Loading...
HomeMy WebLinkAboutR-2014-004 North 16th Ave and Cherry Irrigation Rehabilitation Project Engineering Agreement with Michel's CorporationA RESOLUTION RESOLUTION NO. R-2014-004 authorizing the City Manager to execute the attached and incorporated engineering and consulting services agreement with Huibregtse, Louman Associates, Inc. for engineering and consulting services associated with the design and production of contract documents for the North 16th Avenue and Cherry Irrigation Rehabilitation Project IR2377. WHEREAS, the City of Yakima Water/Irrigation Division requires engineering, consulting services and construction associated with the North 16th Avenue and Cherry Irrigation Rehabilitation Project IR2377; and WHEREAS, the City of Yakima Water/Irrigation Division representatives have complied with the provisions of RCW 39.80 which concerns the procurement of engineering and architectural services by a city; and WHEREAS, the City of Yakima Water/Irrigation Division representatives will continue to comply with the provisions of RCW 39.80 which concerns the procurement of engineering and architectural services by a city for future engineering and architectural services; and WHEREAS, Huibregtse, Louman Associates, Inc. has the necessary expertise and experience to perform and provide the required engineering and construction management services for the above -stated project and is willing to do so in accordance with the attached agreement; and WHEREAS, the City Council deems it to be in the best interest of the City to enter into an agreement with Huibregtse, Louman Associates, Inc., for engineering and consulting services associated with the design and construction of the North 16th Avenue and Cherry Irrigation Rehabilitation Project IR2377; and WHEREAS, the City Council deems it to be in the best interest of the City to authorize the City Manager to execute all other documents related to the design, contract administration and construction associated with the North 16th Avenue and Cherry Irrigation Rehabilitation Project IR2377; Now, Therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Manager is hereby authorized and directed to execute the attached and incorporated engineering and consulting services agreement with Huibregtse, Louman Associates, Inc. for engineering and consulting services and all other construction documents associated with the design of the North 16th Avenue and Cherry Irrigation Rehabilitation Project IR2377. ADOPTED BY THE CITY COUNCIL this 7th day of January 2014. Ai ST. 4114•1 \►•- So y Claar Tee, City Clerk 0MA ..„j'7'x i 4� _* 1 NV \ +� . X t� CITY OF YAKIMA NORTH 16TH AVENUE AND CHERRY AVENUE IRRIGATION REHABILITATION CITY OF YAKIMA PROJECT NO. IR2377 HLA PROJECT NO. 13136 Construction Contract Specifications & Bid Documents JANUARY 2014 Water & Irrigation Division 2301 Fruitvale Boulevard Yakima, WA 98902 Phone (509) 575-6020 Fax (509) 575-6238 ••,HLA ♦ Huibregtse, Louman Associates, Inc. Civil Engineering* Land Surveying* Planning "ORIGINAL - CITY OF YAKIMA" 1 1 ADDENDUM NO. 1 1 To the Contract Provisions for CITY OF YAKIMA, WASHINGTON 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 North 16th Avenue and Cherry Avenue Irrigation Rehabilitation HLA Project No. 13136 BIDS RECEIVED: January 27, 2014 2:00 P.M. To the attention of all bidders for the above project: The following additions, revisions, and/or modifications are made to the Contract Documents, Plans, and Specifications for this project: ITEM 1 — BIDDER'S CHECKLIST, Page 3-2 Attention is called to the required documentation to be submitted with bid as specified in Section 7-24 1(1) Manufacturer/Installer Qualification Requirements. ITEM 2 — TECHNICAL SPECIFICATIONS, Section 7-24.3(11 Structural Requirements, Page 6-43 Replace the design parameters shown with the following: Design Safety Factor 1.5 Long -Term Flexural Modulus Retention Factor 50% Ovality As per Contractor's review of CCTV inspection or 34%, whichever is greater Modulus of passive soil reaction 1,000 psi Groundwater Depth Assume at 10 feet Depth to Finish Grade (above the crown) 18 inches Live Load H2O Highway Loading Soil Load (assumed) 130 Ib/cf Minimum service life 50 years Design condition Fully deteriorated This ADDENDUM is to be considered as much a part of the contract provisions as if it were included in the body of the Plans and Specifications. All Bidders shall acknowledge receipt of the ADDENDUM on the proposal form prior to bid opening Terry D. eteri, PE Huibregtse, Louman Associates, Inc. 2803 River Road Yakima, WA 98902 Phone: (509) 966-7000 G:\PROJECTS\2013\13136Wddendum 1.doc 0 ADDENDUM NO. 1 CITY OF YAKIMA, WASHINGTON CONTRACT DOCUMENTS FOR NORTH 16TH AVENUE AND CHERRY AVENUE IRRIGATION REHABILITATION OWNER: City of Yakima 129 N. Second St. Yakima, WA 98901 CITY OF YAKIMA PROJECT NO. IR2377 HLA PROJECT NO. 13136 ENGINEER: Huibregtse, Louman Associates, Inc. (HLA) 2803 River Road Yakima, WA 98902 JANUARY 2014 1 t 1 1 i 1 1 1 1 1 CITY OF YAKIMA YAKIMA COUNTY, WASHINGTON CONTRACT DOCUMENTS FOR NORTH 16TH AVENUE AND CHERRY AVENUE IRRIGATION REHABILITATION CITY OF YAKIMA PROJECT NO IR2377 HLA PROJECT NO 13136 TABLE OF CONTENTS PAGE NO. SECTION 1 - INVITATION FOR BIDS ..1-1 INVITATION FOR BIDS... .... . . ..... . ... ....1-2 SECTION 2 - INFORMATION FOR BIDDERS ....... • .2-1 INFORMATION FOR BIDDERS . ........ . . .2-1 SECTION 3 - BID PACKAGE ... .. ... ....3-1 BIDDER'S CHECKLIST . .3-2 BID PROPOSAL . ....... ........ .3-3 UNIT PRICE BID PROPOSAL .. 3-4 BID PROPOSAL SIGNATURE PAGE. 3-5 BID DEPOSIT ... .... ........ 3-6 BID BOND.. 3-6 NON -COLLUSION AFFIDAVIT . 3-7 CITY OF YAKIMA NONDISCRIMINATION PROVISION .. 3-8 CITY OF YAKIMA WOMEN AND MINORITY BUSINESS ENTERPRISE POLICY ..... .... 3-9 CITY OF YAKIMA RESOLUTION NO D-4816.. .. 3-10 CITY OF YAKIMA AFFIRMATIVE ACTION PLAN .... ....... ...3-11 CITY OF YAKIMA BIDDER'S CERTIFICATION... . ... ...... 3-13 CITY OF YAKIMA SUBCONTRACTOR'S CERTIFICATION . . 3-14 CITY OF YAKIMA COMPLIANCE WITH IMMIGRATION AND NATURALIZATION ACT 3-17 SURETY 3-18 BIDDER'S RESPONSIBILITY STATEMENT... ........ 3-19 SECTION 4 - CONTRACT AND RELATED MATERIALS . ... 4-1 CONTRACT.. . ........ . 4-1 CERTIFICATIONS . ............ .............. 4-3 CONTRACT BOND ... ... . .4-4 SCHEDULE OF WORKING HOURS. ... .4-6 SECTION 5 - LABOR STANDARDS AND WAGE RATE CONDITIONS .... ... 5-1 PREVAILING WAGE RATES .. .. .5-2 DLI (YAKIMA COUNTY) EFFECTIVE 01/27/2014. . . 5-3 BENEFIT CODE KEY EFFECTIVE 08/31/2014 ..... .. 5-3 DLI SUPPLEMENTAL TO WAGE RATES 08/31/2014... ....5-3 SECTION 6 - TECHNICAL SPECIFICATIONS .. . . .... 6-1 TABLE OF CONTENTS . ....... .. 6-2 SPECIAL PROVISIONS . .. . .. .. ... 6-3 APPENDIX A - AMENDMENTS TO THE 2012 WASHINGTON STATE DEPARTMENT OF TRANSPORTATION STANDARD SPECIFICATIONS APPENDIX B - CITY OF YAKIMA VIDEO INSPECTION PHOTOS 1 1 1 1 1 1 1 1 1 1 1 1 0 SECTION 1 -INVITATION FOR BIDS G:\PROJECTS\2013\13136\Spec.docx 1-1 INVITATION FOR BIDS City of Yakima 129 N. Second St. Yakima, WA 98901 The City of Yakima invites separate sealed BIDS for the construction of the NORTH 16TH AVENUE AND CHERRY AVENUE IRRIGATION REHABILITATION, City of Yakima Project No IR2377, HLA Project No. 13136 including the following approximate major quantities of work: Construction of approximately 480 linear feet of 24"x35" cured in place pipe for rehabilitating irrigation main, pipe cleaning, video inspection, and other related improvements. This contract has ten (10) working days to complete the work. Bids will be received by the City Clerk at City Hall, 129 N Second St., Yakima, WA 98901, until 2.00 p.m , January 27, 2014. No formal bid opening will occur. Each bid or proposal must be accompanied by cash, bond, or a certified check, payable to the order of the Treasurer of the City of Yakima for the sum of not less than 5% of said bid or proposal and none will be considered unless accompanied by such deposit, to be forfeited to the City of Yakima in the event the successful bidder shall fail or refuse to enter into a Contract with the City for the making and construction of the aforesaid improvement. All bids or proposals must be in writing on the form bound in the Specifica- tions, sealed and filed with the Clerk on or before the day and hour above mentioned The City of Yakima, in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U S.0 2000d to 2000d-4 and Title 49, Code of Federal Regulations, Department of Transportation, Subtitle A, Office of the Secretary, Part 21, nondiscrimination in federally assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that it shall affirmatively insure that in any contract entered into pursuant to this invitation, disadvantaged business enterprises shall be afforded full opportunity to submit bids in response to this invitation and shall not be discriminated against on the grounds of race, color or national origin in consideration for an award Attention is called to the fact that not less than the minimum salaries and wages as set forth in the Contract Documents must be paid on this project, and that the Contractor must ensure that employees and applicants for employment are not discriminated against because of their race, color, religion, sex, or national origin The City of Yakima reserves the right to reject any and all bids and to waive technicalities or irregularities, and after careful consideration of all bids and factors involved, make the award to best serve the interests of the City of Yakima. Contract time for this project will begin by March 3, 2014 Send January 14, 2014 G: \ PROJECTS \ 2013 \13136 \ Spec. d o cx 1-2 G:\P ROJ E CTS\2013\13136\Spec. docx SECTION 2 - INFORMATION FOR BIDDERS 2-1 INFORMATION FOR BIDDERS BIDS will be received by the City of Yakima (herein called the "OWNER"), at City Hall, 129 N Second St., Yakima, WA 98901, until 2 00 p m , January 27, 2014 No formal bid opening will occur Each BID must be submitted in a sealed envelope, addressed to the City Clerk at 129 N. Second St., Yakima, WA 98901 Each sealed envelope containing a BID must be plainly marked on the outside as BID for NORTH 16TH AVENUE AND CHERRY AVENUE IRRIGATION REHABILITATION, and the envelope should bear on the outside the BIDDER'S NAME, address, and license number if applicable, and the name of the project for which the BID is submitted. If forwarded by mail, the sealed envelope containing the BID must be enclosed in another envelope addressed to the OWNER at City Hall, 129 N. Second St., Yakima, WA 98901 All BIDS must be made on the required BID form All blank spaces for BID prices must be filled in, in ink or typewritten, and the BID form must be fully completed and executed when submitted. Only one copy of the BID form is required The OWNER may waive any informalities or minor defects or reject any and all BIDS. Any BID may be withdrawn prior to the above scheduled time for the opening of BIDS or authorized postponement thereof Any BID received after the time and date specified shall not be considered No BIDDER may withdraw a BID within 60 days after the actual date of the opening thereof Should there be reasons why the Contract cannot be awarded within the specified period, the time may be extended by mutual agreement between the OWNER and the BIDDER. BIDDERS must satisfy themselves of the accuracy of the estimated quantities in the BID SCHEDULE by examination of the site and a review of the Drawings and Specifications including ADDENDA. After BIDS have been submitted, the BIDDER shall not assert that there was a misunderstanding concerning the quantities of WORK or of the nature of the WORK to be done. The CONTRACT DOCUMENTS contain the provisions required for the construction of the PROJECT Information obtained from an officer, agent, or employee of the OWNER or any other person shall not affect the risks or obligations assumed by the CONTRACTOR nor relieve the CONTRACTOR from fulfilling any of the conditions of the Contract. Each BID must be accompanied by a BID BOND payable to the OWNER for five percent of the total amount of the BID. When the Agreement is executed, the bonds of the unsuccessful BIDDERS will be returned The BID BOND of the successful BIDDER will be retained until the CONTRACT BOND has been executed and approved, after which it will be returned A certified check may be used in lieu of a BID BOND. A CONTRACT BOND in the amount of 100 percent of the CONTRACT PRICE, with a corporate Surety approved by the OWNER, will be required for the faithful performance of the Contract. Attorneys -in -fact who sign BID BONDS or CONTRACT BONDS must file with each BOND a certified and effective dated copy of their Power of Attorney The party to whom the Contract is awarded will be required to execute the Agreement and obtain the CONTRACT BOND within ten (10) working days from the date when NOTICE OF AWARD is delivered to the BIDDER. The NOTICE OF AWARD shall be accompanied by the necessary Agreement and BOND forms. In case of failure of the BIDDER to execute the Agreement, the OWNER may consider the BIDDER in default, in which case the BID BOND accompanying the proposal shall become the property of the OWNER. The OWNER may make such investigations as deemed necessary to determine the ability of the BIDDER to perform the WORK, and the BIDDER shall furnish to the OWNER all such information and data for this purpose as the OWNER may request. The OWNER reserves the right to reject any BID if the evidence submitted by, or investigation of, such BIDDER fails to satisfy the OWNER that such BIDDER is properly qualified to carry out the obligations of the Agreement and to complete the WORK contemplated therein. G:\PROJ ECTS\2013\13136\Spec.docx 2-1 A conditional or qualified BID will not be accepted Award will be made to the lowest responsive, responsible BIDDER or all bids will be rejected All applicable laws, ordinances, and the rules and regulations of all authorities having jurisdiction over construction of the PROJECT shall apply to the Contract throughout. Each BIDDER is responsible for inspecting the site and for reading and being thoroughly familiar with the CONTRACT DOCUMENTS The failure or omission of any BIDDER to do any of the foregoing shall in no way relieve any BIDDER from any obligation in respect to its BID. Further, the BIDDER agrees to abide by the requirement under Executive Order No. 11246, as amended, including specifically the provisions of the equal opportunity clause set forth in these Contract Documents. The low BIDDER shall supply the names and addresses of major material SUPPLIERS and SUBCONTRACTORS when required to do so by the OWNER. Contract time for this project will begin by March 3, 2014 The ENGINEER is Huibregtse, Louman Associates, Inc., (HLA), represented by Michael T. Battle, PE. The ENGINEER'S address is 2803 River Road, Yakima, Washington 98902, phone (509) 966-7000, FAX. (509) 965-3800. G:\PROJECTS\2013\13136\Spec.docx 2-2 SECTION 3 - BID PACKAGE G.\PROJECTS\2013\13136\Spec.docx 3-1 BIDDER'S CHECKLIST All forms listed below must be fully executed and submitted with the Bid: a) BID PROPOSAL b) UNIT PRICE BID PROPOSAL c) BID PROPOSAL SIGNATURE PAGE d) BID DEPOSIT or BID BOND BID DEPOSIT - Sign the Bid Deposit in the space provided if the bid is accompanied by a certified check or cashier's check in the amount of not less than 5% of the total amount bid OR BID BOND - This form is to be executed by the bidder and surety company 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. Provide Power of Attorney for Surety's agent. e) NON -COLLUSION AFFIDAVIT - Must be subscribed and sworn to before a Notary Public. f) CITY OF YAKIMA BIDDER'S CERTIFICATION g) CITY OF YAKIMA SUBCONTRACTOR'S CERTIFICATION h) CITY OF YAKIMA COMPLIANCE WITH IMMIGRATION AND NATURALIZATION ACT i) SURETY j) BIDDER'S RESPONSIBILITY STATEMENT - Provide supporting documentation as required. Bidder must also provide documentation as specified in Section 7-24.1(1) Manufacturer/Installer Qualification Requirements of the Technical Specifications The following forms are to be executed and/or submitted for approval after the Contract is awarded: 1) CONTRACT - To be executed by the successful bidder and the City of Yakima. 2) CERTIFICATIONS 3) CONTRACT BOND - To be executed by the successful bidder and his Surety company Provide Power of Attorney 4) SCHEDULE OF WORKING HOURS The following shall be provided to the Engineer after the Contract is awarded 1) CERTIFICATE OF PUBLIC LIABILITY AND PROPERTY DAMAGE INSURANCE must be provided by the successful bidder in accordance with the provisions of the Standard Specifica- tions and Technical Specifications. 2) STATEMENT OF INTENT TO PAY PREVAILING WAGES to be completed by successful bidder and by any and all subcontractors. G: \P R O J E C T S\2013\ 13136\S p e c. d ocx 3-2 BID PROPOSAL A Proposal of \c�ls atrutcrTvWk (hereinafter called "BIDDER"), organized and existing under the laws of the State of°1 s' doing business as isitrita 1 To the City of Yakima, Washington, (hereinafter called "OWNER") In compliance with your Invitation for Bids, BIDDER hereby proposes to perform all work for the construction of the NORTH 16TH AVENUE AND CHERRY AVENUE IRRIGATION REHABILITATION, City of Yakima Project No IR2377, HLA Project No 13136, in strict accordance with the CONTRACT DOCUMENTS, within the time set forth therein, and at the prices stated below By submission of this BID, each BIDDER certifies, in the case of a joint BID each party thereto certifies as to its own organization, that this BID has been arrived at independently, without consultation, communication, or agreement as to any matter relating to this BID with any other BIDDER or with any competitor BIDDER hereby agrees to commence work under this Contract within ten (10) calendar days after NOTICE TO PROCEED and to fully complete the PROJECT within ten (10) working days of such NOTICE TO PROCEED BIDDER further agrees to pay as liquidated damages the sum specified for each working day thereafter as provided in Section 1-08 9 of the Standard Specifications BIDDER acknowledges receipt of the following ADDENDA. 106- ( CA .-cin,. 2-t 2O V-{ Addenda will be posted on the internet at the Engineer's website, www hlacivil com BIDDER agrees to perform all the work described in the CONTRACT DOCUMENTS for the following unit prices or lump sum amounts. 1 Insert "a corporation," "a partnership," or "an individual" as applicable G:\PROJECTS\2013\13136\Spec.docx 3-3 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 UNIT PRICE BID PROPOSAL (NOTE: Unit prices for all items, all extensions, and total amount of bid must be shown. Any changes/corrections to the bid must be initialed by the signer of the bid, in accordance with Section 1-02.5.) CITY OF YAKIMA NORTH 16TH AVENUE AND CHERRY AVENUE IRRIGATION REHABILITATION CITY OF YAKIMA PROJECT NO IR2377 HLA PROJECT NO 13136 ITEM NO. ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE AMOUNT DOLLARS -CTS DOLLARS -CTS 1 Mobilization LS --- X --- = I0101q.00 2 Project Temporary Traffic Control LS --- X --- = 3 i Q 5j . o� 3 Removal of Structure and Obstruction LS --- X --- = 31211 • «% 4 Clean and Video Inspect Existing Pipe LF 480 X to .09- = 1 00 u g00 5 Cured in Place Pipe Rehabilitation, 24"x35" Elliptical LF 480X Z(77. 00 = \'Zg, tc O c 6 Select Backfill, as Directed CY 4 X 3g o- = 152. CO 7 Minor Change FA Est. X $10,000 00 = $10,000.00 BID SUBTOTAL 1 6o 1 ZS7. 8.2% STATE SALES TAX 1311 y i . 0.7, BID TOTAL 173 39 i G:\PROJECTS\2013\13136\Spec.docx 3-4 J • 173,= &. (9 —7 / 10' of/z?�y BID PROPOSAL SIGNATURE PAGE CITY OF YAKIMA NORTH 16TH AVENUE AND CHERRY AVENUE IRRIGATION REHABILITATION CITY OF YAKIMA PROJECT NO IR2377 HLA PROJECT NO 13136 ViICLe-.1S Otar10/1/4._ BIDDER 4/.4.4.410.4( NTRACTOR) BY 0011111111110, 9.9.13/.38/'' DATE �\- POR•. Ear z. vPIi- ' AT�JRE TITLE AUTHORIZED OFFICIALS 1:tte2o G. PAA- Address iii • No_e•- (Please print or type name) '�i ;SCON\�.``��```` mv ScC€kk, O4 417302 Phone. 503- Fax: 03- Fax: , 2014 50 3 - 3`31c -831-7 E-mail address SOC -e.lk 6 wtict46t-S U S CONTRACTOR LICENSE NUMBER (IJ IcaEC *qcicta' g CONTRACTOR DUNS NUMBER CO -52o -Q Fav �T CONTRACTOR UBI NUMBER X00 ( 0471. 01 CONTRACTOR FEDERAL ID NUMBER 3 5 - O9 a 31( CONTRACTOR INDUSTRIAL INSURANCE ACCOUNT NUMBER (o( O(r 6? The names of the principal officers of the corporation submitting this Proposal, or of the partnership, or of all persons interested in this Proposal as principals are as follows: t--11- kc.L S - e- rtes �Se� (102.tkut > oLi sup - PROJECT MANAGER '&4%1. --t-1nelmesaVL CELL PHONE: 503- 422- 2609 NOTES 1) If the bidder is a co -partnership, so state, giving firm name under which business transacted If the bidder is a corporation, this proposal must be executed by its duly authorized officials. (2) Bidders shall acknowledge receipt of all addenda, if any, in the space provided on the first page of this proposal. G \PROJECTS\2013\13136\Spec.docx 3-5 System for Award Management Page 1 of 1 Michels Corporation DUNS: 005809868 Status. Active CAGE Code: 09100 Entity Overview Entity Information Name: Michels Corporation Doing Business As: Michels Mid-America Line & Cable Business Type: Business or Organization POC Name: Jessica Nelson Registration Status: Active Activation Date: 06/27/2013 Expiration Date: 06/24/2014 Exclusions Active Exdusion Records? No SAM 1 System for Award Management 1.0 Note to all Users: This is a Federal Government computer system. Use of this system constitutes consent to monitoring at all times. 817 W Main St Brownsville, WI, 53006-1439, UNITED STATES IBM v1.1466.20140121-1343 WWW1 https://www.sam.gov/portal/public/SAM/?portal:componentId=7cbf8635-61 f6-41 ff-bfb6-2... 