Yakima Power Equipment Operators Remote Control Operator On 1 ( t p $50.39 7A 1T 8P � I Rubber Tired Earth Moving Equipment jYakima Power Equipment Operators Rigger And Bellman $47.12 7A 1T 8P I Yakima Power Equipment Operators Rollagon $50.39 7A 1T 8P I I1 . , I11- t , + +.,r.. iii +..o,,,, ..,,, --„/1.-; /- .-._..,.. _,-- - -- i -- - - -xt. , , 1 Page 9of16 I !Yakima Power Equipment Operators Roller, Other Than Plant Mix $47.12 7A 1T 8P Yakima Power Equipment Operators Roller, Plant Mix Or Multi -lift $49.48 7A 1T 8P Materials Yakima Power Equipment Operators Roto -mill, Roto - grinder $49.90 7A 1T 8P Yakima Power Equipment Operators Saws - Concrete $49.48 7A 1T 8P 1 Yakima Power Equipment Operators Scraper, Self Propelled Under $49.90 7A 1T 8P 45 Yards Yakima Power Equipment Operators Scrapers - Concrete Et Carry All $49.48 7A 1T 8P I Yakima Power Equipment Operators Scrapers, Self - propelled: 45 $50.39 7A 1T 8P Yards And Over Yakima Power Equipment Operators Service Engineers - Equipment $49.48 7A , 1T 8P I Yakima Power Equipment Operators Shotcrete /gunite Equipment $47.12 7A 1T 8P !Yakima Power Equipment Operators Shovel , Excavator, Backhoe, $49.48 7A 1T 8P Tractors Under 15 Metric Tons. I Yakima Power Equipment Operators Shovel, Excavator, Backhoe: $50.39 7A 1T 8P Over 30 Metric Tons To 50 Metric Tons I I Yakima Power Equipment Operators Shovel, Excavator, Backhoes, $49.90 7A 1T 8P Tractors: 15 To 30 Metric Tons Yakima Power Equipment Operators Shovel, Excavator, Backhoes: $50.94 7A 1T 8P ' Over 50 Metric Tons To 90 Metric Tons Yakima Power Equipment Operators Shovel, Excavator, Backhoes: $51.51 7A 1T 8P Over 90 Metric Tons I 1Yakima Power Equipment Operators Slipform Pavers $50.39 7A 1T 8P Yakima Power Equipment Operators Spreader, Topsider Et $50.39 7A 1T 8P Screedman Yakima Power Equipment Operators Subgrader Trimmer $49.90 7A 1T 8P Yakima Power Equipment Operators Tower Bucket Elevators $49.48 7A 1T 8P I Yakima Power Equipment Operators Tower Crane Over 175'in $51.51 7A 1T 8P Height, Base To Boom Yakima Power Equipment Operators Tower Crane Up To 175' In $50.94 7A 1T 8P 1 Height Base To Boom Yakima Power Equipment Operators Transporters, All Track Or $50.39 7A 1T 8P Truck Type Yakima Power Equipment Operators Trenching Machines $49.48 7A 1T 8P JYakima Power Equipment Operators Truck Crane Oiler /driver - 100 $49.90 7A 1T 8P 1 Tons And Over I !Yakima Power Equipment Operators Truck Crane Oiler /driver Under $49.48 7A IT '8P 100: Tons Yakima Power Equipment Operators Truck Mount Portable Conveyor $49.90 7A 1T 8P I Yakima Power Equipment Operators Welder $50.39 7A 1T 8P IYakima Power Equipment Operators Wheel Tractors, Farman Type $47.12 7A 1T 8P !Yakima Power Equipment Operators Yo Yo Pay Dozer $49.90 7A 1T 8P Yakima Power Equipment Operators- Asphalt Plant Operators $50.39 7A 1T 8P Underground Sewer Et Water I IYakima Power Equipment Operators- Assistant Engineer $47.12 7A 1T 8P Underground Sewer Et Water l E h ttnc•/ /fnrtraec'1ra trn1r/ 1„;/ 11) Oh. l.,,. 1., ,., /,�,...II7.,,,.,1,,,,1.,,... ,,,..... ,, ' Page 10 of 16 1 ;Yakima Power Equipment Operators- Barrier Machine (zipper) $49.90 7A 1T 8P 1 1 Underground Sewer & Water I i Yakima Power Equipment Operators- Batch Plant Operator, $49.90 7A 1T 8P Underground Sewer & Water Concrete g Yakima Power Equipment Operators- Bobcat $47.12 7A 1T BE Underground Sewer Et Water # !Yakima Power Equipment Operators- Brokk - Remote Demolition t 1 $47.12 7A 1T 8P ' Underground Sewer Et Water Equipment Yakima Power. Equipment Operators- Brooms $47.12 7A 1T 8P Underground Sewer Et Water !Yakima Power Equipment Operators- Bump Cutter $49.90 7A 1T 8P b t Underground Sewer Et Water Yakima Power Equipment Operators- Cableways ; $50.39 7A 1T 8P 1 1 i Underground Sewer & Water Yakima Power Equipment Operators- Chipper $49.90 7A 8P f 1T 4 Underground Sewer &Water I i Yakima Power Equipment Operators- Compressor $47.12 7A 1T 8P 3 Underground Sewer & Water ;Yakima Power Equipment: Operators- Concrete Pump: Truck Mount $50.39 7A 1T 8P ; Underground Sewer Et Water With Boom Attachment Over 42 M iYakima Power Equipment Operators- Concrete Finish Machine -laser $47.12 7A 1T 8P I I Underground Sewer Et Water Screed f Yakima Power Equipment Operators- Concrete Pump Mounted Or $49.48 7A 1T 8P i 1 Underground Sewer & Water Trailer High Pressure Line Pump, Pump High Pressure. (Yakima Power Equipment Operators- Concrete Pump: Truck Mount $49.90 7A 1T 8P I t Underground Sewer & Water With Boom Attachment Up To ) 42m I • I Yakima Power Equipment Operators- Conveyors $49.48 7A 1T 8P i Underground Sewer & Water m ( 1 ;Yakima Power Equipment Operators Cranes: 20 Tons Through 44 $49.90 7A 1T 8P i Underground Sewer & Water Tons With Attachments t Overhead, Bridge Type Crane: 20 Tons Through 44 Tons i Yakima Power Equipment Operators- Cranes: 200 Tons To 300 Tons, $51.51 7A 1T 8P i Underground Sewer & Water Or 250' Of Boom (including Jib ' With Attachments) `Yakima Power Equipment Operators- Cranes: 45 Tons Through 99 4 $50.39 7A 1T 8P # i Underground Sewer & Water Tons, Under 150' Of Boom a g (including Jib With t Attachments) 1 (Yakima Power Equipment Operators- Cranes: A -frame - 10 Tons And 1$47.12 7A 1T 8P 1 Underground Sewer & Water Under Yakima Power Equipment Operators- Cranes: Friction 100 Tons $51.51 7A 1T 8P ' Underground Sewer & Water Through 199 Tons `Yakima Power Equipment Operators- Cranes: Friction Over 200 Tons ;$52.07 7A 1T 8P Underground Sewer & Water 1 1 I Yakima Power Equipment Operators- Cranes: Over 300 Tons Or 300' $52.07 7A 1T 8P ' Underground Sewer & Water Of Boom (including Jib With i Attachments) _ a I 1 httnc •/ /fnrtrPCC tzra rtn� /�ni /�x anPlnnlrnr. /r.r. �xlnnol l ,, . ,� 011,,,,,,,-, 1 Page 11 of 16 R I Yakima Power Equipment Operators- Cranes: Through 19 Tons With $49.48 7A Underground Sewer &Water Attachments A frame Over 10 1T 8P Tons I Yakima Power Equipment Operators- Crusher $49.90 7A 1T 8P Underground Sewer Et Water !Yakima 'Power Equipment Operators- Deck Engineer /deck Winches $49.90 7A 1T 8P I Underground Sewer Et Water (power) Yakima Power Equipment Operators- Derricks, On Building Work $50.39 7A 1T Underground Sewer &Water 8P I Yakima Power Equipment Operators- Dozer Quad 9, HD 41, D10 and $50.39 7A 1T 8P 9 - Underground Sewer Et Water Over Yakima Power Equipment Operators- Dozers D:9 Et Under $49.48 7A 1T 8P I Underground Sewer Et Water Yakima Power Equipment Operators- Drill Oilers: Auger Type, Truck $49.48 7A 1T 8P Underground Sewer Et Water Or Crane Mount I 'Yakima Power Equipment Operators- Drilling Machine Underground Sewer Et Water $49.90 7A 1T 8P Yakima Power Equipment Operators- Elevator And Man -lift: $47.12 7A 1T 8P I Underround Sewer Et Water Permanent And Shaft Type Power Equipment Operators- Finishing Machine, Bidwell And $49.90 7A 1T 8P t Underground Sewer Et Water Gamaco a Similar Equipment R Yakima Power Equipment Operators- Forklift: 3000 Lbs And Over $49.48 7A 1T 8P Underground Sewer Et Water With Attachments Yakima Power Equipment Operators- Forklifts: Under 3000 Lbs. With $47.12 7A 1T 8P I Underground Sewer Et Water Attachments !Yakima Power Equipment Operators- Grade Engineer: Using Blue i g $49.90 7A 1T 8P Underground Sewer Et Water Prints, Cut Sheets, Etc !Yakima Power Equipment Operators- Gradechecker /stakeman I ' Underground Sewer Et $47.12 7A 1T 8P Water !Yakima Power Equipment Operators- Guardrail Punch /Auger $49.90 7A 1T 8P I Underground Sewer Et Water f Yakima Power Equipment Operators- Hard Tail End Dump $50.39 7A 1T 8P x Underground Sewer Et Water Articulating Off- Road I r Equipment 45 Yards. Et Over Yakima Power Equipment Operators Hard Tail End Dump $49.90 7A 1T 8P Underground Sewer Et Water Articulating Off -road t ' Equipment Under 45 Yards I ;Yakima Power Equipment Operators Horizontal /directional Drill $49.48 7A 1T 8P r Underground Sewer Et Water Locator I !Yakima Power Equipment Operators- Horizontal /directional Drill 1T 8P i Underground Sewer Et Water Operator $49.90 7A !Yakima Power Equipment Operators- Hydralifts /boom Trucks Over $49.48 7A 1T 8P Il ; ' Underground Sewer Et Water 10 Tons _ Yakima Power Equipment Operators- Hydralifts /boom Trucks, 10 $47.12 7A 1T 8P r Underground Sewer Et Water Tons And Under 1 Yakima Power Equipment Operators- Loader, Overhead 8 Yards. Et $50.94 7A 1T 8P Underground Sewer Et. Water Over Yakima Power Equipment Operators- Loader, Overhead, 6 Yards. But $50.39 7A 1T 8P I i Underground Sewer Et Water Not Including 8 Yards (Yakima Power Equipment Operators Loaders, Overhead Under 6 $49.90 7A 1T 8P - httns :/ /fortress wa o-n v/ Inn/ W7aP molt itri /r,,r«I „,w Page 12 of 16 1 Underground Sewer & Water Yards t Yakima Power Equipment Operators- Loaders, Plant Feed $49.90 7A 1T 8P i Underground Sewer & Water € !Yakima Power Equipment Operators- • Loaders: Elevating Type Belt $49.48 7A 1T 8P Underground Sewer & Water i , Yakima Power Equipment Operators- Locomotives, All $49.90 7A 1T 8P R i Underground Sewer & Water — — r Yakima Power Equipment Operators- Material Transfer Device $49.90 7A 1T 8P i Underground Sewer & Water l 'Yakima Power Equipment Operators- Mechanics, All (leadmen - $50.94 7A 1T 8P i Underground Sewer & Water $0.50 Per Hour Over Mechanic) 1 iYakima Power Equipment Operators- Mixers: Asphalt Plant $49.90 7A 1T 8P Underground Sewer &Water a 1 Yakima Power Equipment Operators- Motor Patrol