1/27/2014 w BID DEPOSIT CITY OF YAKIMA NORTH 16TH AVENUE AND CHERRY AVENUE IRRIGATION REHABILITATION CITY OF YAKIMA PROJECT NO IR2377 HLA PROJECT NO. 13136 Herewith find deposit in the form of a certified check or cashier's check in the amount of $ , which amount is not less than five percent (5%) of our total bid for this project. Sign Here OR BID BOND KNOW ALL PERSONS BY THESE PRESENTS: That we Michels Corporation , as Principal, and Continental Casualty Company , as Surety, are held and firmly bound unto the CITY OF YAKIMA, as Obligee, in the penal sum of Five Percent of Amount Bid (5%) Dollars, for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents The condition of this obligation is such that if the Obligee shall make any award to the Principal for NORTH 16TH AVENUE AND CHERRY AVENUE IRRIGATION REHABILITATION, City of Yakima Project No IR2377, HLA Project No 13136, according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make and enter into a Contract with the Obligee in accor- dance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee, or if the Principal shall, in case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the call for bids, then this obligation shall be null and void, otherwise it shall be and remain in full force and effect anothw„ ySurety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the arno,t �" it s,§d ,,�' 4:••••� pRp :o SIGNED, SEALED, AND DATED THIS 27th DAY OF January ,.014' o Miche Cor orat on ti ��' �ti�Gtr�'T V N••Principal Patrick H g, .2.) si e`n�tv`�/GM Cgntinental Casualty Compan'%'i'\"�`'`��`` in y ,2014 Kimberly R. I- olmes, Attorney -in -Fact G:\PROJECTS\2013\13136\Spec.docx 3-6 SS STATE OF ILLINOIS COUNTY OF DuPage I, Ann Marie Waters Notary Public of Cook County, in the State of Illinois , do hereby certify that Kimberly R. Holmes Attorney -in -Fact, of the Continental Casualty Company who is personally known to me to be the same person whose name is subscribed to the foregoing instrument, appeared before me this day in person, and acknowledged that she signed, sealed and delivered said instrument, for and on behalf of the Continental Casualty Company for the used and purposes therein set forth. Given under my hand and notarial seal at my office in the City of Lisle in said County, this 27th day of January A.D., 2014 . (Notary Public) Ann Marie Waters My Commission expires: 07/05/2017 Notary Seal: OFFICIAL SEAL ANN MARIE WATERS NOTARY PUBLIC - STATE OF ILLINOIS MY COMMISSION EXPIRES:07/05/17 1 POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know Alt nen By These Presents, That Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company (herein called I"the CNA Companies"), are duly organized and existing insurance companies having their principal offices in the City of Chicago, and State of Illinois, and that they do by virtue of the signatures and seals herein affixed hereby make, constitute and appoint 1 1 Karen A Ryan, Esther C Jimenez, William P Weible, William Cahill, Deborah A Campbell, Leigh Ann Francis, Kimberly R Holmes, Melissa Newman, Kimberly Sawicki, Mary Anne Sylos, Individually of Lisle, IL, their true and lawful Attorney(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on their behalf Ibonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - Iand to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of their insurance companies and all the acts of said Attorney, pursuant to the authority hereby given is hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Law and Resolutions, printed on the reverse hereof, duly 1 adopted, as indicated, by the Boards of Directors of the insurance companies. 1 1 1 1 1 1 1 In Witness Whereof, the CNA Companies have caused these presents to be signed by their Vice President and their corporate seals to be hereto affixed on this 12th day of August, 2013 Continental Casualty Company National Fire Insurance Company of Hartford American Cass aalty Company of Reading, Pennsylvania Paul T. Bruflat 7 Vice President State of South Dakota, County of Minnehaha, ss. On this 12th day of August, 2013, before me personally came Paul T. Bruflat to me known, who, being by me duly sworn, did depose and say• that he resides in the City of Sioux Falls, State of South Dakota, that he is a Vice President of Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company described in and which executed the above instrument; that he knows the seals of said insurance companies; that the seals affixed to the said instrument are such corporate seals, that they were so affixed pursuant to authority given by the Boards of Directors of said insurance companies and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said insurance companies. My Commission Expires June 23, 2015 J Mohr ' Notary Public CERTIFICATE II, D Bult, Assistant Secretary of Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company do hereby certify that the Power of Attorney herein above set forth is still in force, and further certify that the By -Law and Resolution of the Board of Directors of the insurance I companies printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said insurance companies this 27th day of January, 2014 1 1 1 Form F6853-4/2012 Continental Casualty Company National Fire Insurance Company of Hartford American Casualty Company of Reading, Pennsylvania D. Bult Assistant Secretary Authorizing By -Laws and Resolutions ADOPTED BY THE BOARD OF DIRECTORS OF CONTINENTAL CASUALTY COMPANY This Power of Attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the Board of Directors of the Company at a meeting held on May 12, 1995 "RESOLVED. That any Senior or Group Vice President may authorize an officer to sign specific documents, agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents, agreements or instruments that such officer may sign will be provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective." This Power of Attorney is signed by Paul T. Bruflat, Vice President, who has been authorized pursuant to the above resolution to execute power of attorneys on behalf of Continental Casualty Company This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 25`h day of April, 2012. "Whereas, the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers (the "Authorized Officers") to execute various policies, bonds, undertakings and other obligatory instruments of like nature; and Whereas, from time to time, the signature of the Authorized Officers, in addition to being provided in original, hard copy format, may be provided via facsimile or otherwise in an electronic format (collectively, "Electronic Signatures"); Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company " ADOPTED BY THE BOARD OF DIRECTORS OF NATIONAL FIRE INSURANCE COMPANY OF HARTFORD - This Power of Attorney is made and executed pursuant to and by authority, of the following resolution duly adopted by the Board of Directors of the Company by unanimous written consent dated May 10, 1995 "RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents, agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents, agreements or instruments that such officer may sign will be provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective." This Power of Attorney is signed by Paul T. Bruflat, Vice President, who has been authorized, pursuant to the above resolution to execute power of attorneys on behalf of National fire Insurance Company of Hartford. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 25`h day of April, 2012. "Whereas, the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers (the "Authorized Officers") to execute various policies, bonds, undertakings and other obligatory instruments of like nature; and Whereas, from time to time, the signature of the Authorized Officers, in addition to being provided in original, hard copy format, may be provided via facsimile or otherwise in an electronic format (collectively, "Electronic Signatures"); Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company " ADOPTED BY THE BOARD OF DIRECTORS OF AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA. This Power of Attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the Board of Directors of the Company by unanimous written consent dated May 10, 1995 "RESOLVED. That any Senior or Group Vice President may authorize an officer to sign specific documents, agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents, agreements or instruments that such officer may sign will be provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective." This Power of Attorney is signed by Paul T. Bruflat, Vice President, who has been authorized pursuant to the above resolution to execute power of attorneys on behalf of American Casualty Company of Reading, Pennsylvania. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 25th day of April, 2012. "Whereas, the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers (the "Authorized Officers") to execute various policies, bonds, undertakings and other obligatory instruments of like nature; and Whereas, from time to time, the signature of the Authorized Officers, in addition to being provided in original, hard copy format, may be provided via facsimile or otherwise in an electronic format (collectively, "Electronic Signatures"); Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company " 1/27/2014 Listing of Certified Companies: Surety Bonds: Prog rams and Systems: Financial Management Service I Cherokee Insurance Company (NAIC #10642) BUSINESS ADDRESS: 34200 Mound Road, Sterling Heights, MI 48310. PHONE: (800) 201- 0450 x-3400. UNDERWRITING LIMITATION b/: $13,810,000. SURETY LICENSES c,f/: AL, AZ, AR, CA, CO, CT, DE, FL, GA, ID, IL, IN, IA, KS, KY, LA, MD, MA, MI, MN, MS, MO, MT, NE, NV, NJ, NM, NY, NC, ND, OH, OK, OR, PA, SC, SD, TN, TX, UT, VA, WA, WV, WI, WY. INCORPORATED IN• Michigan. CHUBB INDEMNITY INSURANCE COMPANY (NAIC #12777) BUSINESS ADDRESS: 15 Mountain View Road, Warren, NJ 07059. PHONE: (212) 612-4000. UNDERWRITING LIMITATION b/: $11,224,000. SURETY LICENSES c,f/: AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MT, NE, NV, NH, NJ, NM, NY, NC, ND, OH, OK, OR, PA, RI, SC, SD, TN, TX, UT, VT, VA, WA, WV, WI, WY. INCORPORATED IN: New York. http://www.fms.treas.gov/c570/c570 a-z.html Cincinnati Casualty Company (The) (NAIC #28665) BUSINESS ADDRESS: P.O. Box 145496, Cincinnati, OH 45250 - 5496. PHONE: (513) 870- 2000. UNDERWRITING LIMITATION b/: $29,265,000. SURETY LICENSES c,f/: AL, AK, AZ, AR, CO, CT, DE, DC, FL, GA, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MI, MN, MS, MO, MT, NE, NV, NH, NM, NY, NC, ND, OH, OK, OR, PA, RI, SC, SD, TN, TX, UT, VT, VA, WA, WV, WI, WY. INCORPORATED IN: Ohio. Cincinnati Insurance Company (The) (NAIC #10677) BUSINESS ADDRESS' P.O. BOX 145496, CINCINNATI, OH 45250 - 5496. PHONE: (513) 870- 2000. UNDERWRITING LIMITATION b/: $362,095,000. SURETY LICENSES c,f/: AL, AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MT, NE, NV, NH, NJ, NM, NY, NC, ND, OH, OK, OR, PA, PR, RI, SC, SD, TN, TX, UT, VT, VA, WA, WV, WI, WY. INCORPORATED IN: Ohio. CITIZENS INSURANCE COMPANY OF AMERICA (NAIC #31534) BUSINESS ADDRESS: 645 W. GRAND RIVER AVENUE, HOWELL, MI 48843 - 2151. PHONE: (517) 546-2160. UNDERWRITING LIMITATION b/. $68,263,000. SURETY LICENSES c,f/ AL, AK, AZ, AR, CO, CT, DE, DC, GA, HI, IL, IN, IA, KS, ME, MD, MA, MI, MN, MS, MO, MT, NE, NH, NJ, NM, NY, NC, ND, OH, OK, PA, RI, SC, SD, TN, TX, UT, VT, VA, WA, WV, WI. INCORPORATED IN: Michigan. COLONIAL AMERICAN CASUALTY AND SURETY COMPANY (NAIC #34347) BUSINESS ADDRESS: 1400 AMERICAN LANE, TOWER I, 18TH FLOOR, SCHAUMBURG, IL 60196 - 1056. PHONE: (847) 605-6000. UNDERWRITING LIMITATION b/: $2,300,000. SURETY LICENSES c,f/: AL, AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MT, NE, NV, NJ, NM, NY, NC, ND, OH, OK, OR, PA, RI, SC, SD, TN, TX, UT, VT, VA, WA, WV, WI, WY. INCORPORATED IN: Maryland. COLONIAL SURETY COMPANY (NAIC #10758) BUSINESS ADDRESS: 50 Chestnut Ridge Road , Montvale , NJ 07645. PHONE: (201) 573- 8788. UNDERWRITING LIMITATION b/: $2,361,000. SURETY LICENSES c,f/: AL, AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA, GU, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MP, MT, NE, NV, NH, NJ, NM, NY, NC, ND, OH, OK, OR, PA, PR, RI, SC, SD, TN, TX, UT, VT, VA, VI, WA, WV, WI, WY. INCORPORATED IN Pennsylvania. COMPANION PROPERTY AND CASUALTY INSURANCE COMPANY (NAIC #12157) BUSINESS ADDRESS: P.O. Box 100165, Columbia, SC 29202. PHONE: (803) 735-0672. UNDERWRITING LIMITATION b/: $24,192,000. SURETY LICENSES c,f/: AL, AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI MN MS, MO, MT, NE, NV, NH, NJ, NM, NC, ND, OH, OK, Or , +, , D, TN, , T, VT, VA, , V, WI, WY. INCO''• TED--tW.-South-ear. Continental Casualty Company (NAIC #20443) BUSINESS ADDRESS: 333 S. WABASH AVE, CHICAGO, IL 60604. PHONE: (312) 822-5000. UNDERWRITING LIMITATION b/: $730,996,000. SURETY LICENSES c,f/: AL, AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MT, NE, NV, NH, NJ, NM, NY, NC, ND, OH, OK, OR, PA, PR, RI, SC, SD, TN, TX, UT, VT, VA, VI WA, WV, WI, WY. INCORPORATED IN: Illinois. ERITAGE INS k • PANY (NAIC #39 BUSINESS ADDRESS: 6140 PARKLAND BLVD, STE 321, MAYFIELD HEIGHTS, OH 44124. PHONE: (440) 229-3420. UNDERWRITING LIMITATION b/: $656,000. SURETY .LICENSES c,f/: AZ, CA, CO, DC, FL, GA, ID, IL, IN, IA, LA, MD, MN, MS, NV, ND, OH, PA, SC, SD, TN, TX, UT, VA, WV. INCORPORATED IN: Florida. Continental Insurance Company (The) (NAIC #35289) BUSINESS ADDRESS: 333 S. WABASH AVE, CHICAGO, IL 60604. PHONE: (312) 822-5000. UNDERWRITING LIMITATION b/: $132,296,000. SURETY LICENSES c,f/: AL, AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA, GU, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MP. MT. NE NV NH NJ. NM NY NC ND. OH. OK. OR. PA. PR. RI. SC SD. TN. TX UT. VT. 6/25 1/27/2014 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 \AwN.i nsurance.wa.g ovlcons umertool kit/Company/CompanyProfi I e.as p;OWA01 C = 336 A Search > CONTINENTAL CASUALTY COMPANY CONTINENTAL CASUALTY COMPANY General 1 c9.9(;(4 1 1,Icerl§:in.y. 1 Appontrnerits 1 Orders 1 National Info 1 Ratings General information Name: CONTINENTAL CASUALTY COMPANY Corporate family group: CNA INS GRP Organization type: PROPERTY WAOIC: 336 NAIC: 20443 Status: ACTIVE Admitted date: 03/23/1948 Ownership type: STOCK • ck to L(?!.-? Back to Search Vijhe tni? Contact information Registered address 333 S WABASH CHICAGO, IL 60604 Telephone 312-822-5000 Types of coverage authorized to sell Insurance types Casualty Disability Marine Ocean Marine Property Surety Vehicle "h tc? Mailing address 333 S WABASH CHICAGO, IL 60604 Telephone 312-822-5000 Agents and agencies that represent this company (Appointments) View agents • c -i< to top View agencies Company complaint history View complaints • ipck.to top Disciplinary orders 2008-2014 No disciplinary orders are found Looking for other orders? Our online orders search allows you to search a ten year history of all orders, including enforcement orders, administrative orders, and general orders. http://www.insurance.wa.g ov/consumertool I.it/Company/CompanyProfi I e. as pOWA01 C = 336 1/2 1 1/27/2014 www.insurance.wa.g ov/consumertool lat/Company/CompanyProfi I e.aspDQWAOIC=336 National information on insurance companies Want more information about this company? The NAIC's Consumer Information (CIS) page allows you to retrieve national financial and complaint information on insurance companies, plus has information and tips to help you understand current insurance issues. " taca, to top Ratings by financial organizations The following organizations rate insurance companies on their financial strength and stability. Some of these companies charge for their services. A.M. Best Weiss Group Ratings Standard and Poor's Corp Moody's Investors Service Fitch IBCA, Duff and Phelps Ratings bacr to tap http://www.i nsurance.wa.g ov/consumertool Idt/Company/CompanyProfi Ie.asp?WAOIC=336 2/2 NON -COLLUSION AFFIDAVIT CITY OF YAKIMA NORTH 16TH AVENUE AND CHERRY AVENUE IRRIGATION REHABILITATION CITY OF YAKIMA PROJECT NO IR2377 HLA PROJECT NO 13136 oQEGouU STATE OF ) ) ss COUNTY OF'QI ) NON -COLLUSION AFFIDAVIT T \€R.20 , being first duly sworn, on oath says that the id above submitted is a genuine and not a sham or collusive bid, or made in the interest or on behalf of any person not therein named; and the said bidder further says that the said bidder has not directly or indirectly induced or solicited any bidder on the above work or supplies to put in a sham bid, or any other person or corporation to refrain from bidding, and that said bidder has not in any manner sought by collusion to secure to themselves an advantage over any other bidder or bidders. Signed and sworn to (or affirmed) before me tAtit20\ (Contractor's (Contractor's Signature) on •TPM.Jc 2't , 2014, by OFFICIAL STAMP DAVID R PHELPS NOTARY PUBLIC -OREGON COMMISSION NO. 922071 MY COMMISSION EXPIRES NOVEMBER 11, 2017 G:\P ROJ ECT S\2013\13136\S pec.docx 3-7 Notary Public My Appointment Expires it t( (7 CITY OF YAKIMA NONDISCRIMINATION PROVISION During the performance of this Contract, the contractor agrees as follow: The Contractor shall not discriminate in violation of any applicable federal, state and/or local law or regulation on the basis of race, color, sex, religion, national origin, creed, age, marital status, disability, honorably discharged veteran or military status, pregnancy, sexual orientation, political affiliation, or the presence of any sensory, mental or physical handicap, and any other classification protected under federal, state, or local law This provision shall include but not be limited to the following. employment, upgrading, demotion, transfer, recruitment, advertising, layoff or termination, rates of pay or other forms of compensation, selection for training, and the provision of services under this Agreement. The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, or national origin. The Contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the agency contracting officer, advising the labor union or workers' representative of the Contractor's commitments under Section 202 of Executive Order No 11246 of August 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. The Contractor will comply with all provisions of Executive Order No. 11246 of August 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. The Contractor will furnish all information and reports required by Executive Order No 11246 of August 24, 1965, and by the rules regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. In the event of the Contractor's noncompliance with the nondiscrimination clauses of this Contract or with any such rules, regulation, or orders, this Contract may be canceled, terminated, or suspended in whole or in part and the Contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order No 11246 of August 24, 1965, and such other sanctions may be imposed and remedies involved as provided in Executive Order No 11246 of August 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law The Contractor will include the provisions of Paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to Section 204 of Executive Order No 11246 of August 24, 1965, so that such provisions will be binding upon each subcontractor or vendor The Contractor will take such action with respect to any subcontract or purchase order as the contracting agency may direct as a means of enforcing such provisions including sanctions for noncompliance; provided, however, that in the event the Contractor becomes involved in, or is threatened with litigation with a subcontractor or vendor as a result of such direction by the contracting agency, the Contractor may request the United States to enter into such litigation to protect the interests of the United States. G:\P ROJ ECTS12013\13136\Spec. docx 3-8 CITY OF YAKIMA WOMEN AND MINORITY BUSINESS ENTERPRISE POLICY It is the policy of the City of Yakima that women and minority business enterprises shall have the maximum opportunity to participate in the performance of work relating to the City's activities. To this end, the City is committed to take all necessary and reasonable steps in accordance with state and federal rules and regulations to ensure women and minority business enterprises the maximum opportunity to compete for and to perform contracts. In order to enhance opportunities for women and minority businesses to participate in certain contractor opportunities with the City of Yakima, and as a recipient of federal and state financial assistance, the City is committed to a women and minority business enterprise utilization program. The City is determined to maximize women and minority business opportunities through participation in the competitive bidding process through women and minority business enterprise affirmative action programs administratively established by the City Manager and monitored and implemented in accordance with state and federal rules and regulations All women and minority business enterprise programs shall include specific goals for participation of women and minority businesses in City projects of at least ten percent (10%) of the total dollar value of City contract over $10,000 Goals shall be reviewed and updated annually by the City Manager for applicability and to ensure that the intent of this policy is accomplished This statement of policy will be widely disseminated to all managers, supervisors, minorities, and women employed by the City of Yakima as well as to contractors, vendors, suppliers, minorities, and women who may seek the City's procurement and construction contracts related to the women and minority business enterprise programs Contractors associations will be made aware of construction projects affected by this policy through all available avenues to assure that plans/specifications, bid forms, and invitations to bid are as widely distributed as possible. G:\P ROJ ECTS\2013\131361Spec. docx 3-9 RESOLUTION NO. D- 4 8 1 6- A RESOLUTION adopting a "Women And Minority Business Enterprise Policy" for the City of Yakima. WHEREAS, the City of Yakima is the recipient of federal and state assistance which assistance ca les with it the obli- gation of contracting with_Women And Minority Business Enter- prises for the performance of public works, and WHEREAS, it is the intention of the City of Yakima that Women And Minority Business Enterprises shall have the maximum practicable opportunity to participate in the performance of such public works, and maokEAS, 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 en An.d Minority Business Enterprise Policy" statement attached hereto, now, therefore, BE IT RESOLVED BY THE CITY comm. OF TEE CITY a YAKIMA- The City Council hereby adopts the "Women And Minority Business Enterprise Policy", a copy of which is attached hereto and by reference made a. part hereof_ ADOPTED BY THE CITY COUNCIL this . $ Gt_ day of 1983. ATTEST: 4_,y�t�1 Mryu . .@OA MA -t Mayor Ctty. Clerk CITY OF YAKIMA AFFIRMATIVE ACTION PLAN The bidders, contractors and subcontractors will not be eligible for award of a contract under this Invitation for Bids unless it certifies as prescribed, that it adopts the minimum goals and timetable of minority and women workforce utilization and specific affirmative action steps as set forth by the City of Yakima. This is directed at increasing minority and women workforce utilization by means of applying good faith efforts to carrying out such steps. However, no contractor or subcontractor shall be found to be in noncompliance solely on account of its failure to meet its goals within its timetables, but such contractor shall be given the opportunity to demonstrate that it has instituted all of the specific affirmative action steps specified by the City of Yakima, and has made every good faith effort to make these steps work toward the attainment of its goals, all to the purpose of expanding minority and women workforce utilization on all of its projects in the City of Yakima, Washington In all cases, the compliance of a bidder, contractor or subcontractor will be determined in accordance with its respective obligations under the terms of these Bid Conditions. All bidders and all contractors and subcontractors performing or to perform work on projects subject to these Bid Conditions hereby agree to inform their subcontractors of their respective obligations under the terms and requirements of these Bid Conditions, including the provisions relating to goals of minority and women employment and training Specific Affirmative Action Steps Bidders, contractors and subcontractors subject to this contract must engage in affirmative action directed at increasing minority and women workforce utilization, which is at least as extensive and as specific as the following steps: a. The contractor shall notify community organizations that the contractor has employment opportunities available and shall maintain records of the organizations' response b The contractor shall maintain a file of the names and addresses of each minority and women worker referred to him and what action was taken with respect to each such referred worker, and if the worker was not employed, the reasons therefore. If such worker was not sent to the union hiring hall for referral or if such worker was not employed by the contractor, the contractor's file shall document this and the reasons therefore c. The contractor shall promptly notify the Engineer when the union or unions with whom the contractor has collective bargaining agreement has not referred to the contractor a minority or woman worker sent by the contractor or the contractor has other information that the union referral process has impeded him in his efforts to meet his goal. d The contractor shall participate in training programs in the area, especially those funded by the Department of Labor. e The contractor shall disseminate his EEO policy within his own organization by including it in any policy manual; by publicizing it in company newspapers, annual reports, etc., by conducting staff, employee and union representatives' meetings to explain and discuss the policy; by posting of the policy; and by specific review of the policy with minority employees. f. The contractor shall disseminate his EEO policy externally by informing and discussing it with all recruitment sources; by advertising -in news media, -specifically including minority news -media, and by notifying and discussing it with all subcontractors and suppliers. 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 G: \ P R O J E C T S 12 01 311 31 36\ S pec. d o cx 3-11 i The contractor shall validate all man specifications, selection requirements, tests, etc. J. The contractor shall make every effort to promote after school, summer and vacation employment to minority youth. k. The contractor shall develop on-the-job training opportunities and participate and assist in any association or employer group training programs relevant to the contractor's employee needs consistent with its obligations under this bid I. The contractor shall continually inventory and evaluate all minority and women personnel for promotion opportunities and encourage minority and women employees to seek such opportunities. m The contractor shall make sure that seniority practices, job classifications, etc., do not have a discriminatory effect. n The contractor shall make certain that all facilities and company activities are non -segregated. o The contractor shall continually monitor all personnel activities to ensure that his EEO policy is being carried out. p The contractor shall solicit bids for subcontracts from available minority and women subcontractors, engaged in the trades covered by these Bid Conditions, including circulation of minority and women contractor associations. q Non-cooperation. In the event the union is unable to provide the contractor with a reasonable flow of minority and women referrals within the time limit set forth in the collective bargaining agreements, the contractor shall, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex or national origin, making full efforts to obtain qualified and/or qualifiable minorities and women (The U.S. Department of Labor has held that it shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority or women employees.) In the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246 and 23 CFR Part 230 as amended, and the Standard Specifications, such contractor shall immediately notify the Engineer G:\PROJ ECTS\2013\13136\Spec.docx 3-12 CITY OF YAKIMA BIDDER'S CERTIFICATION A 'bidder will not be eligible for award of a contract under this invitation for bids unless such bidder has submitted as a part of its bid the following certification, which will be deemed a part of the resulting contract: l c.L.ti.S eiodact ((AK -certifies that: VV (BIDDER) 1 It intends to use the following listed construction trades in the work under the contract: (.kbo L'evtS and, As to those trades for which it is required by these Bid Conditions to comply with these Bid Conditions, it adopts the minimum minority and women workforce utilization goals and the specific affirmative action steps for all construction work (both federal and non-federal) in the Yakima,. Washington area subject to these Bid Conditions, those trades being La'rer5 and, 2 It will obtain from each of its subcontractors and submit to the contracting or administering agency prior to the award of any sub -contract under this Contract the Subcontractor Certification required by these Bid Condi ns (Si - re Qi'Ai'thbrr f e' es' i iv te of Bidder) • �� SI 1 mom= _° • ���r4nuntutt0 G:\PROJECTS\2013\13136\Spec.docx 3-13 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 CITY OF YAKIMA SUBCONTRACTOR'S CERTIFICATION Subcontractor's Certification is not required at the time of bid This Certification must be completed by each subcontractor prior to award of any subcontract: certifies that: (SUBCONTRACTOR) 1. It intends to use the following listed construction trades in the work under the subcontract: and, As to those trades for which it is required by these Bid Conditions to comply with these Bid Conditions, it adopts the minimum minority and women workforce utilization goals and the specific affirmative action steps for all construction work (both federal and non-federal) in the Yakima, Washington area subject to these Bid Conditions, those trades being and; 2. It will obtain from each of its subcontractors prior to the award of any subcontract under this subcontract the Subcontractor Certification required by these Bid Conditions. G:\PROJECTS\2013\13136\Spec docx (Signature of Authorized Representative of Bidder) 3-14 Materiality and Responsiveness This certification required to be made by the bidder pursuant to these Bid Conditions is material, and will govern the bidder's performance on the project and will be made a part of this bid Failure to submit the certification will render the bid non-responsive Compliance and Enforcement Contractors are responsible for informing their subcontractor (regardless of tier) as to their respective obligations under the conditions of the contract here (as applicable) Bidders, contractors and subcontractors hereby agree to refrain from entering into any contract or contract modification subject to Executive Order 11246, as amended on August 24, 1965, with a contractor debarred from, or who is determined not to be a responsible bidder for government contracts and federally assisted construction contracts pursuant to Executive Order The bidder, contractor or subcontractor shall carry out such sanctions and penalties for violation of the equal opportunity clause including suspension, termination and cancellation of existing subcontracts as may be imposed or ordered by the administering agency, the contracting agency or the Office of Federal Contract Compliance pursuant to the Executive Order Any bidder, contractor or subcontractor who shall fail to carry out such sanctions and penalties shall be deemed to be in non-compliance with these Bid Conditions and Executive Order 11246, as amended. Nothing herein is intended to relieve any contractor or subcontractor during the term of its contract on this project from compliance with Executive Order 11246, as amended, and the Equal Opportunity Clause of its contract. Violation of any substantial requirement in the affirmative action plan by a contractor or subcontractor covered by these Bid Conditions, including the failure of such contractor or subcontractor to make a good faith effort to meet its fair share of the trade's goals of minority and women workforce utilization, shall be grounds for imposition of the sanctions and penalties provided at Section 209(a) of Executive Order 11246, as amended. Each agency shall review its contractors' and subcontractors' employment practices during the performance of the contract. If the agency determines that the affirmative action plan no longer represents effective affirmative action, it shall so notify the Office of Federal Contract Compliance which shall be solely responsible for any final determination of that question and the consequences thereof In regard to these conditions, if the contractor or subcontractor meets it goals, or if the contractor or subcontractor can demonstrate that it has made every good faith effort to meet those goals, the contractor or the subcontractor shall be presumed to be in compliance with the Executive Order 11246, as amended, the implementing regulations and its obligations under these Bid Conditions and no formal sanctions or proceedings leading toward sanctions shall be instituted unless the agency otherwise determines that the contractor or subcontractor is not providing equal employment opportunities In judging whether a contractor or subcontractor has met its goals, the agency will consider each contractor's or subcontractor's minority and women workforce utilization and will not take into consideration the minority and women workforce utilization of its subcontractors. Where the agency finds that the contractor or subcontractor has failed to comply with the requirement of Executive Order 11246, as amended, the implementing regulations and its obligations under these Bid Conditions, the agency shall take such action and impose such sanctions as may be appropriate under Executive Order and the regulations When the agency proceeds with such formal action, it has the burden of proving that the contractor has not met the requirements of these Bid Conditions, but the contractor's failure to meet its goals shall shift to it the requirement to come forward with evidence to show that it has met the "good faith" requirements _of these Bid Conditions by _institutingat least the Specific Affirmative_ Action steps listed above and by making every good faith effort to make those steps work toward the attainment of its goals within its timetables. The pendency of such formal proceeding shall be taken into consideration by Federal agencies in determining whether such contractor or subcontractor can comply with the requirements of Executive Order 11246, as amended, and is therefore a "responsible prospective contractor" within the meaning of the Federal Procurement Regulations. G:\PROJECTS12013\131361Spec.docx 3-15 It shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority and women employees. The procedures set forth in these conditions shall not apply to any contract when the head of the contracting or administering agency determines that such contract is essential to the national security and that its award without following such procedures is necessary to the national security. Upon making such a determination, the agency head will notify, in writing, the Director of the Office of Federal Contractor Compliance within thirty (30) days Requests for exemptions from these Bid Conditions must be made in writing, with justification, to. Director Office of Federal Contractor Compliance U.S. Department of Labor Washington, D C 20210 and shall be forwarded through and with the endorsement of the agency head Contractors and subcontractors must keep such records and file such reports relating to the provisions of these Bid Conditions as shall be required by the contracting or administering agency or the Office of Federal Contractor Compliance. G. \P ROJ ECTS\2013\13136\Spec. docx 3-16 Compliance with Immigration and Naturalization Act I 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: (N`tcit+elS 004tglririv �o0. E.l_S C' O, Dated this `Z"1 may of fpiule.K200 �:• 61 �-y•:� r Signature. 't s5. ::C 'f -`',Printed Name. �e,� '-e.‘2:2, .4,O�',••"• ,SiN l2u1` ©& p' 2-1 00111111111111/* Address. I�lld, llokt SL` 66 Phone #: 503 -36q -- ( IC)9 Email Address. Sod -e. a wCtc.tfeiS ,u S Homeland Security's Web Address is: http://www.dhs.gov/e-verify Completed declarations can be mailed to: City of Yakima Purchasing, 129 No. 2nd Street, Yakima, WA 98901, faxed to 509-576-6394 or scanned and emailed to sownby@ci.yakima.wa.us SURETY CITY OF YAKIMA NORTH 16TH AVENUE AND CHERRY AVENUE IRRIGATION REHABILITATION CITY OF YAKIMA PROJECT NO IR2377 HLA PROJECT NO 13136 If the Bidder is awarded a construction Contract on this bid, the Surety who provides the Contract Bond will be cov,A-tv ect$,0.J.-(1 0,3 33 S , (3,6,sL Street G:\PROJECTS\2013\13136\Spec.docx whose address is C ome a b (00 0 C4 State IP 3-18 BIDDER'S RESPONSIBILITY STATEMENT CITY OF YAKIMA NORTH 16TH AVENUE AND CHERRY AVENUE IRRIGATION REHABILITATION CITY OF YAKIMA PROJECT NO IR2377 HLA PROJECT NO 13136 A Bidder will be deemed not responsible if the Bidder does not meet the mandatory bidder responsibility criteria in RCW 39 04 350(1), as amended, or does not meet the following Supplemental Criteria. 1 Delinquent State Taxes A. Criterion. The Bidder shall not owe delinquent taxes to the Washington State Department of Revenue without a payment plan approved by the Department of Revenue B Documentation. The Bidder shall not be listed on the Washington State Department of Revenue's "Delinquent Taxpayer List" website http.//dor wa.gov/content/fileandpaytaxes/Iatefiling/dtlwest.aspx , or if they are so listed, they must submit a written payment plan approved by the Department of Revenue, to the Contracting Agency by the deadline listed below not L t s -re , 2 Federal Debarment A. Criterion The Bidder shall not currently be debarred or suspended by the Federal government. B Documentation. The Bidder shall not be listed as having an "active exclusion" on the U S government's "System for Award Management" database (www sam.gov) noT Lt1T64t 3. Subcontractor Responsibility A. Criterion The Bidder's standard subcontract form shall include the subcontractor responsibility language required by RCW 39 06 020, and the Bidder shall have an established procedure which it utilizes to validate the responsibility of each of its subcontractors. The Bidder's subcontract form shall also include a requirement that each of its subcontractors shall have and document a similar procedure to determine whether the sub -tier subcontractors with whom it contracts are also "responsible" subcontractors as defined by RCW 39 06 020 B Documentation The Bidder, if and when required as detailed below, shall submit a copy of its standard subcontract form for review by the Contracting Agency, and a written description of its procedure for validating the responsibility of subcontractors with which it contracts 4 Prevailing Wages A. Criterion. The Bidder shall not have a record of prevailing wage violations as determined by WA Labor & Industries in the five years prior to the bid submittal date, that demonstrates a pattern of failing to pay workers prevailing wages, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency B. Documentation The Bidder, if and when required as detailed below, shall submit a list of all prevailing wage violations in the five years prior to the bid submittal date, along with an explanation of each violation and how it was resolved The Contracting Agency will evaluate these explanations and the resolution of each complaint to determine whether the violation demonstrate a pattern of failing to pay its workers prevailing wages as required no utotATU 6 S 5 Claims Against Retainaqe and Bonds A. Criterion. The Bidder shall not have a record of excessive claims filed against the retainage or payment bonds for public works projects in the three years prior to the bid submittal date, that demonstrate a lack of effective management by the Bidder of making timely and appropriate G.\PROJECTS\2013\13136\Spec.docx 3-19 payments to its subcontractors, suppliers, and workers, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency B Documentation The Bidder, if and when required as detailed below, shall submit a list of the public works projects completed in the three years prior to the bid submittal date that have had claims against retainage and bonds and include for each project the following information lo C LA -I (AS • Name of project • The owner and contact information for the owner; • A list of claims filed against the retainage and/or payment bond for any of the projects listed, • A written explanation of the circumstances surrounding each claim and the ultimate resolution of the claim. 6 Public Bidding Crime A. Criterion. The Bidder and/or its owners shall not have been convicted of a crime involving bidding on a public works contract in the five years prior to the bid submittal date B Documentation The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that the Bidder and/or its owners have not been convicted of a crime involving bidding on a public works contract. ylp CQtS 7 Termination for Cause / Termination for Default A. Criterion The Bidder shall not have had any public works contract terminated for cause or terminated for default by a government agency in the five years prior to the bid submittal date, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency B Documentation. The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that the Bidder has not had any public works contract terminated for cause or terminated for default by a government agency in the five years prior to the bid submittal date, or if Bidder was terminated, describe the circumstances 8 Lawsuits A. Criterion The Bidder shall not have lawsuits with judgments entered against the Bidder in the five years prior to the bid submittal date that demonstrate a pattern of failing to meet the terms of contracts, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency B Documentation. The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that the Bidder has not had any lawsuits with judgments entered against the Bidder in the five years prior to the bid submittal date that demonstrate a pattern of failing to meet the terms of contracts, or shall submit a list of all lawsuits with judgments entered against the Bidder in the five years prior to the bid submittal date, along with a written explanation of the circumstances surrounding each such lawsuit. The Contracting Agency shall evaluate these explanations to determine whether the lawsuits demonstrate a pattern of failing to meet of terms of construction related contracts I't M -2 -- As evidence that the Bidder meets the mandatory and supplemental responsibility criteria stated above, the apparent two lowest Bidders must submit to the Contracting Agency by 12:00 P M (noon) of the second business day following the bid submittal deadline, a written statement verifying that the Bidder meets all of the mandatory and supplemental criteria together with supporting documentation including but not limited to that detailed above (sufficient in the sole judgment of the Contracting Agency) demonstrating compliance with all mandatory and supplemental responsibility criteria. The Contracting Agency reserves the right to request such documentation from other Bidders as well, and to request further documentation as needed to assess Bidder responsibility The Contracting Agency also reserves the right to obtain information from third -parties and independent sources of information concerning a G:\PROJECTS\2013\13136\Spec.docx 3-20 Bidder's compliance with the mandatory and supplemental criteria, and to use that information in their evaluation The Contracting Agency may (but is not required to) consider mitigating factors in determining whether the Bidder complies with the requirements of the supplemental criteria The basis for evaluation of Bidder compliance with these mandatory and supplemental criteria shall include any documents or facts obtained by Contracting Agency (whether from the Bidder or third parties) including but not limited to (i) financial, historical, or operational data from the Bidder; (ii) information obtained directly by the Contracting Agency from others for whom the Bidder has worked, or other public agencies or private enterprises, and (iii) any additional information obtained by the Contracting Agency which is believed to be relevant to the matter If the Contracting Agency determines the Bidder does not meet the bidder responsibility criteria above and is therefore not a responsible Bidder, the Contracting Agency shall notify the Bidder in writing, with the reasons for its determination If the Bidder disagrees with this determination, it may appeal the determination within two (2) business days of the Contracting Agency's determination by presenting its appeal and any additional information to the Contracting Agency The Contracting Agency will consider the appeai and any additional information before issuing its final determination. If the final determination affirms that the Bidder is not responsible, the Contracting Agency will not execute a contract with any other Bidder until at least two business days after the Bidder determined to be not responsible has received the Contracting Agency's final determination Request to Change Supplemental Bidder Responsibility Criteria Prior To Bid Bidders with concerns about the relevancy or restrictiveness of the Supplemental Bidder Responsibility Criteria may make or submit requests to the Contracting Agency to modify the criteria. Such requests shall be in writing, describe the nature of the concerns, and propose specific modifications to the criteria. Bidders shall submit such requests to the Contracting Agency no later than five (5) business days prior to the bid submittal deadline and address the request to the Project Engineer or such other person designated by the Contracting Agency in the Bid Documents By signing below, bidder acknowledges this Bidder's Responsibility Statement. `�►vmnn►ryrr .