Grader - Non- ' $49.48 7A 1T 8P t Underground Sewer & Water finishing ; Yakima Power Equipment Operators- Motor Patrol Graders, Finishing $50.39 7A 1T 8P f x Underground Sewer & Water t Yakima Power Equipment Operators- Mucking Machine, Mole, Tunnel $50.39 7A 1T 8P 1 Underground Sewer & Water Drill, Boring, Road Header g • And /or Shield Yakima Power Equipment Operators- Oil Distributors, Blower ' $47.12 7A 1T 8P Underground Sewer Et Water Distribution Et Mulch Seeding i Operator $Yakima Power Equipment Operators- Outside Hoists (elevators And $49.48 7A 1T 8P t s Underground Sewer & Water Manlifts), Air Tuggers,strato p ?Yakima Power Equipment Operators- Overhead, Bridge Type: 45 ' $50.39 7A 1T 8P 1 Underground Sewer & Water Tons Through 99 Tons :Yakima Power Equipment Operators- Pavement Breaker $47.12 7A 1T 8P j 1 Underground Sewer & Water t t Yakima Power Equipment Operators- Pile Driver (other Than Crane - $49.90 7A 1T 8P Underground Sewer & Water Mount) !Yakima Power Equipment Operators- Plant Oiler - Asphalt, Crusher ;$49.48 7A 1T 8P 1 t Underground Sewer & Water !Yakima Power Equipment Operators- Posthole Digger, Mechanical $47.12 7A 1T 8P Underground Sewer & Water !Yakima Power Equipment Operators- Power Plant 7A 1T 8P F Underground Sewer & Water ® ( VYakima Power Equipment Operators- Pumps - Water ;$47.12 7A 1T 8P � I Underground Sewer & Water i 'Yakima Power Equipment Operators- Quick Tower - No Cab, Under ;$47.12 7A 1T 8P Underground Sewer & Water 100 Feet In Height Based To i i Boom . , l Yakima Power Equipment Operators- Remote Control Operator On ;$50.39 7A 1T 8P ( Underground Sewer & Water Rubber Tired Earth Moving t Equipment i. Yakima Power Equipment Operators- Rigger And Bellman '$47.12 7A 1T 8P i Underground Sewer Et Water Yakima Power Equipment Operators- Rollagon '$50.39 7A 1T 8P i i Underground Sewer & Water t 1 ;Yakima Power Equipment Operators- Roller, Other Than Plant Mix $47.12 7A 1T 8P , 4 - i r l ittnc•//fnrtr■ce 11.7a rrr > /1 / „,ar.olr.,.l,-,,,. /,.,.., «7.,,...1,.,.1,..,.. .,, ^,.. ,., .. Page 13 of 16 1 i Underground Sewer E Water i Yakima Power Equipment Operators- Roller, Plant Mix Or Multi -lift $49.48 ' 7A 1T 8P ' Underground Sewer Et Water Materials Yakima Power Equipment Operators- Roto -mill, Roto - grinder $49.90 7A 1T 8P a Underground Sewer Et Water Yakima Power Equipment Operators- Saws - Concrete $49.48 7A 1T 8P 1 I Underground Sewer & Water 1 Yakima Power Equipment Operators- Scraper, Self Propelled Under $49.90 7A 1T 8P Underground Sewer Et Water 45 Yards i Yakima Power Equipment Operators- Scrapers - Concrete & Carry All $49.48 7A 1T 8P Underground Sewer Et Water Yakima Power Equipment Operators- Scrapers, Self - propelled: 45 $50.39 7A 1T 8P Underground Sewer & Water Yards And Over :Yakima Power Equipment Operators- Service Engineers - Equipment $49.48 7A 1T 8P Underground Sewer a Water Yakima Power Equipment Operators- Shbtcrete /gunite Equipment $47.12 7A 1T 8P Underground Sewer & Water £Yakima Power Equipment Operators- Shovel , Excavator, Backhoe, $49.48 7A 1T 8P 1 i Underground Sewer & Water Tractors Under 15 Metric Tons. Yakima Power Equipment Operators- Shovel, Excavator, Backhoe: . $50.39 7A 1T 8P Underground Sewer & Water Over 30 Metric Tons To 50 ' Metric Tons (Yakima Power Equipment Operators- Shovel, Excavator, Backhoes, $49.90 7A 1T 8P 4 Underground Sewer & Water Tractors: 15 To 30 Metric Tons I Yakima Power Equipment Operators- Shovel, Excavator, Backhoes: $50.94 7A 1T 8P 1 & Underground Sewer Water Over 50 Metric Tons To 90 Metric Tons I Yakima Power Equipment Operators- Shovel, Excavator, Backhoes: $51.51 7A 1T 8P Underground Sewer & Water Over 90 Metric Tons Yakima Power Equipment Operators- Slipform Pavers $50.39 7A 1T 8P I 1 Underground Sewer & Water ;Yakima Power Equipment Operators- Spreader, Topsider E $50.39 7A 1T 8P Underground Sewer & Wat'er Screedman I ;Yakima Power Equipment Operators- Subgrader Trimmer $49.90 7A 1T 8P s Underground Sewer & Water iYakima Power Equipment Operators- Tower Bucket Elevators $49.48 7A 1T 8P I Underground Sewer & Water Yakima Power Equipment Operators- Tower Crane Over 175'in $51.51 7A 1T 8P Underground Sewer & Water Height, Base To Boom I Yakima Power Equipment Operators Tower Crane Up To 175' In $50.94 7A 1T 8P r Underground Sewer & Water Height Base To Boom Yakima Power Equipment Operators- Transporters, All Track Or $50.39 7A 1T 8P I Underground Sewer & Water Truck Type Yakirria Power Equipment Operators- Trenching Machines $49.48 7A 1T 8P Underground Sewer & Water I Yakima Power Equipment Operators- Truck Crane Oiler /driver - 100 $49.90 7A 1T 8P Underground Sewer & Water Tons And Over iYakima Power Equipment Operators- Truck Crane Oiler /driver Under $49.48 7A 1T 8P I # Underground Sewer. & Water 100 Tons ' eYakima Power Equipment Operators- Truck Mount Portable Conveyor $49.90 7A 1T 8P httnc• / /fnrtrecc wa anv/ lni /wauelnnkitn /nrvWare1ookun_a¢nx 8/15/2012 Page 14 of 16 1 I Underground Sewer & Water _ p iYakima Power Equipment Operators- Welder $50.39 7A 1T 8P fi C Underground Sewer & Water !Yakima Power Equipment Operators- Wheel Tractors, Farman Type a YP $47.12 7A 1T 8P s I Underground Sewer & Water ; I Yakima Power Equipment Operators- Yo Yo Pay Dozer $49.90 7A 1T 8P i I Underground Sewer & Water r ;Yakima Power Line Clearance Tree Journey Level In Charge , $42.91 5A 4A l Trimmers Yakima Power Line Clearance Tree Spray Person Trimmers $40.73 5A 4A !Yakima Power Line Clearance Tree Tree Equipment Operator $41.29 5A 4A Trimmers !Yakima Power Line Clearance Tree Tree Trimmer $38.38 5A 4A Trimmers ! I Yakima Power Line Clearance Tree Tree Trimmer Groundperson $28.95 5A 4A ; Trimmers ¢ Yakima Refrigeration & Air Journey Level $28.11 1 Conditioning Mechanics f (Yakima Residential Brick Mason Journey Level $29.00 1 , Yakima Residential Carpenters Journey Level $17.14 1 1 r Yakima Residential Cement Masons Journey Level $11.86 1 'Yakima Residential Drywall Applicators Journey Level $18.00 1 I !Yakima Residential Drywall Tapers Journey Level $17.00 1 Yakima Residential Electricians Journey Level $21.98 1 Yakima Residential Glaziers Journey Level $22.43 61 1B Yakima Residential Insulation Journey Level , $14.38 1 Applicators IYakima Residential Laborers Journey Level $11.02 1 IYakima Residential Marble Setters Journey Level '$29,00 1 t Yakima Residential Painters Journey Level ,$16.32 1 a ;Yakima 'Residential Plumbers & Journey Level '$20.55 1 s Pipefitters Yakima Residential Refrigeration & Air Journey Level ,$28.11 1 } Conditioning Mechanics ;Yakima Residential Sheet Metal Journey Level (Field or Shop) $36.12 5A 1X I Workers I Yakima Residential Soft Floor Lavers Journey Level $17.55 1 x Y 0 akima Residential Sprinkler Fitters Journey Level ; '. $9.04 1 I (Fire Protection) — r !Yakima Residential Stone Masons Journey Level ;$16.00, 1 a !Yakima Residential Terrazzo Workers Journey Level i1 $9.04 1 -r Yakima Residential Terrazzo /Tile Journey Level `$17.00 1 Finishers i t Yakima Residential Tile Setters Journey Level $16.78 1 !Yakima Roofers — f Journey Level $12.00 1 x 3 t Shop) $49.76 5A 1X Yakima Sheet Metal Workers Journey Level (Field' or Sho Yakima Sign Makers & Installers Journey Level _ $14.65 1 ( 1 1' httns / /fortress wa anv /lni /�z�aaalnnlr„n /,,ri,UxJ- 1,,,,1,,,. -. „ _ _ I Page 15of16 1 f (Electrical) Yakima Sign Makers Et Installers (Non- Journey Level $14.65 1 t Electrical) j Yakima Soft Floor Layers Journey Level $23.11 5A 1N Yakima Solar Controls For Windows Journey Level $9.04 1 l Yak i ma Sprinkler Fitters (Fire Jaurney Level $26.36 1 I Protection) Yakima Stage Rigging Mechanics (Non Journey Level $13.23 1 Structural) . I 1 Yakima Stone Masons Journey Level $40.58 5A 1M Yakima Street And Parking Lot Journey Level $9.04 1 I r Sweeper Workers 'Yakima Surveyors Assistant Construction Site $49.48 7A 1T 8P Surveyor I Yakima Surveyors Chainman $48.96 7A 1T 8P ;Yakima Surveyors Construction Site Surveyor $50.39 7A 1T 8P ;:Yakima Telecommunication Journey Level $20.00 1 I Technicians i Yakima a Telephone Line Construction - Cable Splicer $34.20 5A 2B Outside P II ` Yakima Telephone Line Construction - Hole Digger /Ground Person $18.72 5A 2B Outside } Yakima Telephone Line Construction - Installer (Repairer) 5A 2B I a Outside lYakima Telephone Line Construction - Special Aparatus Installer I $34.20 5A 2B O utside Yakima Telephone Line Construction - Special Apparatus Installer II $33.51 5A I 2B Outside Yakima Telephone Line Construction - Telephone Equipment Oper $34.21 5A 2B l 1 $ Outside (Heavy) 'Yakima Telephone Line Construction - Telephone Equipment Operator $31.81 5A 2B Outside (Light) I Yakima Telephone Line Construction - Telephone Lineperson 5A 2B l I i Outside 1 r IYakima Telephone Line Construction - Television Groundperson $18.16 5A 2B I Outside `Yak Telephone Line Construction - Television Lineperson /Installer $24.09 5A 2B I Outside Yakima Telephone Line Construction - Television System Technician $28.72 5A 2B Outside 1 lYakima Telephone Line Construction - Television Technician $25.81 5A 2B i I Outside Yakima Telephone Line Construction - Tree Trimmer $31.82 5A 2B Outside 1 I ',Yakima Terrazzo Workers Journey Level $31.42 5A 1M lYakima Tile Setters Journey Level $31.42 5A 1M x (Yakima Tile, Marble Et Terrazzo Journey Level $27.34 5A 1M ' Finishers l Traffic Control Stripers Journey Level $40.73 7A 1K 1 i httns:/ /fortress wa unv /lni /wauelnnknn /nrvWaoe.lnnk„ e n acme- Q/1 c M111 Page 16 of 16 t Yakima Truck Drivers Asphalt Mix $14:19 1 1 Yakima Truck Drivers Dump Truck Et Trailer(c.wa- $36.06 61 2G i 760) tYakima Truck Drivers Dump Truck(c.wa -760) $36.06 61 2G [ Yakima Truck Drivers Other Trucks(c.wa -760) $36.06 61 - 2G (Yakima Truck Drivers Transit Mixer $36.06 61 2G I jYakima Well Drillers Ft Irrigation Pump Irrigation Pump Installer $25.44 1 i ' Installers — 4 'Yakima Well Drifters Et Irrigation Pump Oiler $9.20 1 Installers 1Yakima Well Drillers Ft Irrigation Pump Well Driller - $18.00 1 i 1 to ,w.. _R. Installers ...