��o�GNELS (Authorized Signaturyrj�� ,\O GO �P�� 0��= salm== s fi• e- •° G:\PROJECTS\2013\13136\Spec.docx 3-21 SECTION 4 - CONTRACT AND RELATED MATERIALS G:\PROJECTS \2013113136\Spec. docx 4-1 THIS AGREEMENT, OWNED R and CONTRACTOR, WITNESSETH CONTRACT made and entered into in quadruplicate, this day of 2014, by and between the City of Yakima, hereinafter called the /77/C,% & S CC.2P0/2f777oA1 , hereinafter called the 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. The CONTRACTOR shall do all work and furnish all tools, materials, and equipment for NORTH 16TH AVENUE AND CHERRY AVENUE IRRIGATION REHABILITATION, City of Yakima Project No IR2377, HLA Project No 13136, in accordance with and as described in the attached Plans and Specifications and the 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) calendar days after Notice to Proceed and shall be completed within ten (10) working days of the date of such Notice to Proceed (see SPECIAL PROVISIONS - Section 1-08 5) Notice to Proceed shall be issued by March 3, 2014. If said work is not completed within the time specified, the CONTRACTOR agrees to pay to the OWNER for each and every working day said work remains uncompleted after expiration of the specified time, liquidated damages as determined in Section 1-08 9 The CONTRACTOR 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 OWNER. II. The OWNER hereby promises and agrees with the CONTRACTOR to employ, and does employ the CONTRACTOR to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the attached Plans and Specifications and the terms and conditions herein contained; and hereby contracts to pay for the same according to the attached Specifications and the schedule of unit or itemized prices hereto attached, at the time and in the manner and upon the conditions provided for in this Contract. III INDEMNIFICATION The Contractor shall defend, indemnify, and hold harmless the City, its officers, elected officials, employees and agents from and against any and all claims, causes of action, damages, losses, and expenses of any kind or nature whatsoever, including but not limited to, attorney's fees and court costs, arising out of, relating to, or resulting from the Contractor's performance or non-performance of the services, duties and obligations required of it under this Agreement. IV The CONTRACTOR for himself, and for his/her heirs, executors, administrators, successors, and assigns does hereby agree to the full performance of all the covenants herein upon the part of the CONTRACTOR. V. It is further provided that no liability shall attach to the OWNER 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 G:\PROJECTS\2013\13136\Spec.docx 4-1 OWNER. City of Yakim ashington By: l� Name* Title 'Rourke City Manager CONTRACT R: itk c,LQS Col rtw. By: 4.&*4 Name: aeL)[o (Please P/ a)or Type) Address: (1 l lbs` Sr SE �-t2 3� ,I / U +�`•• 5 � � <<urnut►►►+`+` Phone: Spa-3b�-llg9 Fax: 50.N 501f- $sl"7 (SEAL) ATTEST' Name. Title: Sonya Claar Tee City Clerk Employer Identification Number 60('OW VII City of Yakima Contract Number 0/? G:\P ROJ ECTS\2013\13136\Spec. docx 4-2 �,l�s`J �MImo_ Name:. v►A -2 :4)5 %?1. ••.� �,`. (Please Print or Type) ��''iii,�'j'...........�1► `���`` ee\9Vt1Iuu1IIprrt� =UFS v :Z- CERTIFICATIONS CITY OF YAKIMA NORTH 16TH AVENUE AND CHERRY AVENUE IRRIGATION REHABILITATION CITY OF YAKIMA PROJECT NO IR2377 HLA PROJECT NO. 13136 Provide the following: r S wits tiC, Name of Traffic Control Manager (TCM) (Must be an employee of the Contractor) 3-dk C. -est noo,p4-7-, Name of Certified Traffic Control Supervisor (TCS) (Provide copy of certificate) Name of Certified Testing LaDdratory for material testing G:\PROJECTS\2013\13136\Spec.docx 4-3 CONTRACT BOND CNA Bond No. 929586944 Liberty Bond No. 013125986 CITY OF YAKIMA NORTH 16TH AVENUE AND CHERRY AVENUE IRRIGATION REHABILITATION CITY OF YAKIMA PROJECT NO IR2377 HLA PROJECT NO 13136 BOND TO CITY OF YAKIMA KNOW ALL PERSONS BY THESE PRESENTS. That we, the undersigned, Michels Corporation, 1715 16th Street SE, Salem, OR 97302 as principal, and Continental Casualty Company and Liberty Mutual Insurance Company, a corporation organized and existing under the laws of the State of Illinois and Massachusetts as a Surety corporation, and qualified under the laws of the State of Washington to become Surety upon bonds of contractors with municipal corporations, as Surety, are jointly and severally held and firmly bound to the City of Yakima penal sum of $ 173,398.00 for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators, or personal representatives, as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washington and the Ordinances of the City of Yakima. Dated at rYM 3 Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant to action of the City of Yakima, on January 29 Mayor of said City of Yakima, has let or is about to let to the said Michels Corporation , the above bounden Principal, a certain Contract, the said Con- tract being numbered HLA Project No 13136, and providing for the construction of NORTH.16TH AVENUE AND CHERRY AVENUE IRRIGATION REHABILITATION which Contract is referred to herein and is made a part hereof as though attached hereto, and , Washington, this —7 day of �`f lby 2.0.14. 2014, the WHEREAS, the said Principal has accepted, or is about to accept, the said Contract, and undertake to perform the work therein provided for in the manner and within the time set forth; NOW, THEREFORE, if the said Michels Corporation shall faithfully perform all the provisions of said Contract in the manner and within the time therein set forth, or within such extensions of time as may be granted under said Contract, and shall pay all laborers, mechanics, sub- contractors and material men and all industrial insurance premiums, and all persons who shall supply said principal or subcontractors with provisions and supplies for the carrying on of said work, and shall indemnify and hold the City of Yakima harmless from any damage or expense by reason of failure of performance as specified in said Contract or from defects appearing or developing in the material or workmanship provided or performed under said Contract within a period of one year after its acceptance thereof by the City of Yakima, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. G:\P ROJECTS12013113136\Spec. docx 4-4 1 CITY OF YAKIMA NORTH 16TH AVENUE AND CHERRY AVENUE IRRIGATION REHABILITATION CITY OF YAKIMA PROJECT NO IR2377 HLA PROJECT NO. 13136 SURE Continental Casualty Company nd Liberty Mutual Insurance V-ki&, ompanXSEAL) ATTEST. Wame''Kimberly R. Holmes, Attorney -in -Fact c, I - (Please Print or Type) ":,Agents Weible & Cahill -i 23p0 Cabot Dr. #100, Lisle, IL Address. -CONTRACT 11 By: Name: Michel 60532 Name. Patrick Herzog, = La Pe r�si ei b/GM (Please Print or Typed x .� Ce.) j ..... .• Approv d as to Form: '``''a'�r,unnl+��``���`• City or G:\PROJECTS12013\131361Spec.docx 4-5 William P. Weible (Please Print or Type) SS STATE OF ILLINOIS COUNTY OF DuPage I, Ann Marie Waters Notary Public of Cook County, in the State of Illinois , do hereby certify that Kimberly R. Holmes Attorney -in -Fact, of the Continental Casualty Company who is personally known to me to be the same person whose name is subscribed to the foregoing instrument, appeared before me this day in person, and acknowledged that she signed, sealed and delivered said instrument, for and on behalf of the Continental Casualty Company for the used and purposes therein set forth. Given under my hand and notarial seal at my office in the City of Lisle in said County, this 29th day of January A.D., 2014 Miht-N(,a- (Notary Public) Ann Marie Waters My Commission expires: 07/05/2017 Notary Seal: OFFICIAL SEAL ANN MARIE WATERS NOTARY PUBLIC - STATE OF ILLINOIS MY COMMISSION EXPIRES. 07105117 SS STATE OF ILLINOIS COUNTY OF DuPage I, Ann Marie Waters Notary Public of Cook County, in the State of Illinois , do hereby certify that Kimberly R. Holmes Attorney -in -Fact, of the Liberty Mutual Insurance Company who is personally known to me to be the same person whose name is subscribed to the foregoing instrument, appeared before me this day in person, and acknowledged that she signed, sealed and delivered said instrument, for and on behalf of the Liberty Mutual Insurance Company for the used and purposes therein set forth. Given under my hand and notarial seal at my office in the City of Lisle in said County, this 29th day of January A.D., 2014 . Oto.,,,A (Notary Public) Ann Marie Waters My Commission expires- 07/05/2017 Notary Seal: OFFICIAL SEAL ANN MARIE WATERS NOTARY MY COMMISSION EXP RES:071050? POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents, That Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company (herein called "the CNA Companies"), are duly organized and existing insurance companies having their principal offices in the City of Chicago, and State of Illinois, and that they do by virtue of the signatures and seals herein affixed hereby make, constitute and appoint Karen A Ryan, Esther C Jimenez, William P Weible, William Cahill, Deborah A Campbell, Leigh Ann Francis, Kimberly R Holmes, Melissa Newman, Kimberly Sawicki, Mary Anne Sylos, Individually of Lisle, IL, their true and lawful Attorney(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on their behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of their insurance companies and all the acts of said Attorney, pursuant to the authority hereby given is hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Law and Resolutions, printed on the reverse hereof, duly adopted, as indicated, by the Boards of Directors of the insurance companies. In Witness Whereof, the CNA Companies have caused these presents to be signed by their Vice President and their corporate seals to be hereto affixed on this 12th day of August, 2013 Continental Casualty Company National Fire Insurance Company of Hartford American Casualty Company of Reading, Pennsylvania Paul T. Bruflat Vice President State of South Dakota, County of Minnehaha, ss. On this 12th day of August, 2013, before me personally came Paul T. Bruflat to me known, who, being by me duly sworn, did depose and say• that he resides in the City of Sioux Falls, State of South Dakota; that he is a Vice President of Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company described in and which executed the above instrument; that he knows the seals of said insurance companies; that the seals affixed to the said instrument are such corporate seals; that they were so affixed pursuant to authority given by the Boards of Directors of said insurance companies and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said insurance companies. My Commission Expires June 23, 2015 J. Mohr '" Notary Public CERTIFICATE I, D Bult, Assistant Secretary of Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company do hereby certify that the Power of Attorney herein above set forth is still in force, and further certify that the By -Law and Resolution of the Board of Directors of the insurance companies printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said insurance companies this 29th . day of January , 2014 Form F6853-4/2012 Continental Casualty Company National Fire Insurance Company of Hartford American Casualty Company of Reading, Pennsylvania D:Bu1t Assistant Secretary Authorizing By -Laws and Resolutions ADOPTED BY THE BOARD OF DIRECTORS OF CONTINENTAL CASUALTY COMPANY This Power of Attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the Board of Directors of the Company at a meeting held on May 12, 1995 "RESOLVED. That any Senior or Group Vice President may authorize an officer to sign specific documents, agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents, agreements or instruments that such officer may sign will be provided in writing by (he Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective." This Power of Attorney is signed by Paul T Bruflat, Vice President, who has been authorized pursuant to the above resolution to execute power of attorneys on behalf of Continental Casualty Company This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 25`h day of April, 2012. "Whereas, the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers (the "Authorized Officers") to execute various policies, bonds, undertakings and other obligatory instruments of like nature; and Whereas, from time to time, the signature of the Authorized Officers, in addition to being provided in original, hard copy format, may be provided via facsimile or otherwise in an electronic format (collectively, "Electronic Signatures"); Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company " ADOPTED BY THE BOARD OF DIRECTORS OF NATIONAL FIRE INSURANCE COMPANY OF HARTFORD. This Power of Attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the Board of Directors of the Company by unanimous written consent dated May 10, 1995 "RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents, agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents, agreements or instruments that such officer may sign will be provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective." This Power of Attorney is signed by Paul T Bruflat, Vice President, who has been authorized pursuant to the above resolution to execute power of attorneys on behalf of National fire Insurance Company of Hartford. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 25`h day of April, 2012. "Whereas, the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers (the "Authorized Officers") to execute various policies, bonds, undertakings and other obligatory instruments of like nature; and Whereas, from time to time, the signature of the Authorized Officers, in addition to being provided in original; hard copy format, may be provided via facsimile or otherwise in an electronic format (collectively, "Electronic Signatures"); Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company " ADOPTED BY THE BOARD 6F DIRECTORS OF AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA. This Power of Attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the Board of Directors of the Company by unanimous written consent dated May 10, 1995 "RESOLVED. That any Senior or Group Vice • President may authorize an officer to sign specific documents, agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents, agreements or instruments that such officer may sign will be provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective." This Power of Attorney is signed by Paul T Bruflat, Vice President, who has been authorized pursuant to the above resolution to execute power of attorneys on behalf of American Casualty Company of Reading, Pennsylvania. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 25`h day of April, 2012: "Whereas, the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers (the "Authorized Officers") to execute various policies, bonds, undertakings and other obligatory instruments of like nature; and Whereas, from time to time, the signature of the Authorized Officers, in addition to being provided in original,'hard copy format,- may be provided via facsimile or otherwise in an electronic format (collectively, "Electronic Signatures"); Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company " 1 1 1 THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Certificate No. 6392527 American Fire and Casualty Company Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That American Fire & Casualty Company and The Ohio Casualty Insurance Company are corporations duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, "'"'" "William P. Weible, William F. Cahill, Harriet R. Reilly, Richard T. Morency, Deborah A. Campbell, Mary Anne Sylos, Leigh Ann Francis, Kimberly R. Holmes, Melissa Newman, Karen A. Ryan, Esther C. Jimenez, Ann Marie Waters ""'" ""'""'"`""""..**** " ""`""" """ "'" """""`"""""' all of the city of Lisle, state of Illinois each individually if there be more than one named, its true and lawful attomey-in-fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 19th day of December, 2013. STATE OF PENNSYLVANIA COUNTY OF MONTGOMERY ss LAN 1N SUq,1� ces 4., *LORP017gre• orscl N 1991 a By: American Fire and Casualty Company The Ohio Casualty Insurance Company Liberty Mutual Insurance Company Wes -American Insurance Company David M. Carey, Assistant Secretary On this 19th day of December, 2013, before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of American Fire and Casualty Company, Liberty Mutual Insurance Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year first above written. OF COMMONWEALTH OF PENNSYLVANIA Notarial Seal Teresa Pastella, Notary Public Plymouth Twp.. Montgomery County My Commission E><pires March 28, 2017 Member, Pennsylvania Association of Notaries By. Teresa Pastella, Notary Public This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of American Fire and Casualty Company, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: ARTICLE IV — OFFICERS — Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the President may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attomeys-in-fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney- in-fact under the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ARTICLE XIII — Execution of Contracts — SECTION 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys - in -fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed I. Gregory W. Davenport, the undersigned, Assistant Secretary, of American Fire and Casualty Company, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attomey of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 29 tl'dlay of January , 20 14 LMS_12873_122013 By: Gregory W. Davenport, Assistant Secretary 1215/2014 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 CONTINENTAL HE -01 ;GE INSURANCE C'(NAIC BUSINESS ADDRESS: 6140 PARKLAND BLVD, STE 321, MAYFIELD HEIGHTS, OH 44124. PHONE: (440) 229-3420. UNDERWRITING LIMITATION b/: $656,000. SURETY LICENSES c,f/: AZ, CA, CO, DC, FL, GA, ID, IL, IN, IA, LA, MD, MN, MS, NV, ND, OH, PA, SC, SD, TN, TX, UT, VA, WV. INCORPORATED IN: Florida. Continental Insurance Company (The) (NAIC #35289) BUSINESS ADDRESS: 333 S. WABASH AVE, CHICAGO, IL 60604. PHONE: (312) 822-5000. UNDERWRITING LIMITATION b/: $132,296,000. SURETY LICENSES c,f/: AL, AK, AZ, AR, CA, ' CO, CT, DE, DC, FL, GA, GU, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MP. MT. NE NV. NH. NJ. NM. NY NC. ND. OH. OK. OR. PA. PR. 'RI. SC SD. TN. TX UT VT. http://wwwfms.treas.gov/c570/c570_a-z.html 6/25 Listing of Certified Companies: Surety Bonds: Programs and Systems: Financial Management Service Cherokee Insurance Company (NAIC #10642) BUSINESS ADDRESS: 34200 Mound Road, Sterling Heights, MI 48310. PHONE: (800) 201- 0450 x-3400. UNDERWRITING LIMITATION b/: $13,810,000. SURETY LICENSES c,f/: AL, AZ, AR, CA, CO, CT, DE, FL, GA, ID, IL, IN, IA, KS, KY, LA, MD, MA, MI, MN, MS, MO, MT, NE, NV, NJ, NM, NY, NC, ND, OH, OK, OR, PA, SC, SD, TN, TX, UT, VA, WA, WV, WI, WY. INCORPORATED IN. Michigan. CHUBB INDEMNITY INSURANCE COMPANY (NAIC #12777) BUSINESS ADDRESS: 15 Mountain View Road, Warren, NJ 07059. PHONE: (212) 612-4000. UNDERWRITING LIMITATION b/: $11,224,000. SURETY LICENSES c,f/: AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MT, NE, NV, NH, NJ, NM, NY, NC, ND, OH, OK, OR, PA, RI, SC, SD, TN, TX, UT, VT, VA, WA, WV, WI, WY. INCORPORATED IN: New York. Cincinnati Casualty Company (The) (NAIC #28665) BUSINESS ADDRESS: P.O. Box 145496, Cincinnati, OH 45250 - 5496. PHONE: (513) 870- 2000. UNDERWRITING LIMITATION b/: $29,265,000. SURETY LICENSES c,f/• AL, AK, AZ, AR, CO, CT, DE, DC, FL, GA, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MI, MN, MS, MO, MT, NE, NV, NH, NM, NY, NC, ND, OH, OK, OR, PA, RI, SC, SD, TN, TX, UT, VT, VA, WA, WV, WI, WY. INCORPORATED IN: Ohio. Cincinnati Insurance Company (The) (NAIC #10677) BUSINESS ADDRESS: P.O. BOX 145496, CINCINNATI, OH 45250 - 5496. PHONE: (513) 870- 2000. UNDERWRITING LIMITATION b/: $362,095,000. SURETY LICENSES c,f/: AL, AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MT, NE, NV, NH, NJ, NM, NY, NC, ND, OH, OK, OR, PA, PR, RI, SC, SD, TN, TX, UT, VT, VA, WA, WV, WI, WY. INCORPORATED IN: Ohio. CITTENS INSURANCE COMPANY OF AMERICA (NAIC #31534) BUSINESS ADDRESS 645 W. GRAND RIVER AVENUE, HOWELL, MI 48843 - 2151. PHONE: (517) 546-2160. UNDERWRITING LIMITATION b/: $68,263,000. SURETY LICENSES c,f/• AL, AK, AZ, AR, CO, CT, DE, DC, GA, HI, IL, IN, IA, KS, ME, MD, MA, MI, MN, MS, MO, MT, NE, NH, NJ, NM, NY, NC, ND, OH, OK, PA, RI, SC, SD, TN, TX, UT, VT, VA, WA, WV, WI. INCORPORATED IN: Michigan. COLONIAL AMERICAN CASUALTY AND SURETY COMPANY (NAIC #34347) BUSINESS ADDRESS' 1400 AMERICAN LANE, TOWER I, 18TH FLOOR, SCHAUMBURG, IL 60196 - 1056. PHONE: (847) 605-6000. UNDERWRITING LIMITATION b/: $2,300,000. SURETY LICENSES c,f/: AL, AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MT, NE, NV, NJ, NM, NY, NC, ND, OH, OK, OR, PA, RI, SC, SD, TN, TX, UT, VT, VA, WA, WV, WI, WY. INCORPORATED IN: Maryland. COLONIAL SURETY COMPANY (NAIC #10758) BUSINESS ADDRESS: 50 Chestnut Ridge Road , Montvale , N] 07645. PHONE: (201) 573- 8788. UNDERWRITING LIMITATION b/: $2,361,000. SURETY LICENSES c,f/: AL, AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA, GU, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MP, MT, NE, NV, NH, NJ, NM, NY, NC, ND, OH, OK, OR, PA, PR, RI, SC, SD, TN, TX, UT, VT, VA, VI, WA, WV, WI, WY. INCORPORATED IN: Pennsylvania. COMPANION PROPERTY AND CASUALTY INSURANCE COMPANY (NAIC #12157) BUSINESS ADDRESS: P.O. Box 100165, Columbia, SC 29202. PHONE: (803) 735-0672. UNDERWRITING LIMITATION b/: $24,192,000. SURETY LICENSES c,f/: AL, AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MT, ' • , ' , ND, OH, OK, OR •: RI SC, SD, TN, TX, UT, VT, VA, WA, WV, WI, WY. IN0'"ORATED IN: S. ut . rolina. Continental Casualty Company (NAIC #20443) BUSINESS ADDRESS: 333 S. WABASH AVE, CHICAGO, IL 60604. PHONE: (312) 822-5000. UNDERWRITING LIMITATION b/: $730,996,000. SURETY LICENSES c,f/: AL, AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MT, NE, NV, NH, NJ, NM, NY, NC, ND, OH, OK, OR, PA, PR, RI, SC, SD, TN, TX, UT, VT, VA, VI, WA, WV, WI, WY. INCORPORATED IN. Illinois. 2/5/2014 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ww/.i nsurance.wa.g ov/consumertool kit/Company/CompanyProfile.aspx'?WAOIC= 336 Search > CONTINENTAL CASUALTY COMPANY CONTINENTAL CASUALTY COMPANY g-'nc!..! 1 Contact 1 Ir--jgrl5q-ka IPP9intrrients: 1 Complaint 1 Orders 1 National Info 1 .Ratin9.§ Badcto'Seaitti General information Name: CONTINENTAL CASUALTY COMPANY Corporate family group: CNA INS GRP is Organization type: PROPERTY WAOIC: 336 NAIC: 20443 Status: ACTIVE Admitted date: 03/23/1948 Ownership type: STOCK top Contact information Registered address 333 S WABASH CHICAGO, IL 60604 Telephone 312-822-5000 Types of coverage authorized to sell Insurance types Casualty Disability Marine Ocean Marine Property_ ,Surety 'Vehicle - I9 IRP ''at is 1;1-.' Mailing address 333 S WABASH CHICAGO, IL 60604 Telephone 312-822-5000 Agents and agencies that represent this company (Appointments) Vkew agefltS to op VwJagendes Company complaint history Viewcomplaints to top What ths? Disciplinary orders 2008-2014 No disciplinary orders are found Looking for other orders? Our online orders search _allows you to search a ten year history of all orders, including enforcement orders, administrative orders, and general orders. I? I9P Ihttp://www.insurance.wa.g ov/consumertool ki t/C ompany/C ompanyPr ofi I e.as pOWA01 C =336 1/2 2/5/2014 www.i nsurance.wa.g ov/consumertooIWt/Company/CompanyProfile.aspX?WAOIC=336 National information on insurance companies Want more information about this company? The NAIC's Consumer Information (CIS) page allows you to retrieve national financial and complaint information on insurance companies, plus has information and tips to help you understand current insurance issues. back to top Ratings by financial organizations The following organizations rate insurance companies on their financial strength and stability. Some of these companies charge for their services. A.M. Best Weiss Group Ratings Standard and Poor's Corp Mood_y's Investors Service ,Fitch IBCA, Duff and Phelps Ratings back t:} taa http://www.insurance.wa.g 2/2 12/5/2014 Listing of Certified Companies: Surety Bonds: Programs and Systems: Financial Management Service MN, MS, MO, MP, MT, NE, NV, NH, NJ, NM, NY, NC, ND, OH, OK, OR, PA, PR, RI, SC, SD, TN, TX, UT, VT, VA, WA, WV, WI, WY. INCORPORATED IN: Illinois. Liberty Mutual Fire Insurance Company (NAIC #23035) BUSINESS ADDRESS: 2000 Westwood Drive, Wausau, WI 54401. PHONE: (617) 357-9500. UNDERWRITING LIMITATION b/: $86,266,000. SURETY LICENSES c,f/: AL, AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MT, NE, NV, NH, NJ, NM, NY, NC, ND, OH, OK, OR, PA, PR, RI, SC, SD, TN, TX, UT, VT, VA, WA, W , , Y. INCri-9 " -•nsin. Liberty Mutual nsurance Company (NA Q'#23043) BUSINESS ADDRESS: 175 Berkeley Street, Boston, MA 02116. PHONE: (617) 357-9500. UNDERWRITING LIMITATION b/: $1,216,960,000. SURETY LICENSES c,f/: AL, AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MT, NE, NV, NH, NJ, NM, NY, NC, ND, 01-I, OK, OR, PA, PR, RI, SC, SD, TN, TX, UT, VT, VI, WA, , WI, WY. INCORPORATED IN: Massachusett LM Insuranc- orporation (NAIC #33600) BUSINESS ADDRESS: : - - - • - -, ■ e 200, Hoffman Estates, IL 60192. PHONE: (617) 357-9500. UNDERWRITING LIMITATION b/: $11,007,000. SURETY LICENSES c,f/: AL, AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA, GU, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MP, MT, NE, NV, NH, N3, NM, NY, NC, ND, OH, OK, OR, PA, RI, SC, SD, TN, TX, UT, VT, VA, VI, WA, WV, WI, WY. INCORPORATED IN: Illinois. Lyndon Property Insurance Company (NAIC #35769) BUSINESS ADDRESS: 14755 North Outer Forty Rd., Suite 400, St. Louis, MO 63017. PHONE: (636) 536-5600. UNDERWRITING LIMITATION b/' $18,397,000. SURETY LICENSES c,f/: AL, AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MT, NE, NV, NH, NJ, NM, NC, ND, OH, OK, OR, PA, PR, RI, SC, SD, TN, TX, UT, VT, VA, WA, WV, WI, WY. INCORPORATED IN: Missouri. Return to top of pane or select a letter to jump to an item A B C D E G H I J K L MNOPQ RSTUV W X Y Z Manufacturers Alliance Insurance Company (NAIC #36897) BUSINESS ADDRESS: P.O. Box 3031, Blue Bell, PA 19422 - 0754. PHONE: (610) 397-5000. UNDERWRITING LIMITATION b/: $6,709,000. SURETY LICENSES c,f/. AL, AK, AZ, AR, CO, CT, DE, DC, ID, IN, KS, KY, LA, ME, MD, MI, MS, MO, MT, NE, NV, NH, NJ, NM, NY, NC, OH, PA, RI, SC, SD, TN, UT, VT, VA, WA. INCORPORATED IN: Pennsylvania. MARKEL INSURANCE COMPANY (NAIC #38970) BUSINESS ADDRESS: 4521 Highwoods Parkway, Glen Allen, VA 23060. PHONE: (800) 431- 1270. UNDERWRITING LIMITATION b/: $27,277,000. SURETY LICENSES c,f/: AL, AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MT, NE, NV, NH, NJ, NM, NY, NC, ND, OH, OK, OR, PA, RI, SC, SD, TN, TX, UT, VT, VA, WA, WV, WI, WY. INCORPORATED IN: Illinois. Massachusetts Bay Insurance Company (NAIC #22306) BUSINESS ADDRESS: 440 LINCOLN STREET, WORCESTER, MA 01653 - 0002. PHONE: (508) 853-7200 x-4476. UNDERWRITING LIMITATION b/: $5,959,000. SURETY LICENSES c,f/• AL, AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MT, NE, NV, NH, NJ, NM, NY, NC, ND, OH, OK, OR, PA, RI, SC, SD, TN, TX, VT, VA, WA, WV, WI, WY. INCORPORATED IN: New Hampshire. Merchants Bonding Company (Mutual) (NAIC #14494) BUSINESS ADDRESS: 2100 Fleur Drive, Des Moines, IA 50321 - 1158. PHONE: (515) 243- 8171. UNDERWRITING LIMITATION b/: $7,130,000. SURETY LICENSES c,f/: AL, AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MT, NE, NV, NH, NJ, NM, NY, NC, ND, OH, OK, OR, PA, RI, SC, SD, TN, TX, UT, VT, VA, WA, WV, WI, WY. INCORPORATED IN: Iowa. Merchants National Bonding, Inc. (NAIC #11595) BUSINESS ADDRESS: 2100 Fleur Drive, Des Moines, IA 50321 - 1158. PHONE: (515) 243- 8171. UNDERWRITING LIMITATION b/: $982,000. SURETY LICENSES c,f/: AL, AK, AZ, AR, CO, CT, DE, GA, ID, IL, IN, IA, KS, KY, LA, ME, MD, MI, MN, MS, MO, MT, NE, NV, NJ, NC, ND, OH, OK, OR, PA, SC, SD, TN, TX, UT, VT, VA, WA, WV, WI. INCORPORATED IN: Iowa. Michigan Millers Mutual Insurance Company (NAIC #14508) BUSINESS ADDRESS: P. 0. Box 30060, Lansing, MI 48909 - 7560. PHONE: (517) 482-6211 x- 7765. UNDERWRITING LIMITATION b/: $7,583,000. SURETY LICENSES c,f/: AZ, AR, CA, CO, GA, ID, IL, IN, IA, KS, KY, MI, MN, MO, MT, NE, NY, NC, ND, OH, OK, OR, PA, SD, TN, VA, WA, WI, WY. INCORPORATED IN: Michigan. http://www.fms.treas.govic570/c570_a-z.html 14/25 2/5/2014 }� Search > LIBERTY MUTUAL INSURANCE COMPANY wnw.i nsurance.wa.g ov/consumertool kt/Company/CompanyProfile.asp(?WAOIC=733 LIBERTY MUTUAL INSURANCE COMPANY Genera! 1 cantact 1 Licensing 1 Appoint General information nts 1 complaints 1 Orders I National Info 1 Ratings Back•to search. Name: LIBERTY MUTUAL INSURANCE COMPANY Corporate family group: LIBERTY MUT GRP Organization type: PROPERTY WAOIC: 733 NAIC: 23043 Status: ACTIVE Admitted date: 10/30/1933 Ownership type: STOCK Lack p Contact information Registered address Mailing address 175 BERKELEY ST 100 LIBERTY WAY BOSTON, MA 02117 DOVER, NH 03820 Telephone 617-357-9500 Types of coverage authorized to sell wrae;cF:s Insurance types Casualty Marine Ocean Marine' Property Surety Vehicle Cask to t?p Agents and agencies that represent this company (Appointments) v„t: t, View agents Ock to Fc.P View agencies Company complaint history NhEit i<th,s View complaints ^bacurp!:op Disciplinary orders 2008-2014 Telephone 617-357-9500 No disciplinary orders are found Looking for other orders? Our online orders search allows you to search a ten year history of all orders, including enforcement orders, administrative orders, and general orders. ^ Lack to !GP http://wdwu.insurance.wa.g ov/consumertool ldUCompany/CompanyProfi IesaspX?WAOIC=733 1/2 2/5/2014 wuwv.i nsurance.wa.g ov/consumertool Iat/Company/CompanyProfiIe.asWA/AOIC=733 1 National information on insurance companies Want more information about this company? The NAIC's Consumer Information (CIS) page allows you to Iretrieve national financial and complaint information on insurance companies, plus has information and tips to help you understand current insurance issues. n back to foo 1 Ratings by financial organizations IThe following organizations rate insurance companies on their financial strength and stability. Some of these companies charge for their services. A.M. Best IWeiss Group Ratings Standard and Poor°s Corp Moody's Investors Service IFitch IBCA, Duff and Phelps Ratings ''' Lack to .',P 1 1 1 1 1 1 1 1 1 1 1 1 Ihttp://www.insurance.wa.gov/consumertoollbt/Company/CompanyProfile.aspx?WAOIC=733 2/2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 MICHE-8 OP ID: MS AC'IJRrx^ 414•••••••••••..." -'CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDD/YYYY) 02/04/14 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT. If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCERPhone: 630-245-4600 hill Weib2300Cabot 1aDrive, Suite 100 Fax: 630-245-4601 Lisle, IL 60532 William P. Weible NAMEACT NAME: FAX jA/c, o, Ext): No): E-MAIL ADDRESS. INSURER(S) AFFORDING COVERAGE NAIC # INSURER A Arch Insurance Company 11150 INSURED Michels Corporation 1715 16th Street SE Salem, OR 97302 INSURER B National Fire & Marine Ins Co 20079 Arch Indemnity Insurance Co INSURER C 30830 INSURER D $ 1,000,000 INSURER E . $ 300,000 INSURER F . $ 10,000 CATE NUMBER: REVISION NUMBER. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS INSR LTR TYPE OF INSURANCE ADDL NSR SUBR WVD POLICY NUMBER POLICY EFF (MMIDDIIYYYY) POLICY EXP (MM DDIYYYY) LIMITS A GENERAL X LIABILITY COMMERCIAL GENERAL LIABILITY X 41PKG8915305 02/01/14 02/01/15 EACH OCCURRENCE $ 1,000,000 DAMAGFTOEa RENToccuEDrrence) PREMISES ( $ 300,000 MED EXP (Any one person) $ 10,000 CLAIMS -MADE X OCCUR PERSONAL &ADV INJURY $ 1,000,000 X XCU Included GENERAL AGGREGATE $ 2,000,000 X Stop Gap Included PRODUCTS - COMP/OP AGG $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY I X 1, ECT 1 I LOC $ A AUTOMOBILE X X X LIABILITY ANY AUTO ALL OWNED AUTOS HIRED AUTOS MCS 90 - X SCHEDULED AUTOS AUT OWNED AUTOS 41PKG8915305 02/01/14 02/01/15 COMBINED SINGLE LIMIT (Ea accident) $ 2,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY (Per accident) $ $ B X. UMBRELLA LIAB EXCESS LIAB X I OCCUR CLAIMS -MADE 42XSF10013901 02/01/14 02/01/15 EACH OCCURRENCE $ 10,000,000 AGGREGATE $ 10,000,000 $ DED X RETENTION $ 0 A C WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? N (Mandatory in NH) If yes, describe under DESCRIPTION OP OPERATIONS below N / A 41 WCI8915105 44WCI8915205 (NY ONLY) 02/01/14 02/01/14 02/01/15 02/01/15 X C STAT- TOWN-117 OTH- ER E.L. EACH ACCIDENT $ 1,000,000 E L DISEASE - EA EMPLOYEE $ 1,000,000 E.L DISEASE - POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) Re: Michels Job #40407, North 16th Ave and Cherry Ave Irrigation Rehabilitation Additional Insureds on General Liability: City of Yakima, its employees, agents, elected and appointed officials, Huibregtse, Louman Associates, Inc. (HLA) CANCELLATION YAKIM-1 City of Yakima Attn: Sue Ownby, Purchasing Manager 129 No. 2nd Street Yakima, WA 98901 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2010/05) © 1988-2010 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD 2/5/2014 www.insurance.wa.gov/consumertoollat/Company/CompanyProfile.asp>C?WAOIC=58676 Search > ARCH INSURANCE COMPANY ARCH INSURANCE COMPANY General 1 Conta:t i Licensing_ 1 Appointments 1 Complaints 1 Orders 1 National info 1 Ratings Back.to Search General information Name: ARCH INSURANCE COMPANY Corporate family group: ARCH INS GRP Organization type: PROPERTY WAOIC: 58676 NAIC: 11150 Status: ACTIVE Admitted date: 06/09/1988 Ownership type: STOCK ba: to top Contact information Registered address Mailing address 3100 BROADWAY STE 1000 300 PLAZA THREE KANSASJERSEY CITY, N] 07311- CITY, MO 64111 1107 Telephone 816-531-7668 Types of coverage authorized to sell Insurance types Casualty Disability Marine Ocean Marine.____._._.__._. Property Surety Vehicle ^ Lack to top Telephone 816-531-7668 Agents and agencies that represent this company (Appointments) View agents b=c to '.00 View agencies Company complaint history vy�,at5rnsz View complaints bac Disciplinary orders 2008-2014 Year Order Number :x: hat 15' 2011 11-0172 Looking for other orders? Our online orders search _allows you to search a ten year history of all orders, including enforcement orders, administrative orders, and general orders. http://www.insurance.wa.gou/consumertoolWt/Company/CompanyProfiIe.asp OWA0IC=58676 1/2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2/5/2014 ~�����o nwtnnaumortuo |e.aopxnxwo|o~m86n6 National information on insurance companies Want more information about this company? The NAIC's Consumer Information allows you to retrieve national financial and complaint information on insurance companies, plus has inforrnation and tips to help you understand current insurance issues. by financial � . �' Ratings nn���q������ ����������������� _ _ organizations � � The following organizations rate insurance companies on their financial strength and stability. Some of these companies charge for their services. A.M. Best Weiss Group Ratings Standard• and Poo�s Moody's Investors Service_ Fitch IBCADuffandRatings xPhelps a ngs tpwp ow�un,unm�ov |o�»pmvwxz�~so�rs 2/2 2/5/2014 Best's Credit Rating Center - Company Information for National Fire & Marine Insurance Company Ratings & Criteria Center cific I Canada !Europe. Middle East and Afnca I Latin America I MENA & SCA Ratings & Criteria „ » Home » Credit Rating Releases » Methodology » Best's Credit Ratings + Financial Strength Rating » Issuer Credit Rating » Debt Rating » Advanced Search » About Best's Credit Ratings + » Get a Credit Rating + » Best's Special Reports » Add Besl's Credit Ratings Search To Your Site » BestMarkfor Secure -Rated Insurers » Contact an Analyst Awards and Recognitions News & Analysis » Products & Services Industry Information Corporate „ Regulatory Affairs » Support & Resources „ Conferences and Events z Find a Best's Credit Rating (Ester a Company Name » Advanced Search New Search: • Search National Fire & Marine Insurance Company A.M. Best #•002426 NAIC #'20079 FEIN #'476021331 Address: 3024 Harney Street Omaha, NE 68131 United States Web: www.nationalindemnitv.com Phone:402-916-3000 Fax: 402-916-3350 Based on AM. Best's analysis 058334 - Berkshire Hathaway Inc is the AMB Ultimate Parent and identifies the topmost entity of the corporate structure. View a list of operating insurance entities in this structure Do.", » i ud t Ruluicqu View at of the companies assigned this rating as a part of an AMB Rating Unit. A.M. Best Rating Services Caraa::r Inform;„,or; t View Rating Definitions Select one. • Ihttp://wmn/3.ambest.comlratings/entities/SearchResults.aspC?AltSrc=9 Financial Strength Rating View Definition Rating: A++ (Superior) Affiliation Code: g (Group) Financial Size Category: XV ($2 Billion or greater) Outlook: Action: Effective Date: Stable Affirmed May15, 2013 Initial Rating Date: June 30, 1954 ;Long -Term issuer Credit Rating View Definition Long -Term• Outlook: Action: Effective Date: Initial Rating Date. aaa Stable Affirmed May15,2013 May16,2007 u Denotes Under Review Best's Rating rit.Z or{. t _x. -. ..:.'f'.: i' .. v_.. Home I About its I Contact Us I Sitemap ca Print this page (2) Assigned to-Frmnciai8kengOr Rettng13 companies that have, in tr A+.i;NSypordor • our opinion, a superior abilityto meet their ongoing insurance obligations. Best's Credit Rating Analyst Office' AM. Best Company, Oldwick NJ Assistant Vice President: Peter Dickey Vice President: Robert B. DeRose View AM. Best's Rating Disclosure Statement AM. Best Affirms Ratings of Berkshire .Y HathawayInc.'s Subsidiaries Date: May 15, 2013 e;:tort:> Visit Best's News and Analysis site for the latest news and press releases for this company and its AM. Best Group AMB Credit Report - Insurance Professional - includes Best's Financial Strength Rating and rationale along with comprehensive analytical commentary, detailed business overview and keyfinancial data. Report Revision Date: 5/15/2013 (represents the latest significant change). Historical Reports are available in AMB Credit Report- Insurance Professional Archive. Best's Executive Summary Reports (Financial Overview) - available in three versions, these presentation style reports feature balance sheet, income statement, keyfinancial performance tests including profitability, liquidity and reserve analysis Data Status:2013 Best's Statement File - P/C US Contains data compiled as of 1/30/2014 Quality Cro»sChecked. • Single Company -five years of financial data specifically on this company. • Comparison - side-by-side financial analysis of this company with a peer group of up to five other companies you select. • Composite - evaluate this companys financials against a peer group composite. Report displays both the average and total composite of your selected peer group. Best's Kev Rating Guide Presentation Report - includes Best's Financial Strength Rating and financial data as provided in the most current edition of Best's Key Rating Guide products (Quality Cross Checked). Best's Insurance Reports - Online - PIC. US & Canada Best's Key Rating Guide - P/C, US & Canada Best's Statement File - P/C US Best's Executive Sum mare Report - Comparison - Property/Casualty Best's Executive Summary Report- Composite - Property/Casualty 1/2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2/5/2014 Best's Credit Rating Center - Company Information for National Fire & Marine Insurance Company Bests Statement File - Global Best's Regulatory Center Market Share Reports Bests State Line - P/C, US Bests Insurance Ewense Exhibit (IEE) - P/C. US Bests Schedule P (Loss Reserves) - P/C, US Bests Regulatory Center Best's Schedule D (Corporate Bonds) - US Best's Schedule D (Common Stocks) - US Best's Schedule D (Municipal Bonds) - US Best's Schedule F (Reinsurance) - P/C, US Best's Schedule DA(ShortTerm Investments)- P/C & L/H, US Best's Schedule BA (Other Long Term Investments) - P/C & LM, US European Union Disclosures A.M. Best Company and its subsidiaries are not registered as External Credit Assessment hstitutions (ECM) in the European Union (EU). Credit ratings issued by A.M. Best Company and its subsidiaries can not be used for regulatory purposes in the EU as per Directive 2006/48/EC. Australian Disclosures A.M. Best Credit Ratings are statements of opinion and not statements of fact. They are not recommendations to buy, hold or sell any securities or any other form of financial product. including insurance policies and are not a recommendation to be used to rreke investment%purchasing decisions. A.M. Best Asia-Pacific Ltd is registered as a Credit Rating Agency in Australia and holds a Financial Services Licence number 411055 under the Corporations Act of 2001 A.M. Best Asia-Pacific Ltd credit ratings and any other related research are not intended for and must not be distributed to any person in Australia other than a w holesale client, as defined in the Corporations Act of 2001, Chapter 7 The A.M. Best w ebsites are not intended for use by Australian users who are not defined as w holesale users. Important Notice. Best's Ratings reflect our independent opinion, based on a comprehensive quantitative and qualitative evaluation of a company s balance sheet strength, operating performance and business profile. These ratings are neither a warranty of a company s financial strength nor its ability to meet its financial obligations, including those to policyholders. View our entire notice for complete details. Customer Service 1 Roduct Support I Member Center I Contact Info I Careers About A.M. Best I Site Map 1 Rivacy Policy I Security I Terms of Use [Legal & Licensing Copyright O. 2014 A.M. Best Company Inc. ALL RIGHTS RESERVED. A.M. Best Worldwide Headquarters. Antbest Road, Oldw ick, New Jersey, 08858, U.S.A. http://w ,3.ambest.corn/ratings/entities/SearchResults.asp�C?AltSrc=9 2/2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2/5/2014 www.i nsurance.wa.g ov/consumertool lat/Company/CompanyProfiI e.asp (?WAOIC=308 Search > ARCH INDEMNITY INSURANCE COMPANY ARCH INDEMNITY INSURANCE COMPANY General 1 Contact 1 Licensing. 1 Ap.polntme General information s 1 Complaints I Orders 1 National Info 1 Ratings Sack to.search,, Name: ARCH INDEMNITY INSURANCE COMPANY Corporate family group: ARCH INS GRP u,1,tt_ Organization type: PROPERTY WAOIC: 308 NAIC: 30830 Status: ACTIVE Admitted date: 04/01/1970 Ownership type: STOCK tci top Contact information Registered address 10909 Mill Valley Road Omaha, NE 68145 Telephone 212-651-6500 Types of coverage authorized to sell Insurance types Casualty Marine Ocean Marine Property Surety `Vehicle pz;.c tP tn,p What ss t„:s? Mailing address 300 PLAZA THREE JERSEY CITY, NJ 07311- 1107 Telephone 212-651-6500 Agents and agencies that represent this company (Appointments) what?5 rnsz View.agents ^heck to top View agencies Company complaint history Jti.l, View,connplaint ^Sank. to top Disciplinary orders 2008-2014 What is itis No disciplinary orders are found Looking for other orders? Our online orders search allows you to search a ten year history of all orders, including enforcement orders, administrative orders, and general orders. ^la.rk,tcitcp 1 http://www.insurance.wa.gov/consumertoollat/Company/CompanyProfile.aspxgWAOIC=308 1/2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2/5/2014 wawro.i nsurance.wa.g ov/consumertool lat/Company/C ompanyProfi I e.asp(?WAOI C=308 National information on insurance companies Want more information about this company? The NAIC's Consumer Information _(CIS) page allows you to retrieve national financial and complaint information on insurance companies, plus has information and tips to help you understand current insurance issues. .b c.k to top Ratings by financial organizations The following organizations rate insurance companies on their financial strength and stability. Some of these companies charge for their services. A.M. Best ;Weiss Group Ratings Standard and Poor°s Corp Moody's Investors Service Fitch IBCA, Duff and Phelps Ratings ^tai<tctgp http://www.i nsurance.wa.g ov/consumertool ldt/Company/CompanyProfiIe.aspxl?WAOIC=308 2/2 SCHEDULE OF WORKING HOURS CITY OF YAKIMA NORTH 16TH AVENUE AND CHERRY AVENUE IRRIGATION REHABILITATION CITY OF YAKIMA PROJECT NO IR2377 HLA PROJECT NO 13136 In accordance with Section 1-08.0(2) Hours of Work, the normal straight time working hours for this project will be from $ a.m to 4 p m., 5 days per week. It is understood that normal straight time working hours shall not exceed 40 hours per week, regardless of the number of days worked per week. All hours worked in excess of 40 hours per week shall be considered as overtime hours subject to the reimburse- ment provisions of Section 1-08.0(2) Hours of Work. Overtime hours are defined as any hours in excess of or outside of the above normal straight time working hours when the Contractor and/or his subcontractors are on the project site performing work. I hereby certify that my subcontractors have been notified of the normal straight time working hours provisions of this project and understand that Engineer/Contracting Agency costs for overtime hours will be deducted from amounts due to me for work performed on the project. S Yty,,,, n N.T. I 0 P�! l��io Contra ,►� z..,``�C` .\E. �''; 40&104 .:•-• ( . . ) .:,,, s_ , Signature = �: �" 77 -/Ig H ,,,,,>4._,..,2 ......_,...