�.,, ...., .. -_.. . _., _. _. _ _. I 1 1 1 1 1 t ■ , I 0 111 1 j ' I httns- / /fnrtresc wa anv /1 ni/�n�a cr al nnlrn , /r s rr v«hn ol, , ,. ,,...... ,, 1 Benefit Code Key - Effective 08 -31 -2012 thru 03 -02 -2013 I Overtime Codes I Overtime calculations are based on the hourly rate actually paid to the worker. On public works projects, the hourly rate must be not less than the prevailing rate of wage minus the hourly rate of the cost of fringe benefits actually provided for the worker. 1. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. I . B. All hours worked on Saturdays shall be paid at one and one -half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. I C. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one -half times the hourly rate of wage. All other overtime hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. I D. The first two (2) hours before or after a five - eight (8) hour workweek day or a four - ten (10) hour workweek day and the first eight (8) hours worked the next day after either workweek shall be paid at one and one -half times the hourly rate of wage. All additional hours worked and all worked on Sundays and holidays shall be paid at double the hourly rate of wage. I E. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one -half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. I F. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one -half times the hourly rate of wage. All other overtime hours worked, except Labor Day, I shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. G. The first ten (10) hours worked on Saturdays and the first ten (10) hours worked on a fifth calendar weekday in a four I - ten hour schedule, shall be paid at one and one -half times the hourly rate of wage. All hours worked in excess of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. I H. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions or equipment breakdown) shall be paid at one and one -half times the hourly rate of wage. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate I .of wage. I. All hours worked on Sundays and holidays shall also be paid at double the hourly rate of wage. I J. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one -half times the hourly rate of wage. All hours worked over ten (10) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. I K. All hours worked on Saturdays and Sundays shall be paid at one and one -half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. I M. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions) shall be paid at one and one -half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. I N. All hours worked on Saturdays (except makeup days) shall be paid at one and one -half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 1. O. The first ten (10) hours worked on Saturday shall be paid at one and one -half times the hourly rate of wage. All I. hours worked on Sundays, holidays and after twelve (12) hours; Monday through Friday and after ten (10) hours on Saturday shall be paid at double the hourly rate of wage. 1 . - . -- 1 Benefit Code Key — Effective 08 -31 -2012 thru 03 -03 -2013 P. All hours worked on Saturdays (except makeup days if circumstances warrant) and Sundays shall be paid at one and one -half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. Q. The first two (2) hours after eight (8) regular hours Monday through Friday and up to ten (10) hours worked on Saturdays shall be paid at one and one -half times the hourly rate of wage. All hours worked in excess of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays (except Christmas day) shall be paid at double the hourly rate of wage. All hours worked on Christmas day shall be paid at two and one -half times the hourly rate of wage. R. All hours worked on Sundays and holidays shall be paid at two times the hourly rate of wage. S. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one -half times the hourly rate of wage. All hours worked on holidays and all other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. T. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at time and one -half the straight time rate. Hours worked over twelve hours (12) in a single shift and all work performed after 6:00 pm Saturday to 6:00 am Monday and holidays shall be paid at double the straight time rate of pay. The employer shall have the sole discretion to assign overtime work to employees. Primary consideration for overtime work shall be given to employees regularly assigned to the work to be performed on overtime situations. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. U. All hours worked on Saturdays shall be paid at one and one -half times the hourly rate of wage. All hours worked on Sundays and holidays (except Labor Day) shall be paid at two times the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. V. All hours worked on Sundays and holidays (except Thanksgiving Day and Christmas day) shall be paid at one and one -half times the hourly rate of wage. All hours worked on Thanksgiving Day and Christmas day shall be paid at double the hourly rate of wage. W. All hours worked on Saturdays and Sundays (except make -up days due to conditions beyond the control of the employer)) shall be paid at one and one -half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. X. The first four (4) hours after eight (8) regular hours Monday through Friday and the first twelve (12) hours on Saturday shall be paid at one and one -half times the hourly rate of wage. All hours worked over twelve (12) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. When holiday falls on Saturday or Sunday, the day before Saturday, Friday, and the day after Sunday, Monday, shall be considered the holiday and all work performed shall be paid at double the hourly rate of wage. Y. All hours worked outside the hours of 5:00 am and 5:00 pm (or such other hours as may be agreed upon by any employer and the employee) and all hours worked in excess of eight (8) hours per day (10 hours per day for a 4 x 10 !� workweek) and on Saturdays and holidays (except labor day) shall be paid at one and one -half times the hourly rate of wage. (except for employees who are absent from work without prior approval on a scheduled workday during the workweek shall be paid at the straight -time rate until they have worked 8 hours in a day (10 in a 4 x 10 workweek) or 40 hours during that workweek.) All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and Labor Day shall be paid at double the hourly rate of wage. 1. Z. All hours worked on Saturdays and Sundays shall be paid at one and one -half times the hourly rate of wage. All hours worked on holidays shall be paid the straight time rate of pay in addition to holiday pay. 2. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on holidays shall be paid at one and one -half times the hourly rate of wage. 2 1 1 Benefit Code Key — Effective 08 -31 -2012 thru 03 -03 -2013 I 2. C. All hours worked on Sundays shall be paid at one and one -half times the hourly rate of wage. All hours worked on holidays shall be paid at two times the hourly rate of wage. ' F. The first eight (8) hours worked on holidays shall be paid at the straight hourly rate of wage in addition to the holiday pay. All hours worked in excess of eight (8) hours on holidays shall be paid at double the hourly rate of wage. ' G. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on paid holidays shall be paid at two and one -half times the hourly rate of wage including holiday pay. H. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on holidays shall ' be paid at one and one -half times the hourly rate of wage. K. All hours worked on holidays shall be paid at two times the hourly rate of wage in addition to the holiday pay. ' O. All hours worked on Sundays and holidays shall be paid at one and one -half times the hourly rate of wage. R. All hours worked on Sundays and holidays and all hours worked over sixty (60) in one week shall be paid at double the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one -half times the hourly rate of wage. All hours worked over 12 hours in a day or on Sundays and holidays shall be paid at double the hourly rate of wage. ' W. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one -half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four -day, ten- I hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage. The first eight (8) hours worked on the fifth day shall be paid at one and one -half times the hourly rate of wage. All other hours worked on the fifth, sixth, and seventh days and on holidays shall be paid at double the hourly rate of wage. Y. All hours worked on Saturdays (except for make -up days) shall be paid at one and one -half times the hourly rate of wage. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. I , 3. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. A. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when ' four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at time and one -half the straight time rate. Hours worked over twelve hours (12) in a single shift and all work performed after 6:00 pm Saturday to 6:00 am Monday and holidays shall be paid at double the straight time rate of pay. Any shift starting between the hours of 6:00 pm and midnight shall receive an additional one dollar ($1.00) per hour for all hours worked that shift. The employer shall have the sole discretion to assign overtime work to employees. Primary consideration for overtime work shall be given to employees regularly assigned to the work to be performed on overtime situations. ' After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. B. The first four (4) hours after eight (8) regular hours Monday through Friday and the first twelve (12) hours on Saturday shall be paid at one and one -half times the hourly rate of wage. All hours worked over twelve (12) hours '. Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at.double the hourly rate of wage. ' C. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at one and one -half times the hourly rate of wage. All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays shall be paid at double the hourly rate 1 of wage. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. 1 = 3 1 Benefit Code Key — Effective 08 -31 -2012 thru 03 -03 -2013 • 3. D. All hours worked between 6 pm Monday through 6 am Saturday, shall be paid at an overtime rate of 15% over the hourly rate of wage. All other hours worked after 6:00 am on Saturdays, shall be paid at one and one -half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. E. All hours worked Sundays and holidays shall be paid at double the hourly rate of wage. Each week, once 40 hours of straight time work is achieved, then any hours worked over 10 hours per day Monday through Saturday shall be paid at double the hourly wage rate. 4. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. A. All hours worked in excess of eight (8) hours per day or forty (40) hours per week shall be paid at double the hourly rate of wage. All hours worked on Saturdays, Sundays and holidays shall be paid at double the hourly rate of wage. B. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions) shall be paid at one and one -half times the hourly rate of wage. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. Holiday Codes 1 5. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, and Christmas Day (7). B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, the day before Christmas, and Christmas Day (8). C. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). D. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). H. Holidays. New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Day after Thanksgiving Day, And Christmas (6). I. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day ( J. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Eve Day, And Christmas Day (7). K. Holidays: New Year's Day, 'Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). L. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, And Christmas Day (8). N Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day, The Friday After Thanksgiving Day, And Christmas Day (9). P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday And Saturday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). If A Holiday Falls On Sunday, The Following Monday Shall Be Considered As A Holiday. R. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day After Thanksgiving Day, One -Half Day Before Christmas Day, And Christmas Day. (7 1/2). — 4 — 1 Benefit Code Key — Effective 08 -31 -2012 thru 03 -03 -2013 P 5. S. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, And Christmas Day (7). ' T. Paid Holidays: New Year's Day, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving "Day, Christmas Day, And The Day Before Or After Christmas (9). ' Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). ' Holiday Codes Continued 6. A. Paid Holidays. New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, And Christmas Day (8). E. Paid Holidays: New Year's Day, Day Before Or After New Year's Day, Presidents Day, Memorial Day, ' Independence Day, Labor Day, Thanksgiving Day, Day After Thanksgiving Day, Christmas Day, And A Half -Day On Christmas Eve Day. (9 1/2). G. Paid Holidays: New Year's Day, Martin Luther King Jr. Day, Presidents' Day, Memorial Day, Independence ' Day, Labor Day, Veterans' Day, Thanksgiving Day, The Friday After Thanksgiving Day, Christmas Day, And Christmas Eve Day (11). H. Paid Holidays: New Year's Day, New Year's Eve Day, Memorial Day, Independence Day, Labor Day, Thanksgiving I , Day, Friday After Thanksgiving Day, Christmas Day, The Day After Christmas, And A Floating Holiday (10). I. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday I After Thanksgiving Day, And Christmas Day (7). Q. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, The Day After Thanksgiving Day And Christmas Day (8). Unpaid Holiday; Presidents' Day. ' T. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, The Last Working Day Before Christmas Day, And ' Christmas Day (9). Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (7). If a holiday falls on Saturday, the preceding Friday shall be considered as the holiday. If a holiday falls on Sunday, the following Monday shall be considered as the holiday. ' Holiday Codes Continued 7. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday And ' Saturday After Thanksgiving Day, And Christmas Day (8). Any Holiday Which Falls On A Sunday Shall Be Observed As A Holiday On The Following Monday If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. ' B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the ' preceding Friday. C. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a ' Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. 5 Benefit Code Key — Effective 08 -31 -2012 thru 03 -03 -2013 7. D. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Unpaid Holidays: President's Day. Any paid holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any paid holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. E. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the. following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. F. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the last working day before Christmas day and Christmas day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. G. Holidays: New Year's Day, Memorial Day, Independence Day, Labor. Day, Thanksgiving Day, and Christmas Day (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. H. Holidays: New Year's Day, Martin Luther King Jr. Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. Holidays: New Year's Day, President's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, The Day Before Christmas Day And Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. J. Holidays: New Year's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day and Christmas Day (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. K. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. L. Holidays: New Year's Day, Memorial Day, Labor Day, Independence Day, Thanksgiving Day, the Last Work Day before Christmas Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. 1 M. Paid Holidays: New Year's Day, The Day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, And the Day after or before Christmas Day. 10). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. N. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. When Christmas falls on a Saturday, the preceding Friday shall be observed as a holiday. 1 O. Paid Holidays: New Year's Day, The Day After Or Before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, Christmas Day, The Day After Or Before Christmas Day, And The Employees Birthday. 11). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. P. Holidays New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday 6 -- 1 Benefit Code Key — Effective 08 -31 -2012 thru 03 -03 -2013 7. Q. Holidays: New Year's Day, Memorial Day, Independence Day, Day, Thanksgiving Day, the Friday after Y Y Y P Y� Y� g g Y Y Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. R. Paid Holidays: New Year's Day, the day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day after or before Christmas Day (10). If any of the listed holidays fall on Saturday, the preceding Friday shall be observed as the holiday. If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. Note Codes 8. A. In addition to the hourly wage and fringe benefits, the following depth premiums apply to depths of fifty feet or more: Over 50' To 100' - $2.00 per Foot for Each Foot Over 50 Feet Over 100' To 150' - $3.00 per Foot for Each Foot Over 100 Feet Over 150' To 220' - $4.00 per Foot for Each Foot Over 150 Feet Over 220' - $5.00 per Foot for Each Foot Over 220 Feet C. In addition to the hourly wage and fringe benefits, the following depth premiums apply to depths of fifty feet or more: Over 50' To 100' - $1.00 per Foot for Each Foot Over 50 Feet ' Over 100' To 150' - $1.50 per Foot for Each Foot Over 100 Feet Over 150' To 200' - $2.00 per Foot for Each Foot Over 150 Feet Over 200' - Divers May Name Their Own Price D. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour. L. Workers on hazmat projects receive additional hourly premiums as follows - Level A: $0.75, Level B:. $0.50, And Level C: $0.25. M. Workers on hazmat projects receive additional hourly premiums as follows: Levels A & B. $1.00, Levels C & D: $0.50. N. Workers on hazmat projects receive additional hourly premiums as follows - Level A: $1.00, Level B: $0.75, Level C: $0.50, And Level D: $0.25 P. Workers on hazmat projects receive additional hourly premiums as follows - Class A Suit: $2.00, Class B Suit: $1.50, Class C Suit: $1.00, And Class D Suit $0.50. ' Q The highest pressure registered on the gauge for an accumulated time of more than fifteen (15) minutes during the shift shall be used in determining the scale paid. R. Effective August 31, 2012 — A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized. A Traffic Control Laborer performs the setup, maintenance and removal of all temporary •traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. These classifications are only effective on or after August 31, 2012. S. Effective August 31, 2012 — A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31, 2012. 7 ~ 1 Benefit Code Key — Effective 08 -31 -2012 thru 03- 032013 8. T. Effective August 31, 2012 — A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31, 2012. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 8 1 1 Washington State Department of Labor and Industries ' Policy Statement (Regarding the Production of "Standard" or "Non- standard" Items) ' The offsite fabrication of nonstandard items specifically produced for a public works project is considered public work for which prevailing wages are required. 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 1 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 1 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.. 1 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. 1 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. 1 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. 1 • 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: It is the manufacturer's responsibility to verify that the correct county wage rates are applied to work they perform. 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. 1 1 1 Supplemental to Wage Rates 1 08/31/2012 Edition, Published August 3rd, 2012 1 WSDOT's 1 Predetermined List for Suppliers - Manufactures - Fabricator 1 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. 1 ITEM DESCRIPTION YES NO 1 1. Metal rectangular frames, solid metal covers, herringbone grates, and bi- directional vaned grates for Catch Basin 1 Types 1, 1 L, 1P, and 2 and Concrete Inlets. See Std. Plans 2. Metal circular frames (rings) and covers, circular grates, and prefabricated ladders for Manhole Types 1, 2, and 3, Drywell Types 1, 2, and 3 and Catch Basin Type 2. i See Std. Plans 3. Prefabricated steel grate supports and welded grates, I j metal frames and dual vaned grates, and Type 1, 2, and 3 structural tubing grates for Drop Inlets. See Std. Plans. 4 Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes smaller than 60 inch diameter. I I X 5 Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes larger than 60 inch diameter. I X 1 6. Corrugated Steel Pipe - Steel lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch X to 120 inches in diameter. May also be treated, 1 thru 5. 7. Corrugated Aluminum Pipe - Aluminum lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in diameter. May also be treated, #5. 1 i X Y 1 1 1 Supplemental to Wage Rates 2 08/31/2012 Edition, Published August 3rd, 2012 1 1 . 1 1 1 ITEM DESCRIPTION YES NO 8. Anchor Bolts & Nuts - Anchor Bolts and Nuts, for I mounting sign structures, luminaries and other items, shall be made from commercial bolt stock. X See Contract Plans and Std. Plans for size and material type. 1 9. Aluminum Pedestrian Handrail - Pedestrian handrail conforming to the type and material specifications set forth in the contract plans. Welding of aluminum shall be X I in accordance with Section 9- 28.14(3). 10. Major Structural Steel Fabrication - Fabrication of major steel 1 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 I structures, access ladders for irrigation boxes, bridge expansion joint systems, etc., involving welding, cutting, punching and /or X boring of holes. See Contact Plans for item description and shop 1 drawings. . 12. Aluminum Bridge Railing Type BP - Metal bridge railing conforming to the type and material specifications set forth in the Contract Plans. Welding of aluminum shall be in X I ' accordance with Section 9- 28.14(3). I 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 I . 14. Precast Manhole Types 1, 2, and 3 with cones, adjustment X sections and flat top slabs. See Std. Plans. 15. Precast Drywell Types 1, 2, and with cones and adjustment Sections. i See Std. Plans. X 16 Precast Catch Basin - Catch Basin type 1, 1 L, 1P, and 2 With adjustment sections See Std. Plans. X 1 1 1 Supplemental to Wage Rates 3 08/31/2012 Edition, Published August 3rd, 2012 1 1 1 ITEM DESCRIPTION YES NO 1 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 1 19. Precast Grate Inlet Type 2 with extension and top units. See Std. Plans X 1 20. Metal frames, vaned grates, and hoods for Combination Inlets. See Std. Plans i 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 X requirements. Shop drawings are to be provided for approval prior to casting 22. Vault Risers - For use with Valve Vaults and Utilities ! 1 Vaults. X 23. Valve Vault - For use with underground utilities. j X 1 See Contract Plans for details. 24 Precast Concrete Barrier - Precast Concrete Barrier for use as new barrier or may also be used as Temporary Concrete ! 1 Barrier. Only new state approved barrier may be used as X permanent barrier 25. Reinforced Earth Wall Panels — Reinforced Earth Wall Panels in 1 size and shape as shown in the Plans. Fabrication plant has annual approval for methods and materials to be used. See Shop Drawing. X Fabrication at other locations may be approved, after facilities inspection, contact HQ. Lab. 26. Precast Concrete Walls - Precast Concrete Walls - tilt -up wall panel in size and shape as shown in Plans. X Fabrication plant has annual approval for methods and materials to be used 1 1 Supplemental to Wage Rates 4 1 08/31/2012 Edition, Published August 3rd, 2012 1 1 1 1 ITEM DESCRIPTION YES NO ' 27. Precast Railroad Crossings - Concrete Crossing Structure Slabs. 28. 12, 18 and 26 inch Standard Precast Prestressed Girder — Standard Precast Prestressed Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to X casting girders. I See Std. Spec. Section 6- 02.3(25)A 29. Prestressed Concrete Girder Series 4 -14 - Prestressed Concrete Girders for use in structures. Fabricator plant has annual approval ' of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6- 02.3(25)A 30. Prestressed Tri -Beam Girder - Prestressed Tri -Beam Girders for use in structures Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided X for approval prior to casting girders. See Std. Spec. Section 6- 02.3(25)A 31. Prestressed Precast Hollow -Core Slab — Precast Prestressed I. 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. 1 See Std. Spec. Section 6- 02.3(25)A. 32. Prestressed -Bulb Tee Girder - Bulb Tee Prestressed Girder for ' use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6- 02.3(25)A 33. Monument Case and Cover X See Std. Plan. 1 1 1 1 Supplemental to Wage Rates 5 08/31/2012 Edition, Published August 3rd, 2012 1 1 1 ITEM DESCRIPTION YES NO 1 34. Cantilever Sign Structure - Cantilever Sign Structure fabricated from steel tubing meeting AASHTO -M -183. See Std. Plans, and Contract Plans for details. The steel structure shall be galvanized after fabrication in accordance with AASHTO -M -111. 35. Mono -tube Sign Structures - Mono -tube Sign Bridge fabricated to details shown in the Plans. Shop drawings for approval are required prior to fabrication. 36. Steel Sign Bridges - Steel Sign Bridges fabricated from steel tubing meeting AASHTO -M -138 for Aluminum Alloys. See Std. Plans, and Contract Plans for details. The steel structure X shall be galvanized after fabrication in accordance with AASHTO -M -111. 37. Steel Sign Post - Fabricated Steel Sign Posts as detailed in Std Plans. Shop drawings for approval are to be provided prior to j X fabrication 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 X - Provisions for pre- approved drawings. 40. Traffic Signal Standards - Traffic Signal Standards for use on highway and /or street signal systems Standards to be fabricated to conform with methods and material as specified on Std. Plans. X See Special Provisions for pre- approved drawings 41. Precast Concrete Sloped Mountable Curb (Single and DualFaced) X See Std. Plans. 