„... ....,,,. :0 :,-.7 Date G:\PROJECTS\2013\13136\Spec.docx 4-6 G:\P ROJ E CTS12013\131361Spec. docx SECTION 5 - LABOR STANDARDS AND WAGE RATE CONDITIONS 5-1 PREVAILING WAGE RATES The prevailing rate of wages to be paid to all workmen, laborers, or mechanics employed in the performance of any part of this Contract shall be in accordance with the provisions of Chapter 39.12 RCW, as amended. The rules and regulations of the Department of Labor and Industries and the schedule of prevailing wage rates for the locality or localities where this Contract will be performed as determined by the Industrial Statistician of the Washington State Department of Labor and Industries, are by reference made a part of this Contract. A schedule of prevailing wage rates is included in these Specifications. Inasmuch as the CONTRACTOR will be held responsible for paying this schedule of wages, it is imperative that all contractors and subcontractors familiarize themselves with the current wage rates before submitting bids based on these Specifications. Before any payment is made by the local government body of any sums due under this Contract, the local government body must receive from the CONTRACTOR and each subcontractor a copy of the "Statement of Intent to Pay Prevailing Wages" approved by the Washington State Department of Labor and Industries. Following the acceptance of the project, the Contracting Agency must receive from the CONTRACTOR and each subcontractor a copy of "Affidavit of Wages Paid" and, in addition, from the prime contractor a copy of "Release for the Protection of Property Owners and General Contractor," all approved by the Washington State Department of Labor and Industries. Forms may be obtained from the Department of Labor and Industries. The CONTRACTOR and each subcontractor shall pay all fees associated with and make all applications directly to the Department of Labor and Industries. These affidavits will be required before any funds retained, according to the provisions of RCW 60.28.010, are released to the CONTRACTOR. Payment by the CONTRACTOR and subcontractor of any fees shall be considered incidental to the construction and all costs shall be included in other pay items of the project. The Contractor and all Subcontractors shall also be required to submit certified weekly payroll forms with an accompanying "Statement of Compliance" so that payment of prevailing wage rates and -fringe benefits may be verified. Certified payrolls must be completed using the U S Department of Labor Payroll Form WH347 found at www dol.gov Certified payrolls are required to be submitted by the Contractor to the Engineer, for the Contractor, all Subcontractors, and lower tier subcontractors If these certified payrolls are not supplied within ten calendar days of the end of the preceding weekly payroll period, any or all payments may be withheld until compliance is achieved Failure to provide these payrolls could also result in other sanctions as provided by State laws (RCW 39.12.050) and/or Federal regulations (29 CFR 5 12) All certified payrolls shall be complete and explicit. Employee labor descriptions used on certified payrolls shall coincide exactly with the labor descriptions listed on the minimum wage schedule in the Contract unless the Engineer approves an alternate method to identify the labor used by the Contractor to compare with the labor listed in the Contract Provisions. When an apprentice is shown on the certified payroll at a rate less than the minimum prevailing journey wage rate, the apprenticeship registration number for that employee from the State Apprenticeship and Training Council shall be shown along with the correct Employee classification code. G:\PROJECTS\2013\13136\Spec.docx 5-2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Page 1 of 16 State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the Benefit Code Key. Journey Level Prevailing Wage Rates for the Effective Date: 01/27/2014 County Trade Job Classification Wage Holiday Overtime Note Yakima Asbestos Abatement Workers Journey Level $17.83 1 Yakima Boilermakers Journey Level $62.34 5N 1C Yakima Brick Mason Journey Level $42.38 5A 1M Yakima Building Service Employees Janitor $9.32 1 Yakima Building Service Employees Shampooer $11.14 1 Yakima Building Service Employees Waxer $9.32 1 Yakima Building Service Employees Window Cleaner $9.32 1 Yakima Cabinet Makers (In Shop) Journey Level $16.35 1 Yakima Carpenters Journey Level $29.72 1 Yakima Cement Masons Journey Level $38.15 7B 1N Yakima Divers a Tenders Diver $100.28 5D 1M 8A Yakima Divers a Tenders Diver On Standby $56.68 5D 1M I Yakima Divers a Tenders Diver Tender $52.23 5D 1M Yakima Divers a Tenders Surface Rcv a Rov Operator $52.23 5D 1M Yakima Divers a Tenders Surface Rcv a Rov Operator Tender $48.67 5A 1B Yakima Dredge Workers Assistant Engineer $53.00 5D 3F Yakima Dredge Workers Assistant Mate (Deckhand) $52.58 5D 3F Yakima Dredge Workers Boatmen $52.30 5D 3F Yakima Dredge Workers Engineer Welder $54.04 5D 3F Yakima Dredge Workers Leverman, Hydraulic $55.17 5D 3F Yakima Dredge Workers Mates $52.30 5D 3F Yakima Dredge Workers Oiler $52.58 5D 3F Yakima Drywall Applicator Journey Level $39.28 5D 1M Yakima Drywall Tapers Journey Level $32.51 7E 1P Yakima Electrical Fixture Maintenance Journey Level $43.32 1 Workers Yakima Electricians - Inside Cable Splicer $56.36 5A 1E Yakima Electricians - Inside Journey Level $54.45 5A 1E Yakima Electricians - Inside Welder $58.27 5A 1E https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 1/13/2014 Page 2 of 16 ;Yakima Electricians - Motor Shop Craftsman $15.37 1 'Yakima Electricians - Motor Shop Journey Level $14.69 1 Yakima i Electricians - Powerline Cable Splicer $66.43 5A 4A Construction Yakima Electricians - Powerline Certified Line Welder $60.75 5A 4A Construction Yakima Electricians - Powerline Groundperson $42.36 5A 4A Construction Yakima Electricians - Powerline Heavy Line Equipment Operator $60.75 5A 4A Construction Yakima Electricians - Powerline Journey Level Lineperson $60.75 5A 4A Construction Yakima Electricians - Powerline Line Equipment Operator $51.05 5A 4A Construction 'Yakima Electricians - Powerline Pole Sprayer $60.75 5A 4A Construction Yakima Electricians - Powerline Powderperson $45.39 5A 4A Construction 'Yakima Electronic Technicians Journey Level $23.40 1 'Yakima Elevator Constructors Mechanic $77.70 7D 4A 'Yakima Elevator Constructors Mechanic In Charge $84.24 7D 4A 'Yakima Fabricated Precast Concrete Craftsman - In -Factory Work Only $9.32 1 Products Yakima Fabricated Precast Concrete Journey Level - In -Factory Work Only $9.32 1 Products Yakima Fence Erectors Fence Erector $13.79 1 1Yakima Flaggers Journey Level $24.62 1 'Yakima Glaziers Journey Level $22.43 61 1B !Yakima Heat Et Frost Insulators And Journey Level $25.32 1 Asbestos Workers 'Yakima Heating Equipment Mechanics Journey Level $34.85 1 !Yakima Hod Carriers Et Mason Tenders Journey Level $34.42 7A 2Y Yakima Industrial Power Vacuum Journey Level $9.32 1 Cleaner Yakima Inland Boatmen Journey Level $9.32 1 Yakima Inspection/Cleaning/Sealing Cleaner Operator, Foamer Operator $9.73 1 Of Sewer Et Water Systems By Remote Control Yakima Inspection/Cleaning/Sealing Grout Truck Operator $11.48 1 Of Sewer Et Water Systems By Remote Control Yakima Inspection/Cleaning/Sealing Head Operator $12.78 1 Of Sewer Et Water Systems By Remote Control Yakima Inspection /Cleaning/Sealing Technician $9.32 1 Of Sewer Et Water Systems By Remote Control Yakima Inspection/Cleaning/Sealing Tv Truck Operator $10.53 1 Of Sewer Et Water Systems By Remote Control 1 https://fortress.wa.gov/lni/wagelookup/pryWagelookup.aspx 1/13/2014 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 i 1 1 1 1 1 1 1 1 1 1 1 Page 3 of 16 (Yakima Insulation Applicators Journey Level $39.28 5D I 1M Yakima Ironworkers Journeyman $53.19 7N 10 Yakima Laborers Air, Gas Or Electric Vibrating Screed $33.44 7A 2Y Yakima Laborers Airtrac Drill Operator $34.42 7A 2Y Yakima Laborers Ballast Regular Machine $33.44 7A 2Y Yakima Laborers Batch Weighman $31.40 7A 2Y Yakima Laborers Brick Pavers $33.44 7A 2Y Yakima Laborers Brush Cutter $33.44 7A 2Y Yakima Laborers Brush Hog Feeder $33.44 7A 2Y Yakima Laborers Burner $33.44 7A 2Y Yakima Laborers Caisson Worker $34.42 7A 2Y Yakima Laborers Carpenter Tender $33.44 7A 2Y Yakima Laborers Cement Dumper -paving $34.01 7A 2Y Yakima Laborers Cement Finisher Tender $33.44 7A 2Y Yakima Laborers Change House Or Dry Shack $33.44 7A 2Y Yakima Laborers Chipping Gun (under 30 Lbs.) $33.44 7A 2Y Yakima Laborers Chipping Gun(30 Lbs. And Over) $34.01 7A 2Y Yakima Laborers Choker Setter $33.44 7A 2Y Yakima Laborers Chuck Tender $33.44 7A 2Y Yakima Laborers Clary Power Spreader $34.01 7A 2Y Yakima Laborers Clean-up Laborer $33.44 7A 2Y Yakima Laborers Concrete Dumper/chute Operator $34.01 7A 2Y Yakima Laborers Concrete Form Stripper $33.44 7A 2Y Yakima Laborers Concrete Placement Crew 534.01 7A 2Y Yakima Laborers Concrete Saw Operator/core Driller $34.01 7A 2Y Yakima Laborers Crusher Feeder $31.40 7A 2Y Yakima Laborers Curing Laborer $33.44 7A 2Y Yakima Laborers Demolition: Wrecking Et Moving (incl. Charred Material) $33.44 7A 2Y Yakima Laborers Ditch Digger $33.44 7A 2Y Yakima Laborers Diver $34.42 7A 2Y Yakima Laborers Drill Operator (hydraulic,diamond) 534.01 7A 2Y Yakima Laborers Dry Stack Walls $33.44 7A 2Y Yakima Laborers Dump Person $33.44 7A 2Y Yakima Laborers Epoxy Technician $33.44 7A 2Y Yakima Laborers Erosion Control Worker $33.44 7A 2Y Yakima Laborers Faller a Bucker Chain Saw $34.01 7A 2Y Yakima Laborers Fine Graders $33.44 7A 2Y Yakima Laborers Firewatch $31.40 7A 2Y Yakima Laborers Form Setter $33.44 7A 2Y Yakima Laborers Gabian Basket Builders $33.44 7A 2Y https://fortress.wa.gov/lni/wagelookup/pryWagelookup.aspx 1/13/2014 Page 4 of 16 ;Yakima (Laborers General Laborer $33.44 7A 2Y Yakima Laborers Grade Checker Ft Transit Person $34.42 7A 2Y 'Yakima Laborers Grinders $33.44 7A 2Y 'Yakima Laborers Grout Machine Tender $33.44 7A 2Y Yakima Laborers Groutmen (pressure)including Post Tension Beams $34.01 7A 2Y Yakima Laborers Guage and Lock Tender $34.52 7A 2Y 1 'Yakima Laborers Guardrail Erector $33.44 7A 2Y 1 Yakima Laborers Hazardous Waste Worker (level A) $34.42 7A 2Y IYakima Laborers Hazardous Waste Worker (level B) $34.01 7A 2Y Yakima Laborers Hazardous Waste Worker (level C) $33.44 7A 2Y 'Yakima Laborers High Scaler $34.42 7A 2Y 'Yakima Laborers Jackhammer $34.01 7A 2Y 'Yakima Laborers Laserbeam Operator $34.01 7A 2Y 'Yakima Laborers Maintenance Person $33.44 7A 2Y I 'Yakima Laborers Manhole Builder-mudman $34.01 7A 2Y Yakima Laborers Material Yard Person $33.44 7A 2Y 'Yakima Laborers Motorman -dinky Locomotive $34.01 7A 2Y Yakima Laborers Nozzleman (concrete Pump, Green Cutter When Using Combination Of High Pressure Air a Water On Concrete Et Rock, Sandblast, Gunite, Shotcrete, Water Bla $34.01 7A 2Y Yakima Laborers Pavement Breaker $34.01 7A 2Y Yakima Laborers Pilot Car $31.40 7A 2Y Yakima Laborers Pipe Layer(lead) $34.42 7A 2Y 1 Yakima Laborers Pipe Layer/tailor $34.01 7A 2Y 1 Yakima Laborers Pipe Pot Tender $34.01 7A 2Y Yakima Laborers Pipe Reliner $34.01 7A 2Y 1 Yakima. Laborers Pipe Wrapper $34.01 7A 2Y Yakima Laborers Pot Tender $33.44 7A 2Y Yakima Laborers Powderman $34.42 7A 2Y Yakima Laborers Powderman's Helper $33.44 7A 2Y Yakima Laborers Power Jacks $34.01 7A 2Y Yakima Laborers Railroad Spike Puller - Power $34.01 7A 2Y Yakima Laborers Raker - Asphalt $34.42 7A 2Y Yakima Laborers Re-timberman $34.42 7A 2Y 'Yakima Laborers Remote Equipment Operator $34.01 7A 2Y 'Yakima Laborers Rigger/signal Person $34.01 7A 2Y 'Yakima Laborers Rip Rap Person $33.44 7A 2Y 'Yakima Laborers Rivet Buster $34.01 7A 2Y Yakima Laborers Rodder $34.01 7A 2Y 1 https://fortress.wa.gov/lni/wagelookup/pryWagelookup.aspx 1/13/2014 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 t 1 1 1 Page 5 of 16 Yakima Laborers Scaffold Erector $33.44 7A 2Y Yakima Laborers Scale Person $33.44 7A 2Y Yakima Laborers Sloper (over 20") $34.01 7A 2Y Yakima Laborers Sloper Sprayer $33.44 7A 2Y Yakima Laborers Spreader (concrete) $34.01 7A 2Y Yakima Laborers Stake Hopper $33.44 7A 2Y Yakima Laborers Stock Piler $33.44 7A 2Y Yakima Laborers Tamper Et Similar Electric, Air Et Gas Operated Tools $34.01 7A 2Y Yakima Laborers Tamper (multiple 8 Self- propelled) $34.01 7A 2Y Yakima Laborers Timber Person - Sewer (tagger, Shorer a Cribber) $34.01 7A 2Y Yakima Laborers Toolroom Person (at Jobsite) $33.44 7A 2Y Yakima Laborers Topper $33.44 7A 2Y Yakima Laborers Track Laborer $33.44 7A 2Y Yakima Laborers Track Liner (power) $34.01 7A 2Y Yakima Laborers Traffic Control Laborer $33.29 7A 1H 8R Yakima Laborers Traffic Control Supervisor $33.29 7A 1H 8R Yakima Laborers Truck Spotter $33.44 7A 2Y Yakima Laborers Tugger Operator $34.01 7A 2Y Yakima Laborers Tunnel Work -Miner $34.52 7A 2Y 8g Yakima Laborers Vibrator $34.01 7A 2Y Yakima Laborers Vinyl Seamer $33.44 7A 2Y Yakima Laborers Watchman $28.66 7A 2Y Yakima Laborers Welder $34.01 7A 2Y Yakima Laborers Well Point Laborer $34.01 7A 2Y Yakima Laborers Window Washer/cleaner $28.66 7A 2Y Yakima Laborers - Underground Sewer General Laborer Et Topman $33.44 7A 2Y Et Water Yakima Laborers - Underground Sewer Pipe Layer $34.01 7A 2Y - Et Water Yakima Landscape Construction Irrigation Or Lawn Sprinkler Installers $9.32 1 Yakima Landscape Construction Landscape Equipment Operators Or Truck Drivers $15.45 1 Yakima Landscape Construction Landscaping Or Planting Laborers $9.32 1 Yakima Lathers Journey Level $38.68 5D 1M Yakima Marble Setters Journey Level $42.38 5A 1M Yakima Metal Fabrication (In Shop) Fitter $12.00 1 Yakima Metal Fabrication (In Shop) Laborer $10.31 1 Yakima Metal Fabrication (In Shop) Machine Operator $11.32 1 Yakima Metal Fabrication (In Shop) Painter $12.00 1 Yakima Metal Fabrication (In Shop) Welder $11.32 1 Yakima Millwright Journey Level $26.05 1 Yakima Modular Buildings Journey Level $14.11 1 https://fortress.wa.gov/lni/wagelookup/pryWagelookup.aspx 1/13/2014 Page 6 of 16 Yakima Painters Journey Level $29.36 6Z 1W Yakima Pile Driver Journey Level $50.30 5D 1M 'Yakima Plasterers Journey Level $49.29 M. 1R Yakima Playground Et Park Equipment Journey Level $9.32 1 Installers 'Yakima Plumbers Et Pipefitters Journey Level $74.29 6Z 14 'Yakima Power Equipment Operators Asphalt Plant Operators $53.49 7A 3C 8P 'Yakima Power Equipment Operators Assistant Engineer $50.22 7A 3C 8P 'Yakima Power Equipment Operators Barrier Machine (zipper) $53.00 7A 3C 8P Yakima Power Equipment Operators Batch Plant Operator, Concrete $53.00 7A 3C 8P 'Yakima Power Equipment Operators Bobcat $50.22 7A 3C 8P Yakima Power Equipment Operators Brokk - Remote Demolition Equipment $50.22 7A 3C 8P Yakima Power Equipment Operators Brooms $50.22 7A 3C 8P I 'Yakima Power Equipment Operators Bump Cutter $53.00 7A 3C 8P 'Yakima Power Equipment Operators Cableways $53.49 7A 3C 8P 'Yakima Power Equipment Operators Chipper $53.00 7A 3C 8P Yakima Power Equipment Operators Compressor $50.22 7A 3C 8P Yakima Power Equipment Operators Concrete Pump: Truck Mount With Boom Attachment Over 42 M $53.49 7A 3C 8P Yakima Power Equipment Operators Concrete Finish Machine -laser Screed $50.22 7A 3C 8P Yakima Power Equipment Operators Concrete Pump - Mounted Or Trailer High Pressure Line Pump, Pump High Pressure. $52.58 7A 3C 8P Yakima Power Equipment Operators Concrete Pump: Truck Mount With Boom Attachment Up To 42m $53.00 7A 3C 8P Yakima Power Equipment Operators Conveyors $52.58 7A 3C 8P Yakima Power Equipment Operators Cranes: 20 Tons Through 44 Tons With Attachments $53.00 7A 3C 8P 'Yakima Power Equipment Operators Cranes: 100 Tons Through 199 Tons, Or 150' Of Boom (Including Jib With Attachments) $54.04 7A 3C 8P Yakima Power Equipment Operators Cranes: 200 Tons To 300 Tons, Or 250' Of Boom (including Jib With Attachments) $54.61 7A 3C 8P 'Yakima Power Equipment Operators Cranes: 45 Tons Through 99 Tons, Under 150' Of Boom (including Jib With Attachments) $53.49 7A 3C 8P Yakima Power Equipment Operators Cranes: A -frame - 10 Tons And Under $50.22 7A 3C 8P Yakima Power Equipment Operators Cranes: Friction 100 Tons Through 199 Tons $54.61 7A 3C 8P Yakima Power Equipment Operators Cranes: Friction Over 200 Tons $55.17 7A 3C 8P Yakima Power Equipment Operators $55.17 7A 3C 8P https://fortress.wa.gov/lni/wagelookup/pryWagelookup.aspx 1/13/2014 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Page 7 of 16 https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 1/13/2014 Cranes: Over 300 Tons Or 300' Of Boom (including Jib With Attachments) Yakima Power Equipment Operators Cranes: Through 19 Tons With Attachments A -frame Over 10 Tons $52.58 7A 3C 8P Yakima Power Equipment Operators Crusher $53.00 7A 3C 8P Yakima Power Equipment Operators Deck Engineer/deck Winches (power) $53.00 7A 3C 8P Yakima Power Equipment Operators Derricks, On Building Work $53.49 7A 3C 8P Yakima Power Equipment Operators Dozers D-9 Et Under $52.58 7A 3C 8P Yakima Power Equipment Operators Drill Oilers: Auger Type, Truck Or Crane Mount $52.58 7A 3C 8P Yakima Power Equipment Operators Drilling Machine $53.00 7A 3C 81) Yakima Power Equipment Operators Elevator And Man -lift: Permanent And Shaft Type $50.22 7A 3C 8P Yakima Power Equipment Operators Finishing Machine, Bidwell And Gamaco 8 Similar Equipment $53.00 7A 3C 8P Yakima Power Equipment Operators Forklift: 3000 Lbs And Over With Attachments $52.58 7A 3C 8P Yakima Power Equipment Operators Forklifts: Under 3000 Lbs. With Attachments $50.22 7A 3C 8P Yakima Power Equipment Operators Grade Engineer: Using Blue Prints, Cut Sheets, Etc $53.00 7A 3C 8P Yakima Power Equipment Operators Gradechecker/stakeman $50.22 7A 3C 8P Yakima Power Equipment Operators Guardrail Punch $53.00 7A 3C 8P Yakima Power Equipment Operators Hard Tail End Dump Articulating Off- Road Equipment 45 Yards. a Over $53.49 7A 3C 8P Yakima Power Equipment Operators Hard Tail End Dump Articulating Off-road Equipment Under 45 Yards $53.00 7A 3C 8P Yakima Power Equipment Operators Horizontal/directional Drill Locator $52.58 7A 3C 8P Yakima Power Equipment Operators Horizontal/directional Drill Operator $53.00 7A 3C 8P Yakima Power Equipment Operators Hydralifts/boom Trucks Over 10 Tons $52.58 7A 3C 8P Yakima Power Equipment Operators Hydralifts/boom Trucks, 10 Tons And Under $50.22 7A 3C 8P Yakima Power Equipment Operators Loader, Overhead 8 Yards. a* Over $54.04 7A 3C 8P Yakima Power Equipment Operators Loader, Overhead, 6 Yards. But Not Including 8 Yards $53.49 7A 3C 8P Yakima Power Equipment Operators Loaders, Overhead Under 6 Yards $53.00 7A 3C 8P Yakima Power Equipment Operators Loaders, Plant Feed $53.00 7A 3C 8P Yakima Power Equipment Operators Loaders: Elevating Type Belt $52.58 7A 3C 8P Yakima Power Equipment Operators Locomotives, All $53.00 7A 3C 8P https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 1/13/2014 Page 8 of 16 'Yakima Power Equipment Operators Material Transfer Device $53.00 7A 3C 8P 1 Yakima Power Equipment Operators Mechanics, All (leadmen - $0.50 Per Hour Over Mechanic) $54.04 7A 3C 8P Yakima Power Equipment Operators Motor Patrol Grader - Non- finishing $52.58 7A 3C 8P Yakima Power Equipment Operators Motor Patrol Graders, Finishing $53.49 7A 3C 8P Yakima Power Equipment Operators Mucking Machine, Mole, Tunnel Drill, Boring, Road Header And/or Shield $53.49 7A 3C 8P Yakima Power Equipment Operators Oil Distributors, Blower Distribution It Mulch Seeding Operator $50.22 7A 3C 8P Yakima Power Equipment Operators Outside Hoists (elevators And Manlifts), Air Tuggers,strato $52.58 7A 3C 8P Yakima Power Equipment Operators Overhead, Bridge Type Crane: 20 Tons Through 44 Tons $53.00 7A 3C 8P Yakima Power Equipment Operators Overhead, Bridge Type: 100 Tons And Over $54.04 7A 3C 8P Yakima Power Equipment Operators Overhead, Bridge Type: 45 Tons Through 99 Tons $53.49 7A 3C 8P Yakima Power Equipment Operators Pavement Breaker $50.22 7A 3C 8P Yakima Power Equipment Operators Pile Driver (other Than Crane Mount) $53.00 7A 3C 8P Yakima Power Equipment Operators Plant Oiler - Asphalt, Crusher $52.58 7A 3C 8P 'Yakima Power Equipment Operators Posthole Digger, Mechanical $50.22 7A 3C 8P Yakima Power Equipment Operators Power Plant $50.22 7A 3C 8P 'Yakima Power Equipment Operators Pumps - Water $50.22 7A 3C 8P 'Yakima Power Equipment Operators Quad 9, Hd 41, D10 And Over $53.49 7A 3C 8P Yakima Power Equipment Operators Quick Tower - No Cab, Under 100 Feet In Height Based To Boom $50.22 7A 3C 8P Yakima Power Equipment Operators Remote Control Operator On Rubber Tired Earth Moving Equipment $53.49 7A 3C 8P 'Yakima Power Equipment Operators Rigger And Bellman $50.22 7A 3C 8P Yakima Power Equipment Operators Rollagon $53.49 7A 3C 8P Power Equipment Operators Roller, Other Than Plant Mix $50.22 7A 3C 8P Yakima Power Equipment Operators Roller, Plant Mix Or Multi -lift Materials $52.58 7A 3C 8P Yakima Power Equipment Operators Roto -mill, Roto -grinder $53.00 7A 3C 8P Yakima Power Equipment Operators Saws - Concrete $52.58 7A 3C 8P Yakima Power Equipment Operators Scraper, Self Propelled Under 45 Yards $53.00 7A 3C 8P Yakima Power Equipment Operators Scrapers - Concrete ft Carry All $52.58 7A 3C 8P Yakima Power Equipment Operators Scrapers, Self-propelled: 45 Yards And Over $53.49 7A 3C 8P Yakima Power Equipment Operators Service Engineers - Equipment $52.58 7A 3C 8P a � https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 1/13/2014 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Page 9 of 16 Yakima Power Equipment Operators Shotcrete/gunite Equipment $50.221 7A 3C 8P Yakima Power Equipment Operators Shovel , Excavator, Backhoe, Tractors Under 15 Metric Tons. $52.58 7A 3C 8P • Yakima Power Equipment Operators Shovel, Excavator, Backhoe: Over 30 Metric Tons To 50 Metric Tons $53.49 7A 3C 8P Yakima Power Equipment Operators Shovel, Excavator, Backhoes, Tractors: 15 To 30 Metric Tons $53.00 7A 3C 8P Yakima Power Equipment Operators Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons $54.04 7A 3C 8P Yakima Power Equipment Operators Shovel, Excavator, Backhoes: Over 90 Metric Tons $54.61 7A 3C 8P Yakima Power Equipment Operators Slipform Pavers $53.49 7A 3C 8P Yakima Power Equipment Operators Spreader, Topsider a Screedman $53.49 7A 3C 8P Yakima Power Equipment Operators Subgrader Trimmer $53.00 7A 3C 8P Yakima Power Equipment Operators Tower Bucket Elevators $52.58 7A 3C 8P Yakima Power Equipment Operators Tower Crane Over 175'in Height, Base To Boom $54.61 7A 3C 8P Yakima Power Equipment Operators Tower Crane Up To 175' In Height Base To Boom $54.04 7A 3C 8P Yakima Power Equipment Operators Transporters, All Track Or Truck Type $53.49 7A 3C 8P Yakima Power Equipment Operators Trenching Machines $52.58 7A 3C 8P Yakima Power Equipment Operators Truck Crane Oiler/driver - 100 Tons And Over $53.00 7A 3C 8P Yakima Power Equipment Operators Truck Crane Oiler/driver Under 100 Tons $52.58 7A 3C 8P Yakima Power Equipment Operators Truck Mount Portable Conveyor $53.00 7A 3C 8P Yakima Power Equipment Operators Welder $53.49 7A 3C 8P Yakima Power Equipment Operators Wheel Tractors, Farman Type $50.22 7A 3C 8P Yakima Power Equipment Operators Yo Yo Pay Dozer $53.00 7A 3C 8P Yakima Power Equipment Operators- Asphalt Plant Operators $53.49 7A 3C 8P Underground Sewer a Water Yakima Power Equipment Operators- Assistant Engineer $50.22 7A 3C 8P Underground Sewer a Water Yakima Power Equipment Operators- Barrier Machine (zipper) $53.00 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Batch Plant Operator, Concrete $53.00 7A 3C 8P Underground Sewer a Water Yakima Power Equipment Operators- Bobcat $50.22 7A 3C 8P Underground Sewer a Water Yakima Power Equipment Operators- Brokk - Remote Demolition Equipment $50.22 7A 3C 8P Underground Sewer a Water Yakima Power Equipment Operators- Brooms $50.22 7A 3C 813 Underground Sewer a Water Yakima Bump Cutter $53.00 7A 3C 8P https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 1/13/2014 Page 10 of 16 https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 1/13/2014 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Power Equipment Operators -I 1 I Underground Sewer & Water Yakima Power Equipment Operators- Cableways $53.49 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Chipper $53.00 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Compressor $50.22 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Concrete Pump: Truck Mount With Boom Attachment Over 42 M $53.49 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Concrete Finish Machine -laser Screed $50.22 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Concrete Pump - Mounted Or Trailer High Pressure Line Pump, Pump High Pressure. $52.58 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Concrete Pump: Truck Mount With Boom Attachment Up To 42m $53.00 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Conveyors $52.58 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Cranes: 20 Tons Through 44 Tons With Attachments $53.00 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Cranes: 100 Tons Through 199 Tons, Or 150' Of Boom (Including Jib With