1 1 1 Supplemental to Wage Rates 6 08/31/2012 Edition, Published August 3rd, 2012 1 1 1 1 • ITEM DESCRIPTION YES NO 42. Traffic Signs - Prior to approval of a Fabricator of Traffic Signs, 1 the sources of the following materials must be submitted and approved for reflective sheeting, legend material, and aluminum sheeting. X X I NOTE: * ** Fabrication inspection required. Only signs tagged "Fabrication Approved" by WSDOT Sign Fabrication Inspector to be installed Custom Std' ' Message Signing Message 43. Cutting & bending reinforcing steel X 1 44. Guardrail components • _ X X Custom Standard End Sec . Sec ' 45. Aggregates /Concrete mixes Covered by WAC 296- 127 -018 46. Asphalt Covered by WAC 296- 127 -018 " 47. Fiber fabrics - - - - -- - - - -- -- -- - - - - -- - -- j -- -~ X 48. Electrical wiring /components X 49. treated or untreated timber pile X 1 50. Girder pads (elastomeric bearing) X 51. Standard Dimension lumber X 1 52. Irrigation components X 1 1 1 1 1 Supplemental to Wage Rates 7 08/31/2012 Edition, Published August 3rd, 2012 1 1 ��� . �E�� ;����� ��� NO 53. Fencing materials ~~ 54. Guide Posts ~~ °~ 55. Traffic Buttons \ 1 56. Epony---- --- --- --------- i � ^~ 57. Cribbing X �~ 58 Water distribution materials ' _-- �� .~ 59. Steel "H^piles 60. Steel pipe for concrete pile casngs ' X | �� 61. Steel pile tips, standard | 62. Steel pile tips, custom X ~. ' -_ 1 1 Supplemental to Wage Rates 8 1 08/31/2012 Edition, Published August 3rd, 2012 1 1 WSDOT's List of State Occupations not applicable to Heavy and Highway Construction Projects This project is subject to the state hourly minimum rates for wages and fringe benefits in the contract provisions, as provided by the state Department of Labor and Industries. The following list of occupations, is comprised of those occupations that are not normally used in the construction of heavy and highway projects. 1 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 1 Rates For Public Work Contracts" documents. • Electrical Fixture Maintenance Workers ' • Electricians - Motor Shop • Heating Equipment Mechanics • Industrial Engine and Machine Mechanics • Industrial Power Vacuum Cleaners 1 • Inspection, Cleaning, Sealing of Water Systems by Remote Control .• Laborers - Underground Sewer & Water • Machinists (Hydroelectric Site Work) 1 • Modular Buildings • Playground & Park Equipment Installers • Power Equipment Operators - Underground Sewer & Water • Residential ***ALL ASSOCIATED RATES"* 1 • Sign Makers and Installers (Non - Electrical) • Sign Makers and Installers (Electrical) • Stage Rigging Mechanics (Non Structural) 1 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. 1 1 1 1 Supplemental to Wage Rates 9 08/31/2012 Edition, Published August 3rd, 2012 1 1 1 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: 1 (i) At one or more point(s) directly upon the location where the material will be incorporated into the project; or 1 (ii) At multiple points at the project; or (iii) Adjacent to the location and coordinated with the incorporation of those materials. 1 (b) They wait at or near a public works project site to perform any tasks subject to this section of the rule. 1 (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 1 project. 1 1 Supplemental to Wage Rates 10 08/31/2012 Edition, Published August 3rd, 2012 1 1 1 ' (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 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 1 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 1 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. 1 [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 1 12/18/91 and 4/1/92, effective 8/31/92.] 1 1 1 Supplemental to Wage Rates 11 08/31/2012 Edition, Published August 3rd, 2012 1 1 PROPOSAL To the City Clerk Yakima, Washington This certifies that the undersigned has examined the location of: 1 CITY OF YAKIMA Beech Street Area Sewer Project ■ City Project No. 2264 1 and that the plans, specifications and contract governing the work embraced in this 1 improvement, and the method by which payment will be made for said work, is understood. The undersigned hereby proposes to undertake and complete the work embraced in this improvement, or as much thereof as can be completed with the money available in accordance with the said plans, specifications and contract, and the following schedule of rates and prices. NOTE. Unit prices for all items, all extensions, and total amount of bid, shall be shown, and be written in ink or typed. Show unit prices in figures only. Figures written to the right of the dot (decimal) in the dollars column shall be considered as cents. 1 1 1 1 1 1 1 85 1 1 . ITEM PROPOSAL BID SHEET 1 Beech Street Area Sewer Project City Project No. 2264 1 ITEM PROPOSAL ITEM UNIT PRICE AMOUNT I NO. PAYMENT SECTION QTY UNIT DOLLARS DOLLARS SPCC PLAN 1 1-07.15 1 LS 5I000 S 00 0 " 1 MOBILIZATION 2 1 LS 1 -09.7 ti C'Co ‘/.1 t. DO I PROJECT TEMPORARY TRAFFIC CONTROL 3 110.5 1 LS Ct DOD — 5 �00(7' CLEARING AND GRUBBING 4 2 -01.5 1 LS g S0 Cg 5DD - 1 5 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 1 LS 2-02.5 ,4,, p 0D 0 DO 0 — 6 SAW -CUT, PER INCH DEPTH 275 LF I 2 -02.5 • s 1 /0 / Q 7 SHORING OR EXTRA EXCAVATION CLASS A 1 LS 2-09.5 15 0 0 0 _ S O O 0 I 8 CRUSHED SURFACING BASE COURSE 350 TON � 4 -04.5 2i - l For) — 9 ASPHALT TREATED BASE 255 TON // // 111 - 4-06.5 1p ! co, D LC 10 HMA CL. 'A IN. PG 64 -28 135 TON / p 5 -04.5 l O fl - 13 sot) - I 11 MANHOLE 48 IN. DIAM., TYPE 1 2 7-05.5 / 7 g DD ~ 3 , (ay MANHOLE 60 IN. DIAM., TYPE 1 12 7 -05.5 4 EA 3 0 0 0 12 , 0 00 1 13 MANHOLE 72 IN. DIAM., TYPE 1 4 EA �7 7-05.5 ? '') 00 — I Li 8 D SHORING OR EXTRA EXCAVATION CLASS B 2,556 LF I 14 7-08 2. S /12- 15 SELECT BACKFILL, AS DIRECTED 300 CY 7 -17.5 2 b - - 7 / fi t - 1 16 36 -INCH SANITARY SEWER PIPE, IN PLACE 717.5 • �fo 2 235 LF u n 3 s � 7 .� I 17 12 -INCH SANITARY SEWER PIPE, IN PLACE 440 LF S r Ce !—l/ 'fro 2Z 7 7 18 SEWER LIFT STATION DECOMISSION 1 FA $15,000 $15,000 7 -17.5 $ 19 EXISTING T IRRIGATION WELL WORK 1 FA $20,000 $20,000 Addendum No. 1 Page 6 of 7 August 23, 2012 1 1 1 1 CAHIN LINK FENCE TYPE 3 20 1850 LF 8 - 12.5 9 35 Is 21 TEMPORARY FENCE 1 LF 8 - 12.5 r 709 REPAIR OR REPLACEMENT 22 1 FA $25,000.00 $25,000.00 1 8 -30.5 SUB TOTAL : 5 6 ` °7o 1 STATE SALES TAX (8.2 %) • ''y� � C�J, ` �s yxlf fG TOTAL : .i;x; * . 0.4P r 1 1 1 1 1 1 1 1 1 1 1 1 Addendum No. 1 Page 7 of 7 August 23, 2012 1 , 1 BID BOND FORM Herewith find deposit in the form of p a certified check, cashiers check, or cash in the amount of $ which amount is not less than five percent of the total bid. 1 Sign Here BID BOND 1 KNOW ALL MEN BY THESE PRESENTS: That we, Pipe of Washington, Inc. dba POW Contractin as principal, and 1 The Guarantee Company of Nortn'America UJH as Surety, are held and firmly bound unto the City of Yakima, as Obligee, in the penal s um of Percen of Bid* ((5°/0 of bid Dollars, for the paymen of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. I The condition of this obligation is such that 'f thObllie ee shall make any award to the Principal for Beech Street Area Sewer Project Interstate 82 to beech reet #2264 , according to the terms of 1 the proposal or bid made by the Principal therefor, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the I Principal shall, in case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the call for bids, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the amount of this bond. I , SIGNED, SEALED AND DATED THIS 30th DAY OF August 20 12 1 Pipe of Washington, tic. dba POW Contracting _ h-vz_v) s / 1 Principal The Guarantee Company of North America USA Sure y / • Judith 0 Kaiser- Smith, Attorney -in -Fact 1 , 1 Received return of deposit in the sum of $ 1 1 89 1 1 1 113E GtIARA91E6, cAt t SORB A<wfERIfAERn. THE GUARANTEE COMPANY OF NORTH AMERICA USA I usn , Southfield, Michigan '",,,„ „,,I POWER OF ATTORNEY KNOW ALL BY THESE PRESENTS That THE GUARANTEE. COMPANY OF NORTH AMERICA USA, a corporation organized and existing under the laws of the State of Michigan, having its principal office in Southfield, Michigan, does hereby constitute and appoint I James E. Majeskey II, Walter W. Wolf Judith A. Rapp, Shawn M. Wilson, Judith C. Kaiser - Smith, Nicholas W. Paget, Shelly Donovan Payne Financial Group Inc I its true and lawful attorney(s) -in -fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required or permitted by law, statute, rule, regulation, contract or otherwise. I The execution of such instrument(s) in pursuance of these presents, shall be as binding upon THE GUARANTEE COMPANY OF NORTH AMERICA USA as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at the principal office. The Power of Attorney is executed and may be certified so, and may be revoked, pursuant to and by authority of Article IX, Section 9.03 of the By -Laws I adopted by the Board of Directors of THE GUARANTEE COMPANY OF NORTH AMERICA USA at a meeting held on the 31 day of December, 2003. I he President, or any Vice President, acting with any Secretary or Assistant Secretary, shall have power and authority 1 To appoint Attorney(s) -in -fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof; and I 2. To revoke, at any time, any such Attorney -in -fact and revoke the'authority given, except as provided below 3. In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and authority hereby given to the Attorney -in -Fact includes any and all consents for the release of retained percentages and /or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of I Florida Department of Transportation making payment of the final estimate to the Contractor and /or its assignee, shall not relieve this surety company of any of its obligations under its bond. 4 In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner – Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. I Further, this Power of Attorney is signed and sealed by facsimile pursuant to resolution of the Board of Directors of the Company adopted at a meeting duly called and held on the 6th day of December 2011, of which the following is a true excerpt: I RESOLVED that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any Power of Attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, contracts of indemnity and other writings obligatory in the nature thereof, and such signature and seal when so used shall have the same force and effect as though manually affixed. J e4TE' ro IN WITNESS WHEREOF, THE GUARANTEE COMPANY OF NORTH AMERICA USA has caused this instrument to be signed and its corporate seal to be affixed by its authorized officer, this 23rd day of February, 2012, l � � / / THE GUARANTEE COMPANY OF NORTH AMERICA USA �RTh AMEN% _ 1 `` 7 l _ _ , STATE OF MICHIGAN Stephen C. Ruschak, Vice President ' Randall Musselman, Secretary I County of Oakland On this 23rd day of February, 2012 before me came the individuals who executed the preceding instrument, to me personally known, and being by me duly sworn, said that each is the herein described and authorized,officer of The Guarantee Company of North America USA, that the seal affixed to said , instrument is the Corporate Seal of said Company; that the Corporate Seal and each signature were duly affixed by order of the Board of Directors of I Cynthia A. Takai IN WITNESS WHEREOF, I have hereunto set my hand at The Guarantee w.,., ; .,; ,; Notary Public, State of Michigan Company of North America USA offices the day and year above written. K , `° ° r` ' -, County of Oakland ;� r My Commission Expires February 27, 2018 6 J a , �`� i ` ° Uk.. ` 'a , ` Acting in Oak /and County -rg l` , I, Randall Musselman, Secretary of THE GUARANTEE COMPANY OF NORTH AMERICA USA, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney executed by THE GUARANTEE COMPANY OF NORTH AMERICA USA, which is still in full force and effect. 1 G /,.�hTEe c ; IN WITNESS WHEREOF, I have thereunto set my hand and attached the seal of said Company this30 th da y of Au t , 2012 (! I ; * Gkl"A -_ Randall Musselman, Secretary 1 1 1 CITY OF YAKIMA 1 Beech Street Area Sewer Project City Project No. 2264 I 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 I 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 1 0 CASH IN THE AMOUNT OF 1 CASHIER'S CHECK 0 DOLLARS 1 CERTIFIED CHECK 0 ($ ) PAYABLE TO THE CITY TREASURER PROPOSAL BOND IN THE AMOUNT OF 5% OF THE BID I `* Receipt is hereby acknowledged of addendum(s) No (s) a & 3 tGNATURE OF AUTH RIZED OFFICIAL(s) 1 5 \G I QPoQO FIRM NAME 7 (..-c6 � " E'e`l , / /J� (ADDRESS) R 9 g r77 S Fi RA , W '- '' fi 2.. 1 PHONE NUMBER , STATE OF WASHINGTON CONTRACTORS LICENSE NUMBER iO A- o Li I F E D E R A L I q H 1 0 l q' 1 l Fi 1 I'l 1 I Note '� WA STATE EMPLOYMENT SECURITY REFERENCE NO. 2- Z823 D' 7 (1) This proposal form is not transferable and any alteration of the firm's name entered hereon without prior permission from I 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. I (3) Should it be necessary to modify this proposal either in writing or by electronic means, please make reference to the following proposal number in your communication. 1 1 1 91 1 1 NON- COLLUSION DECLARATION ' I, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: 1. That the aforesigned person(s), firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the ' project for which this proposal is submitted 2. That by signing the signature page of this proposal, I am deemed to have signed and have agreed to the provisions of this declaration. NOTICE TO ALL BIDDERS To report bid rigging activities call: 1 1 - 800 - 424 -9071 The U.S. Department of Transportation (USDOT) operates the above toll -free "hotline" Monday 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 I activities. The "hotline" is part of USDOT's continuing effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the USDOT Inspector General. All information will be treated confidentially and caller anonymity will be respected. 1 1 1 1 1 1 1 93 1 I NON - DISCRIMINATION PROVISION I During the performance of this contract, the contractor agrees as follows: 1 (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, I 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 1 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. I *(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. I *(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 I 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. I *(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 I ' Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. 1 "(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 I 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. I "(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 I any subcontract or purchase order as the contracting agency may direct as a means of enforcing such provisions including sanctions for noncompliance I 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 " 1 1 1 95 :.. 1 WOMEN AND MINORITY BUSINESS ENTERPRISE POLICY 1 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 1 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 pp Y P P contractor opportunities with the City of Yakima, and as a recipient of federal and state financial 1 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 1 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 1 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. 1 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 I 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 1 that plans /specifications, bid forms, and invitations to bid are as widely distributed as possible. 1 1 • 1 1 1 1 1 1 97 1 RESOLUTION NO. 1 ` 4.8 1 6 1 A RESOLUTION adopting a "Women And Minority Business Enterprise Policy" for the City. of Yakima. 1 WHEREAS, the City of Yakima is the- recipient of federal and state assistance which assistance carries with it the obli- 1 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 t the maximum 1 practicable opportunity t� 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 r attached hereto, now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE, CITY OF YAKIMA: 1 The City Council hereby adopts the "Women And Minority Business Enterprise Policy ", a copy of which is attached hereto and by reference made a" part hereof. • ADOPTED: BY THE CITY COUNCIL this ...4 Wt day of � c� e �- , ' 1983. O M i& LQ Mayor 1 • ATTEST: City Clerk 1 1 99 • ":".1 4F111\ '" t ^n i.Ir . T'.f w , t /^+ w �N : w �a. .V O lancer "vv -ith. amrrii rah i � . � p, g t o.n , and; Natu;raliati on�Act. , :��'• Jam} i ? v ;.a:; :, 4 :r m a��k; :� ,.�,; .:k�+ _ r € m•6 �?�; ". e.". �,�, .�'`„� ';,fi ,� v . r 1 i . ........ = :: s_ .s. .,. �. r. v a., -.,'.: _, a a' +�,'t s i ,: *Kt H'r l i `eilavM;rat , ., r M"`+.�°r 0.;n- `� t' 0,71,4. ,Arise: V w r ,- The City of Yakima supports the Federal Immigration, Reform and Control Act of 1986, as amended The City requires that all contractors or business entities that contract with the City for the award of any City contract for public works in excess of Five Thousand Dollars ($5,000), or any other city contract in excess of Two Thousand Five Hundred Dollars ($2,500), enroll in the E- Verify program or its successor, and thereafter to verify its employees' proof of citizenship and authorization to work in the United States E- Verify will be used for newly hired employees during the term of the contract ONLY it is NOT to be used for existing employees The Contractor must remain enrolled in the program for the duration of the contract and be responsible for verification of every applicable subcontractor The contractor shall sign and return with their bid response the E- Verify Declaration below .Failure to do so may be cause for rejection of bid E- VERIFY COMPLIANCE DECLARATION The undersigned declares, under penalty of perjury under the laws of Washington State that: 1 By submitting this Declaration, I certify that I do not and will not, during the performance of this ' contract, employ illegal alien workers, or otherwise violate the provisions of the Federal Immigration Reform and Control Act of 1986 2. I agree to enroll in E- Verify prior to the start date of any contract issued by the City of Yakima to ensure that my workforce is legal to work in the United States of America. I agree to use E- Verify for all newly hired employees during the length of the contract. 3 I certify that I am duly authorized to sign this declaration on behalf of my company 4. I acknowledge that the City of Yakima reserves the right to require evidence of enrollment of the E- Verify program at any time and that non - compliance could lead to suspension of this contract. Firm Name -Mkk3 C Az r e-r l� Dated this (e day of , 20 1 Sig - Si natur ,�'��„�/ 1 Printed Name. I N VJ o g B Phone #: I Email Address: :0R a,C rrkdn „Olio Security's Web Address is: http. /www.dhs. eov /e- verify ' Completed declarations can be mailed to City of Yakima Purchasing, 129 N 2 Street, Yakima, WA 98901, faxed to 509 -576 -6394 or scanned and emailed to sownby @ci.yakima -wa.us 1 ' 101 1 ' AFFIRMATIVE ACTION PLAN The bidders, contractors and subcontractors will not be eligible for award of a contract under this Advertisement for Bids unless it certifies as prescribed, that it adopts the minimum goals and timetable of minority and women workforce utilization and specific affirmative action steps ' as set forth by the City of Yakima, This is directed at increasing minority and women workforce utilization by means of applying good faith efforts to carrying out such steps. However, no contractor or subcontractor shall be found to be in noncompliance solely on account of its failure to meet its goals within its timetables, but such, contractor shall be given the opportunity to demonstrate that it has instituted all of the specific affirmative action steps specified by the City of Yakima, and has made every good faith effort to make these steps work 1 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 1 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 1 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: I a. The contractor shall notify community organizations that the contractor has employment opportunities available and shall maintain records of the organizations' response. 1 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 1 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 1 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 1 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. 1 1 103 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. 1 g. The contractor shall make specific efforts and constant personal (both written and oral) recruitment efforts directed at all minority or women organizations, schools with minority students, minority recruitment organizations and minority training organizations, within the contractor's recruitment areas. h. The contractor shall make specific efforts to encourage present minority employees to recruit their friends and relatives. i. The contractor shall validate all man specifications; selection requirements, tests, etc. 1 j. The contractor shall make' every effort to promote after school, summer and vacation employment to minority youth. 1 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 1 a discriminatory effect. n. The contractor shall make certain that all facilities and company activities are non- 1 segregated. o. The contractor shall continually monitor all personnel activities to ensure that his EEO 1 policy is being carried out. p. The contractor shall solicit bids for subcontracts from available minority and women 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 1 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. 1 104 1 1 BIDDER CERTIFICATION 1 A bidder will not be eligible for award of a contract under this invitation for bids unless such bidder has 1 submitted as a part of its bid the following certification, which will be deemed a part of the resulting contract: 1 � � o T -T & Nc,„ certifies that: 1 (BIDDER) 1 It intends to use the following listed construction trades in the work under the contract 1 1 ,0,\9e 1 1 and, 1 as to those trades for which it is required by these Bid Conditions to comply with these Bid Conditions, it 1 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: 1 \ W& wa w r � - 9�-I p -� - �- ��I AAA . 1 ; tl2utft. . l ma c., 1 and, 1 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 1 1 (Signature of Authorized Representative of Bidder) 1 1 105 1 SUBCONTRACTOR CERTIFICATION 1 Subcontractors' Certification is not required at the time of bid This Certification must be completed by each subcontractor prior to award of any subcontract._ certifies that: (SUBCONTRACTOR) 1 It intends to use the following listed construction trades in the work under the subcontract 1 1 1 and, 1 As to those trades for which it is required by these Bid Conditions to comply with these Bid Conditions, it adopts the minimum minority and women workforce utilization goals and the specific affirmative action steps for all construction work (both federal and non - federal) in Yakima, Washington, subject to these Bid Condition, those trades being 1 1 1 and, 1 2 It will obtain from each of its subcontractors prior to the award of any subcontract under this subcontract the Subcontractor Certification required by these Bid conditions 1 (Signature of Authorized Representative of Subcontractor) 1 1 - . -- 107 1 MATERIALLY AND RESPONSIVENESS The certification required to be made by the bidder pursuant to these Bid Conditions is material, and will govern the bidder's performance on the project and will be made a part of his bid. Failure to submit the certification will render 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 1 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 1 Opportunity Clause of its contract. Violation of any substantial requirement in the affirmative action plan by a contractor or subcontractor covered by t 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. 1 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 affimiative 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 9 � 9 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 ' 109 1 the attainment of its goals within its timetables. The pendency of such formal proceedings shall be taken into consideration by Federal agencies in determining whether such contractor or Subcontractor can comply with the requirements of Executive Order 11246, as amended, and is therefore a "responsible prospective contractor" within the meaning of the Federal Procurement Regulations. 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 1 Office of Federal Contractor Compliance U.S. Department of Labor 1 Washington, D.C. 20210 1 and shall be forwarded through and with the endorsement of the agency head. Contractors and subcontractors must keep such records and file such reports relating to the provisions of these Bid Conditions as shall be required by the contracting or administering agency or the Office of Federal Contractor Compliance. 1 1 1 1 1 1 1 110 1 1 1 1 , BIDDER'S CHECK LIST The bidder's attention is especially called to the following forms, which must be executed, as 1 required, and submitted on the form purchased from the City and bound in the Contract Documents: 1 A. PROPOSAL The unit prices, extensions and total amounts bid must be shown in the spaces provided. 1 B. BID BOND ACCOMPANYING BID This Bid Bond form is to be executed by the bidder and the surety company unless 1 bid is accompanied by a certified check. The amount of this bond shall be not less than 5% of the total amount bid and may be shown in dollars or on a percentage basis. - 1 C. BIDDER'S CERTIFICATION D. PROPOSAL SIGNATURE SHEET 1 Must be filled in and signed by the bidder. E. MBE/WBE FORM It is requested that The Bidder's Certification of the "Affirmative Action Profile" in the MBE/WBE Form be filled in and signed by the bidder. Failure to provide this information WILL NOT render the bid non - responsive. 111 The following forms are to be executed after the contract is awarded: 1 A. CONTRACT This agreement is to be executed by the successful bidder. 1 B. PERFORMANCE BOND To be executed by the successful bidder and his /her surety company. B. CERTIFICATE OF INSURANCE 1 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. 1 1 1 1 1 111 - _. r �.. - � Change Order (:& -) City of Yakima Change Order Number 1_ Project: (Name) Beech Street Area Sewer Project Change Order Date March 27, 2013_ (Address) Beech Street Contract Number _2264 To: (Contractor) [POW Construction, Inc. PO BOX 4772 _ Contract Date October 23, 2012_ Pasco, WA. 99302 L J You are directed to make the following changes in this Contract: This change is to replace Storm Drain line across parking lot of Ice Skating Rink, while contractor placing 36" sanitary sewer 24" concrete storm drain line was broke, further review we found the 24" concrete pipe is cracked and changes in size from <24" to 18" and back to 24" concrete in 100 feet. Storm drain pipe needs to be replace with new material and a consistence size of 24" in to existing storm manhole to the East. Replace approx. 100 LF of concrete storm drain pipe with 24" SDR 3034 PVC pipe into manhole structure to the East. Cost of the pipe is $55.00 per LF for $5;500.00 cost. • • A Lump Sum price of $9,000.00 shall include all Labor, Materials, Equipment and any tax and shall be paid on Change Order #1 to connect to exiting 24" concrete pipe and into the existing Manhole to the East. Pipe will be bedded with 5/8— CSTC, and then brought to finished grade with the same. Total days added to contract are 5 days This is to be considered as much a part of the contract documents as if it was included in the original con - tract. • Not valid until signed by both the Approving Authority and Contractor. Signature of the Contractor indicated agreement herewith, including any adjustment on the Contract Sum or Contract Time. The original Contract Sum was $ 609,033.46 Net change by previous Change Orders $ 0.00 The Contract Sum prior to this Change Order $ 609,033.46 The Contract Sum will be: lA Increased ❑ Decreased ❑ Unchanged by this Change Order $ 9,000.00 The New Contract Sum including this Change Order will be $ 618,033.46 The Contract Time will be: Ili-Increased ❑ Decreased ❑ Unchanged by 5 working days The New Contract Time will be 65 . working days Contr r Apr val Re • •• • ed ° oVC‘pprov , iZ e../„_ (2 , By Ear Construction Supervisor By Date ' � ` /S Title Title City Manager Date -3/814//3 6) B y City Engineer Date '3 I t\ 13 Date L/°�0/ Y � J ,G Based on Original to: ❑ Contractor Copies to: ❑ Region ❑ Construction Administra ' ' OI DOT Form 570 -001 EF ❑ OSC Accounting ❑ City Engineering •