Attachments) $54.04 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Cranes: 200 Tons To 300 Tons, Or 250' Of Boom (including Jib With Attachments) $54.61 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Cranes: 45 Tons Through 99 Tons, Under 150' Of Boom (including Jib With Attachments) $53.49 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Cranes: A -frame - 10 Tons And Under $50.22 7A 3C 8P Underground Sewer & Water 'Yakima Power Equipment Operators- Cranes: Friction 100 Tons Through 199 Tons $54.61 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Cranes: Friction Over 200 Tons $55.17 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Cranes: Over 300 Tons Or 300' Of Boom (including Jib With Attachments) $55.17 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Cranes: Through 19 Tons With Attachments A -frame Over 10 Tons $52.58 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Crusher $53.00 7A 3C 8P Underground Sewer. & Water Yakima Power Equipment Operators- Deck Engineer/deck Winches (power) $53.00 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Derricks, On Building Work $53.49 7A 3C 8P Underground Sewer & Water https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 1/13/2014 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Page 11 of 16 Yakima Power Equipment Operators- Dozers D-9 Et Under $52.58 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Drill Oilers: Auger Type, Truck Or Crane Mount $52.58 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Drilling Machine $53.00 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Elevator And Man -lift: Permanent And Shaft Type $50.22 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Finishing Machine, Bidwell And Gamaco &t Similar Equipment $53.00 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Forklift: 3000 Lbs And Over With Attachments $52.58 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Forklifts: Under 3000 Lbs. With Attachments $50.22 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Grade Engineer: Using Blue Prints, Cut Sheets, Etc $53.00 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Gradechecker/stakeman $50.22 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Guardrail Punch $53.00 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Hard Tail End Dump Articulating Off- Road Equipment 45 Yards. Et Over $53.49 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Hard Tail End Dump Articulating Off-road Equipment Under 45 Yards $53.00 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Horizontal/directional Drill Locator $52.58 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Horizontal/directional Drill Operator $53.00 7A 3C 8P Underground Sewer &t Water Yakima Power Equipment Operators- Hydralifts/boom Trucks Over 10 Tons $52.58 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Hydralifts/boom Trucks, 10 Tons And Under $50.22 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Loader, Overhead 8 Yards. & Over $54.04 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Loader, Overhead, 6 Yards. But Not Including 8 Yards $53.49 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Loaders, Overhead Under 6 Yards $53.00 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Loaders, Plant Feed s $53.00 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Loaders: Elevating Type Belt $52.58 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Locomotives, All $53.00 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Material Transfer Device $53.00 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Mechanics, All (leadmen - $0.50 Per Hour Over Mechanic) $54.04 7A 3C 8P Underground Sewer & Water https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 1/13/2014 Page 12 of 16 Yakima Power Equipment Operators- Motor Patrol Grader - Non- finishing $52.58 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Motor Patrol Graders, Finishing $53.49 7A 3C 8P Underground Sewer Et Water Power Equipment Operators- 'Yakima Mucking Machine, Mole, Tunnel Drill, Boring, Road Header And/or Shield $53.49 7A 3C 8P I Underground Sewer Et Water Yakima B Power Equipment Operators- Oil Distributors, Blower Distribution Et Mulch Seeding Operator $50.22 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Outside Hoists (elevators And Manlifts), Air Tuggers,strato $52.58 7A 3C 8P Underground Sewer Et Water Power Equipment Operators- Yakima Overhead, Bridge Type Crane: 20 Tons Through 44 Tons $53.00 7A 3C 8P Underground Sewer Et Water Power Equipment Operators- Yakima Overhead, Bridge Type: 100 Tons And Over $54.04 7A 3C 8P Underground Sewer &t Water Yakima I Power Equipment Operators- Overhead, Bridge Type: 45 Tons Through 99 Tons $53.49 7A 3C 8P Underground Sewer a Water Yakima Power Equipment Operators- Pavement Breaker $50.22 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Pile Driver (other Than Crane Mount) $53.00 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Plant Oiler - Asphalt, Crusher $52.58 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Posthole Digger, Mechanical $50.22 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Power Plant $50.22 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Pumps - Water $50.22 7A 3C 8P Underground Sewer &t Water Yakima Power Equipment Operators- Quad 9, Hd 41, D10 And Over $53.49 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Quick Tower - No Cab, Under 100 Feet In Height Based To Boom $50.22 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Remote Control Operator On Rubber Tired Earth Moving Equipment $53.49 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Rigger And Bellman $50.22 7A 3C 8P Underground Sewer &t Water Yakima Power Equipment Operators- Rollagon $53.49 7A 3C 8P Underground Sewer a Water Yakima Power Equipment Operators- Roller, Other Than Plant Mix $50.22 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Roller, Plant Mix Or Multi -lift Materials $52.58 7A 3C 8P Underground Sewer. a Water Yakima Power Equipment Operators- Roto -mill, Roto -grinder $53.00 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Saws - Concrete $52.58 7A 3C 8P Underground Sewer a Water Yakima $53.00 7A 3C 8P https://fortress.wa.gov/lni/wagelookup/pryWagelookup.aspx 1/13/2014 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Page 13 of 16 https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 1/13/2014 Power Equipment Operators- (Scraper, Self Propelled Under 45 Yards Underground Sewer & Water Yakima Power Equipment Operators- Scrapers - Concrete & Carry All $52.58 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Scrapers, Self-propelled: 45 Yards And Over $53.49 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Service Engineers - Equipment $52.58 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Shotcrete/gunite Equipment $50.22 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Shovel , Excavator, Backhoe, Tractors Under 15 Metric Tons. $52.58 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Shovel, Excavator, Backhoe: Over 30 Metric Tons To 50 Metric Tons $53.49 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Shovel, Excavator, Backhoes, Tractors: 15 To 30 Metric Tons $53.00 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons $54.04 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Shovel, Excavator, Backhoes: Over 90 Metric Tons $54.61 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Slipform Pavers $53.49 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Spreader, Topsider Et Screedman $53.49 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Subgrader Trimmer $53.00 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Tower Bucket Elevators $52.58 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Tower Crane Over 175'in Height, Base To Boom $54.61 7A 3C 813 Underground Sewer & Water Yakima Power Equipment Operators- Tower Crane Up To 175' In Height Base To Boom $54.04 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Transporters, All Track Or Truck Type $53.49 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Trenching Machines $52.58 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Truck Crane Oiler/driver - 100 Tons And Over $53.00 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Truck Crane Oiler/driver Under 100 Tons $52.58 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Truck Mount Portable Conveyor $53.00 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Welder $53.49 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Wheel Tractors, Farmall Type $50.22 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Yo Yo Pay Dozer $53.00 7A 3C 8P Underground Sewer & Water https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 1/13/2014 Page 14 of 16 !Yakima 1 Power Line Clearance Tree Journey Level In Charge $43.76 5A 4A Trimmers Yakima ! Power Line Clearance Tree Spray Person $41.51 5A 4A Trimmers Power Line Clearance Tree Yakima Tree Equipment Operator $43.76 5A 4A Trimmers Power Line Clearance Tree Yakima Tree Trimmer $39.10 5A 4A Trimmers Power Line Clearance Tree Yakima Tree Trimmer Groundperson $29.44 5A 4A Trimmers Refrigeration Et Air Yakima Journey Level $28.11 1 Conditioning Mechanics Residential Brick Mason Yakima Journey Level $29.00 1 Residential Carpenters Yakima Journey Level $17.14 1 Residential Cement Masons !Yakima Journey Level $11.86 1 Residential Drywall 'Yakima Journey Level $18.00 1 Applicators Residential Drywall Tapers !Yakima Journey Level $17.00 1 !Yakima Residential Electricians Journey Level $21.98 1 !Yakima Residential Glaziers Journey Level $22.43 61 1B Yakima a Residential Insulation Journey Levet $14.38 1 Applicators Yakima Residential Laborers Journey Level $11.02 1 !Yakima Residential Marble Setters Journey Level $29.00 1 !Yakima Residential Painters Journey Level $16.32 1 !Yakima Residential Plumbers a Journey Level $20.55 1 Pipefitters Yakima I Residential Refrigeration Et Air Journey Level $28.11 1 Conditioning Mechanics gYakima ! Residential Sheet Metal Journey Level (Field or Shop) $37.82 5A 1X Workers !Yakima Residential Soft Floor Layers Journey Level $17.55 1 Yakima Residential Sprinkler Fitters Journey Level $9.32 1 (Fire Protection) Yakima Residential Stone Masons Journey Level $16.00 1 !Yakima Residential Terrazzo Workers Journey Level $9.32 1 Yakima Residential Terrazzo/Tile Journey Level $17.00 1 Finishers !Yakima Residential Tile Setters Journey Level $16.78 1 Yakima Roofers Journey Level $12.00 1 !Yakima Sheet Metal Workers Journey Level (Field or Shop) $51.91 5A 1X Yakima Sign Makers Et Installers Journey Level $14.65 1 (Electrical) Yakima Sign Makers Et Installers (Non- Journey Levet $14.65 1 Electrical) Soft Floor Lavers Yakima Journey Level $23.11 5A 1N Solar Controls For Windows Yakima Journey Level $9.32 1 Sprinkler Fitters (Fire Yakima Journey Level $26.36 1 Protection) https://fortress.wa.gov/lni/wagelookup/pryWagelookup.aspx 1/13/2014 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 e 1 1 f 1 1 1 1 1 1 1 1 Page 15 of 16 Yakima Stage Rigging Mechanics (Non (Journey Level $13.23 1 Structural) Yakima Stone Masons Journey Level $42.38 5A 1M Yakima Street And Parking Lot Journey Level $9.32 1 Sweeper Workers Yakima Surveyors Assistant Construction Site Surveyor $52.58 7A 3C 8P Yakima Surveyors Chainman $52.06 7A 3C 8P Yakima Surveyors Construction Site Surveyor $53.49 7A 3C 8P Yakima Telecommunication Journey Level $20.00 1 Technicians Yakima Telephone Line Construction - Cable Splicer $36.01 5A 26 Outside Yakima Telephone Line Construction - Hole Digger/Ground Person $20.05 5A 26 Outside Yakima Telephone Line Construction - Installer (Repairer) $34.50 5A 26 Outside Yakima Telephone Line Construction - Special Aparatus Installer I $36.01 5A 26 Outside Yakima Telephone Line Construction - Special Apparatus Installer II $35.27 5A 26 Outside Yakima Telephone Line Construction - Telephone Equipment Operator (Heavy) $36.01 5A 26 Outside Yakima Telephone Line Construction - Telephone Equipment Operator (Light) $33.47 5A 2B Outside Yakima Telephone Line Construction - Telephone Lineperson $33.47 5A 2B Outside Yakima Telephone Line Construction - Television Groundperson $19.04 5A 26 Outside Yakima Telephone Line Construction - Television Lineperson/Installer $25.27 5A 2B Outside Yakima Telephone Line Construction - Television System Technician $30.20 5A 2B Outside Yakima Telephone Line Construction - Television Technician $27.09 5A 26 Outside Yakima Telephone Line Construction - Tree Trimmer $33.47 5A 26 Outside Yakima Terrazzo Workers Journey Level $33.05 5A 1M Yakima Tile Setters Journey Level $33.05 5A 1M Yakima Tile, Marble Et Terrazzo Journey Level $28.97 5A 1M Finishers Yakima Traffic Control Stripers Journey Level $42.33 7A 1K Yakima Truck Drivers Asphalt Mix $14.19 1 Yakima Truck Drivers Dump Truck Et Trailer(c.wa- 760) $37.56 61 2G Yakima Truck Drivers Dump Truck(c.wa-760) $37.56 61 2G Yakima Truck Drivers Other Trucks(c.wa-760) $37.56 61 2G Yakima Truck Drivers Transit Mixer $38.96 1 Yakima Well Drillers Et Irrigation Pump Irrigation Pump Installer $25.44 1 Installers https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 1/13/2014 1Yakima Well Drillers Et Irrigation Pump Installers Oiler $9.32 Page 16 of 16 Yakima Well Drillers &t Irrigation Pump Installers Well Driller $18.00 https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 1/13/2014 Benefit Code Key — Effective 8-31-2013 thru 3-4-2014 ************************************************************************************************************ Overtime Codes Overtime calculations are based on the hourly rate actually paid to the worker. On public works projects, the hourly rate must be not less than the prevailing rate of wage minus the hourly rate of the cost of fringe benefits actually provided for the worker. 1. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. C. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. D. The first two (2) hours before or after a five -eight (8) hour workweek day or a four -ten (10) hour workweek day and the first eight (8) hours worked the next day after either workweek shall be paid at one and one-half times the hourly rate of wage. All additional hours worked and all worked on Sundays and holidays shall be paid at double the hourly rate of wage. E. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. F. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. G. The first ten (10) hours worked on Saturdays and the first ten (10) hours worked on a fifth calendar weekday in a four -ten hour schedule, shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. H. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions or equipment breakdown) shall be paid at one and one-half times the hourly rateof wage. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. I. All hours worked on Sundays and holidays shall also be paid at double the hourly rate of wage. , J. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over ten (10) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. K. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. M. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 1 Benefit Code Key — Effective 8-31-2013 thru 3-4-2014 1. 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. 0. The first ten (10) hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays, holidays and after twelve (12) hours, Monday through Friday and after ten (10) hours on Saturday shall be paid at double the hourly rate of wage. P. All hours worked on Saturdays (except makeup days if circumstances warrant) and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. Q. The first two (2) hours after eight (8) regular hours Monday through Friday and up to ten (10) hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays (except Christmas day) shall be paid at double the hourly rate of wage. All hours worked on Christmas day shall be paid at two and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays shall be paid at two times the hourly rate of wage. S. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays and all other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays (except Labor Day) shall be paid at two times the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. V. All hours worked on Sundays and holidays (except Thanksgiving Day and Christmas day) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Thanksgiving Day and Christmas day shall be paid at double the hourly rate of wage. W. All hours worked on Saturdays and Sundays (except make-up days due to conditions beyond the control of the employer)) shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. X. The first four (4) hours after eight (8) regular hours Monday through Friday and the first twelve (12) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over twelve (12) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. When holiday falls on Saturday or Sunday, the day before Saturday, Friday, and the day after Sunday, Monday, shall be considered the holiday and all work performed shall be paid at double the hourly rate of wage. Y. All hours worked outside the hours of 5:00 am and 5:00 pm (or such other hours as may be agreed upon by any employer and the employee) and all hours worked in excess of eight (8) hours per day (10 hours per day for a 4 x 10 workweek) and on Saturdays and holidays (except labor day) shall be paid at one and one-half times the hourly rate of wage. (except for employees who are absent from work without prior approval on a scheduled workday during the workweek shall be paid at the straight -time rate until they have worked 8 hours in a day (10 in a 4 x 10 workweek) or 40 hours during that workweek.) All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and Labor Day shall be paid at double the hourly rate of wage. Z. All hours worked on Saturdays and Sundays 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 Benefit Code Key — Effective 8-31-2013 thru 3-4-2014 2 ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. C. All hours worked on Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at two times the hourly rate of wage. F. The first eight (8) hours worked on holidays shall be paid at the straight hourly rate of wage in addition to the holiday pay. All hours worked in excess of eight (8) hours on holidays shall be paid at double the hourly rate of wage. G. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on paid holidays shall be paid at two and one-half times the hourly rate of wage including holiday pay. H. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. 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-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. 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. 3 Benefit Code Key — Effective 8-31-2013 thru 3-4-2014 3. 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 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. D. All hours worked between the hours of 6.00 pm and 6:00 am, Monday through Saturday, shall be paid at a premium rate of 15% over the hourly rate of wage. All other hours worked after 6:00 am on Saturdays, shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. E. All hours worked Sundays and holidays shall be paid at double the hourly rate of wage. Each week, once 40 hours of straight time work is achieved, then any hours worked over 10 hours per day Monday through Saturday shall be paid at double the hourly wage rate. F. All hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sunday shall be paid at two 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. G. 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, , 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 8:00 am Sunday to 8:00 am Monday and Holidays shall be paid at double the straight time rate of pay. 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. 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. Holiday Codes 5. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, and Christmas Day (7). B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, the day before Christmas, and Christmas Day (8). C. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). D. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). 4 Benefit Code Key — Effective 8-31-2013 thru 3-4-2014 H. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Day after Thanksgiving Day, And Christmas (6). 5. I. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). J. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Eve Day, And Christmas Day (7). K. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). L. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, And Christmas Day (8). 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. Q. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). R. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day After Thanksgiving Day, One -Half Day Before Christmas Day, And Christmas Day. (7 1/2). S. Paid 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, 5 Benefit Code Key — Effective 8-31-2013 thru 3-4-2014 Thanksgiving Day, Friday After Thanksgiving Day, Christmas Day, The Day After Christmas, And A Floating Holiday (10). I. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, And Christmas Day (7). 6. T. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, The Last Working Day Before Christmas Day, And 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. 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. 6 1 1 1 1 a 1 1 1 1 1 1 1 1 1 Benefit Code Key — Effective 8-31-2013 thru 3-4-2014 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. 7. 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. 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. 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. Q. 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. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. R. Paid Holidays: New Year's Day, the day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day after or before Christmas Day (10). If any of the listed holidays fall on Saturday, the preceding Friday shall be observed as the holiday. If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. S. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, Christmas Day, The Day After Christmas, And A Floating Holiday (9). 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: 7 Benefit Code Key — Effective 8-31-2013 thru 3-4-2014 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 8 C. In addition to the hourly wage and fringe benefits, the following depth premiums apply to depths of fifty feet or more: Over 50' To 100' -$1.00 per Foot for Each Foot Over 50 Feet Over 100' To 150' -$1.50 per Foot for Each Foot Over 100 Feet Over 150' To 200' -$2.00 per Foot for Each Foot Over 150 Feet Over 200' -Divers May Name Their Own Price D. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour. L. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $0.75, Level B: $0.50, And Level C: $0.25. M. Workers on hazmat projects receive additional hourly premiums as follows: Levels A & B: $1.00, Levels C & D: $0.50. N. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $1.00, Level B: $0.75, Level C: $0.50, And Level D: $0.25. P. Workers on hazmat projects receive additional hourly premiums as follows -Class A Suit: $2.00, Class B Suit: $1.50, Class C Suit: $1.00, And Class D Suit $0.50. 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. 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. 8 Washington State Department of Labor and Industries Policy Statement (Regarding the Production of "Standard" or "Non-standard" Items) Below is the department's (State L&I's) list of criteria to be used in determining whether a prefabricated item is "standard" or "non-standard". For items not appearing on WSDOT's predetermined list, these criteria shall be used by the Contractor (and the Contractor's subcontractors, agents to subcontractors, suppliers, manufacturers, and fabricators) to determine coverage under RCW 39.12. The production, in the State of Washington, of non-standard items is covered by RCW 39.12, and the production of standard items is not. The production of any item outside the State of Washington is not covered by RCW 39.12. 1 Is the item fabricated for a public works project? If not, it is not subject to RCW 39.12. If it is, go to question 2. 2. Is the item fabricated on the public works jobsite? If it is, the work is covered under RCW 39.12. If not, go to question 3. 3. Is the item fabricated in an assembly/fabrication plant set up for, and dedicated primarily to, the public works project? If it is, the work is covered by RCW 39.12. If not, go to question 4. 4. Does the item require any assembly, cutting, modification or other fabrication by the supplier? If not, the work is not covered by RCW 39.12. If yes, go to question 5. 5. Is the prefabricated item intended for the public works project typically an inventory item which could reasonably be sold on the general market? If not, the work is covered by RCW 39.12 If yes, go to question 6. 6. Does the specific prefabricated item, generally defined as standard, have any unusual characteristics such as shape, type of material, strength requirements, finish, etc? If yes, the work is covered under RCW 39.12. Any firm with questions regarding the policy, WSDOT's Predetermined List, or for determinations of covered and non -covered workers shall be directed to State L&I at (360) 902-5330. Supplemental to Wage Rates 1 08/31/2013 Edition, Published August 1st, 2013 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator Below is a list of potentially prefabricated items, originally furnished by WSDOT to Washington State Department of Labor and Industries, that may be considered non- standard and therefore covered by the prevailing wage law, RCW 39.12. Items marked with an X in the "YES" column should be considered to be non-standard and therefore covered by RCW 39.12. Items marked with an X in the "NO" column should be considered to be standard and therefore not covered. Of course, exceptions to this general list may occur, and in that case shall be evaluated according to the criteria described in State and L&I's policy statement. ITEM DESCRIPTION YES NO 1. Metal rectangular frames, solid metal covers, herringbone grates, and bi-directional vaned grates for Catch Basin Types 1, 1 L, 1 P, and 2 and Concrete Inlets. See Std. Plans 2. Metal circular frames (rings) and covers, circular grates, and prefabricated ladders for Manhole Types 1, 2, and 3, Drywell Types 1, 2, and 3 and Catch Basin Type 2. See Std. Plans 3. Prefabricated steel grate supports and welded grates, metal frames and dual vaned grates, and Type 1, 2, and 3 structural tubing grates for Drop Inlets. See Std. Plans. 4. Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes smaller than 60 inch diameter. X 5. Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes larger than 60 inch diameter. X 6. Corrugated Steel Pipe - Steel lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in diameter. May also be treated, 1 thru 5. 7. Corrugated Aluminum Pipe - Aluminum lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in diameter. May also be treated, #5 x Supplemental to Wage Rates 08/31/2013 Edition, Published August 1st, 2013 2 1 1 1 1 1 1 1 1 1 a 1 1 1 1 1 1 1 1 i 1 1 1 1 1 1 1 1 1 ITEM DESCRIPTION YES NO 8. Anchor Bolts & Nuts - Anchor Bolts and Nuts, for mounting sign structures, luminaries and other items, shall be made from commercial bolt stock. See Contract Plans and Std Plans for size and material type. X 9. Aluminum Pedestrian Handrail - Pedestrian handrail conforming to the type and material specifications set forth in the contract plans. Welding of aluminum shall be in accordance with Section 9-28 14(3). X 10. Major Structural Steel Fabrication - Fabrication of major steel items such as trusses, beams, girders, etc., for. bridges. X 11. Minor Structural Steel Fabrication - Fabrication of minor steel Items such as special hangers, brackets, access doors for structures, access ladders for irrigation boxes, bridge expansion joint systems, etc., involving welding, cutting, punching and/or boring of holes See Contact Plans for item description and shop drawings. X 12. Aluminum Bridge Railing Type BP - Metal bridge railing conforming to the type and material specifications set forth in the Contract Plans. Welding of aluminum shall be in accordance with Section 9-28.14(3). X 13. Concrete Piling--Precast-Prestressed concrete piling for use as 55 and 70 ton concrete piling. Concrete to conform to Section 9-19.1 of Std. Spec.. X 14. Precast Manhole Types 1, 2, and 3 with cones, adjustment sections and flat top slabs. See Std. Plans. X 15. Precast Drywell Types 1, 2, and with cones and adjustment Sections. See Std. Plans. X 16. Precast Catch Basin - Catch Basin type 1, 1 L, 1 P, and 2 With adjustment sections. See Std. Plans. X Supplemental to Wage Rates 08/31/2013 Edition, Published August 1st, 2013 3 ITEM DESCRIPTION YES NO 17. Precast Concrete Inlet - with adjustment sections, See Std. Plans X 18. Precast Drop Inlet Type 1 and 2 with metal grate supports. See Std Plans. X 19 Precast Grate Inlet Type 2 with extension and top units. See Std. Plans X 20 Metal frames, vaned grates, and hoods for Combination Inlets. See Std. Plans X 21. Precast Concrete Utility Vaults - Precast Concrete utility vaults of various sizes. Used for in ground storage of utility facilities and controls. See Contract Plans for size and construction requirements. Shop drawings are to be provided for approval prior to casting 22. Vault Risers - For use with Valve Vaults and Utilities Vaults. X 23. Valve Vault - For use with underground utilities. See Contract Plans for details. 24. Precast Concrete Barrier - Precast Concrete Barrier for use as new barrier or may also be used as Temporary Concrete Barrier. Only new state approved barrier may be used as permanent barrier. X 25. Reinforced Earth Wall Panels — Reinforced Earth Wall Panels in size and shape as shown in the Plans. Fabrication plant has annual approval for methods and materials to be used. See Shop Drawing. Fabrication at other locations may be approved, after facilities inspection, contact HQ. Lab. X 26. Precast Concrete Walls - Precast Concrete Walls - tilt -up wall panel in size and shape as shown in Plans Fabrication plant has annual approval for methods and materials to be used Supplemental to Wage Rates 08/31/2013 Edition, Published August 1st, 2013 4 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ITEM DESCRIPTION YES NO 27. Precast Railroad Crossings - Concrete Crossing Structure Slabs. 28. 12, 18 and 26 inch Standard Precast Prestressed Girder — Standard Precast Prestressed Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A X 29. Prestressed Concrete Girder Series 4-14 - Prestressed Concrete Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A 30. Prestressed Tri -Beam Girder - Prestressed Tri -Beam Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A 31. Prestressed Precast Hollow -Core Slab — Precast Prestressed Hollow -core slab for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A. 32. Prestressed -Bulb Tee Girder - Bulb Tee Prestressed Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A 33. Monument Case and Cover See Std. Plan. Supplemental to Wage Rates 08/31/2013 Edition, Published August 1st, 2013 5 ITEM DESCRIPTION YES NO 34. Cantilever Sign Structure - Cantilever Sign Structure fabricated from steel tubing meeting AASHTO-M-183. See Std Plans, and Contract Plans for details. The steel structure shall be galvanized after fabrication in accordance with AASHTO-M-111. 35. Mono -tube Sign Structures - Mono -tube Sign Bridge fabricated to details shown in the Plans Shop drawings for approval are required prior to fabrication. x 36. Steel Sign Bridges - Steel Sign Bridges fabricated from steel tubing meeting AASHTO-M-138 for Aluminum Alloys. See Std. Plans, and Contract Plans for details. The steel structure shall be galvanized after fabrication in accordance with AASHTO-M-111. X 37. Steel Sign Post - Fabricated Steel Sign Posts as detailed in Std Plans Shop drawings for approval are to be provided prior to fabrication X 38. Light Standard -Prestressed - Spun, prestressed, hollow concrete poles. X 39. Light Standards - Lighting Standards for use on highway illumination systems, poles to be fabricated to conform with methods and materials as specified on Std. Plans. See Specia Provisions for pre -approved drawings. X 40. Traffic Signal Standards - Traffic Signal Standards for use on highway and/or street signal systems. Standards to be fabricated to conform with methods and material as specified on Std. Plans. See Special Provisions for pre -approved drawings 41. Precast Concrete Sloped Mountable Curb (Single and DualFaced) See Std. Plans x Supplemental to Wage Rates 08/31/2013 Edition, Published August 1st, 2013 6 1 1 ITEM DESCRIPTION YES NO 42. Traffic Signs - Prior to approval of a Fabricator of Traffic Signs, the sources of the following materials must be submitted and approved for reflective sheeting, legend material, and aluminum sheeting. NOTE: *** Fabrication inspection required. Only signs tagged "Fabrication Approved" by WSDOT Sign Fabrication Inspector to be installed X X Custom Message Std Signing Message 43. Cutting & bending reinforcing steel X 44. Guardrail components X X Custom End Sec Standard Sec 45. Aggregates/Concrete mixes Covered by WAC 296-127-018 46. Asphalt Covered by WAC 296-127-018 47. Fiber fabrics x 48. Electrical wiring/components x 49. treated or untreated timber pile x 50. Girder pads (elastomeric bearing) x 51. Standard Dimension lumber x 52. Irrigation components X Supplemental to Wage Rates 08/31/2013 Edition, Published August 1st, 2013 7 ITEM DESCRIPTION YES NO 53. Fencing materials X 54. Guide Posts x 55. Traffic Buttons x 56 Epoxy x 57. Cribbing x 58 Water distribution materials x 59. Steel "H" piles X 60. Steel pipe for concrete pile casings x 61. Steel pile tips, standard x 62 Steel pile tips, custom x Prefabricated items specifically produced for public works projects that are prefabricated in a county other than the county wherein the public works project is to be completed, the wage for the offsite prefabrication shall be the applicable prevailing wage for the county in which the actual prefabrication takes place. It is the manufacturer of the prefabricated product to verify that the correct county wage rates are applied to work they perform. See RCW 39.12.010 (The definition of "locality" in RCW 39.12.010(2) contains the phrase "wherein the physical work is being performed" The department interprets this phrase to mean the actual work site. Supplemental to Wage Rates 8 08/31/2013 Edition, Published August 1st, 2013 1 1 1 1 1 1 1 1 1 1 1 1 ,1 1 WSDOT's List of State Occupations not applicable to Heavy and Highway Construction Projects This project is subject to the state hourly minimum rates for wages and fringe benefits in the contract provisions, as provided by the state Department of Labor and Industries. The following list of occupations, is comprised of those occupations that are not normally used in the construction of heavy and highway projects. When considering job classifications for use and / or payment when bidding on, or building heavy and highway construction projects for, or administered by WSDOT, these Occupations will be excepted from the included "Washington State Prevailing Wage Rates For Public Work Contracts" documents. • Building Service Employees • Electrical Fixture Maintenance Workers • Electricians - Motor Shop • Heating Equipment Mechanics • Industrial Engine and Machine Mechanics • Industrial Power Vacuum Cleaners • Inspection, Cleaning, Sealing of Water Systems by Remote Control • Laborers - Underground Sewer & Water • Machinists (Hydroelectric Site Work) • Modular Buildings • Playground & Park Equipment Installers • Power Equipment Operators - Underground Sewer & Water • Residential ""'' ALL ASSOCIATED RATES'''` • Sign Makers and Installers (Non -Electrical) • Sign Makers and Installers (Electrical) • Stage Rigging Mechanics (Non Structural) The following occupations may be used only as outlined in the preceding text concerning "WSDOT's list for Suppliers - Manufacturers - Fabricators" • Fabricated Precast Concrete Products • Metal Fabrication (In Shop) Definitions for the Scope of Work for prevailing wages may be found at the Washington State Department of Labor and Industries web site and in WAC Chapter 296-127. Supplemental to Wage Rates 9 08/31/2013 Edition, Published August 1st, 2013 Washington State Department of Labor and Industries Policy Statements (Regarding Production and Delivery of Gravel, Concrete, Asphalt, etc.) WAC 296-127-018 Agency filings affecting this section Coverage and exemptions of workers involved in the production and delivery of gravel, concrete, asphalt, or similar materials. (1) The materials covered under this section include but are not limited to: Sand, gravel, crushed rock, concrete, asphalt, or other similar materials. (2) All workers, regardless of by whom employed, are subject to the provisions of chapter 39.12 RCW when they perform any or all of the following functions: (a) They deliver or discharge any of the above -listed materials to a public works project site: (i) At one or more point(s) directly upon the location where the material will be incorporated into the project; or (ii) At multiple points at the project; or (iii) Adjacent to the location and coordinated with the incorporation of those materials. (b) They wait at or near a public works project site to perform any tasks subject to this section of the rule. (c) They remove any materials from a public works construction site pursuant to contract requirements or specifications (e.g., excavated materials, materials from demolished structures, clean-up materials, etc.). (d) They work in a materials production facility (e.g., batch plant, borrow pit, rock quarry, etc ) which is established for a public works project for the specific, but not necessarily exclusive, purpose of supplying materials for the project. (e) They deliver concrete to a public works site regardless of the method of incorporation. (f) They assist or participate in the incorporation of any materials into the public works project. 1 1 1 1 1 1 t 1 1 1 1 Supplemental to Wage Rates 10 08/31/2013 Edition, Published August 1st, 2013 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 Toad, loading, transporting, waiting to unload, and delivering materials. Travel time would include all time spent in travel in support of a public works project whether the vehicle is empty or full. For example, travel time spent returning to a supply source to obtain another load of material for use on a public works site or returning to the public works site to obtain another load of excavated material is time spent in travel that is subject to prevailing wage. Travel to a supply source, including travel from a public works site, to obtain materials for use on a private project would not be travel subject to the prevailing wage. (4) Workers are not subject to the provisions of chapter 39.12 RCW when they deliver materials to a stockpile. (a) A "stockpile" is defined as materials delivered to a pile located away from the site of incorporation such that the stockpiled materials must be physically moved from the stockpile and transported to another location on the project site in order to be incorporated into the project. (b) A stockpile does not include any of the functions described in subsection (2)(a) through (f) of this section; nor does a stockpile include materials delivered or distributed to multiple locations upon the project site; nor does a stockpile include materials dumped at the place of incorporation, or adjacent to the location and coordinated with the incorporation. (5) The applicable prevailing wage rate shall be determined by the locality in which the work is performed Workers subject to subsection (2)(d) of this section, who produce such materials at an off-site facility shall be paid the applicable prevailing wage rates for the county in which the off-site facility is located. Workers subject to subsection (2) of this section, who deliver such materials to a public works project site shall be paid the applicable prevailing wage rates for the county in which the public works project is located. [Statutory Authority: Chapter 39.12 RCW, RCW 43.22.051 and 43.22.270. 08-24-101, § 296-127-018, filed 12/2/08, effective 1/2/09. Statutory Authority: Chapters 39.04 and 39.12 RCW and RCW 43.22.270. 92-01-104 and 92-08-101, § 296-127-018, filed 12/18/91 and 4/1/92, effective 8/31/92.] Supplemental to Wage Rates 11 08/31/2013 Edition, Published August 1st, 2013 G:\PROJECTS\2013\13136\Spec.Docx SECTION 6 - TECHNICAL SPECIFICATIONS 6-1 CITY OF YAKIMA YAKIMA COUNTY, WASHINGTON SPECIAL PROVISIONS FOR NORTH 16TH AVENUE AND CHERRY AVENUE IRRIGATION REHABILITATION CITY OF YAKIMA PROJECT NO. IR2377 HLA PROJECT NO 13136 TABLE OF CONTENTS PAGE NO. INTRODUCTION TO THE SPECIAL PROVISIONS 6-3 DESCRIPTION OF WORK.. . . . 6-3 1-01 DEFINITIONS AND TERMS . 6-4 1-02 BID PROCEDURES AND CONDITIONS . ... .6-7 1-03 AWARD AND EXECUTION OF CONTRACT .... .......... .. ....6-13 1-04 SCOPE OF THE WORK ....... .. . .6-15 1-05 CONTROL OF WORK ... 6-16 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC .6-21 1-08 PROSECUTION AND PROGRESS ............... . ...... ........... 6-27 REQUEST TO SUBLET FORM 6-30 1-09 MEASUREMENT AND PAYMENT .. 6-33 1-10 TEMPORARY TRAFFIC CONTROL ..... 6-37 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP...... . 6-38 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS .. . ...... .. 6-39 2-04 HAUL. 6-40 2-11 TRIMMING AND CLEANUP ........ .... . ... ....... .... ......... 6-40 7-24 CURED IN PLACE PIPE (CIPP) (NEW SECTION) 6-40 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL . .6-48 G: \PROJ E CTS\2013\13136\Spec. Docx 6-2 SPECIAL PROVISIONS FOR CITY OF YAKIMA NORTH 16TH AVENUE AND CHERRY AVENUE IRRIGATION REHABILITATION CITY OF YAKIMA PROJECT NO. IR2377 HLA PROJECT NO. 13136 INTRODUCTION TO THE SPECIAL PROVISIONS (August 14, 2014 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, as modified or supplemented by the Amendments to the Standard Specifications and these Special Provisions, all of which are made a part of the Contract Documents, shall govern all of the Work. These Special Provisions are made up of both General Special Provisions (GSPs) from various sources, which may have project -specific fill-ins; and project -specific Special Provisions. Each Provision either supplements, modifies, or replaces the comparable Standard Specification, or is a new Provision The deletion, amendment, alteration, or addition to any subsection or portion of the Standard Specifications is meant to pertain only to that particular portion of the section, and in no way should it be interpreted that the balance of the section does not apply. The project -specific Special Provisions are not labeled as such. The GSPs are labeled under the headers of each GSP, with the effective date of the GSP and its source For example: (March 8, 2014 APWA GSP) (April 1, 2014 WSDOT GSP) Also incorporated into the Contract Documents by reference are: • Manual on Uniform Traffic Control Devices for Streets and Highways, currently adopted edition, with Washington State modifications, if any • Standard Plans for Road, Bridge and Municipal Construction, WSDOT/APWA, current edition Contractor shall obtain copies of these publications, at Contractor's own expense DESCRIPTION OF WORK The project consists of the following work: Construction of approximately 480 linear feet of 24"x35" cured in place pipe for rehabilitating irrigation main, pipe cleaning, video inspection, and other related improvements. The quantities of work indicated in the proposal are to be considered as estimates and are for comparative bidding purposes only All payments will be made on the basis of actual field measurement of Contract work completed All work shall be done in accordance with the Plans, the Standard Specifications for Road, Bridge, and Municipal Construction prepared by the Washington State Department of Transportation dated 2012, referenced codes and organizations, and these Special Provisions. G'\PROJECTS \2013\13136\Spec. Docx 6-3 1-01 DEFINITIONS AND TERMS 1-01.3 Definitions (March 8, 2014 APWA GSP) Delete the heading Completion Dates and the three paragraphs that follow it, and replace them with the following Dates Bid Opening Date The date on which the Contracting Agency publicly opens and reads the Bids. Award Date The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive bidder for the work. Contract Execution Date The date the Contracting Agency officially binds the Agency to the Contract. Notice to Proceed Date The date stated in the Notice to Proceed on which the Contract time begins. Substantial Completion Date The day the Engineer determines the Contracting Agency has full and unrestricted use and benefit of the facilities, both from the operational and safety standpoint, any remaining traffic disruptions will be rare and brief, and only minor incidental work, replacement of temporary substitute facilities, plant establishment periods, or correction or repair remains for the Physical Completion of the total Contract. Physical Completion Date The day all of the work is physically completed on the project. All documentation required by the contract and required by law does not necessarily need to be furnished by the Contractor by this date Completion Date The day all the work specified in the contract is completed and all the obligations of the Contractor under the contract are fulfilled by the Contractor All documentation required by the contract and required by law must be furnished by the Contractor before establishment of this date Final Acceptance Date The date on which the Contracting Agency accepts the work as complete Supplement this section with the following All references in the Standard Specifications, Amendments, or WSDOT General Special Provisions, to the terms "State", "Department of Transportation", "Washington State Transportation Commission", "Commission", "Secretary of Transportation", "Secretary", "Headquarters", and "State Treasurer" shall be revised to read "Contracting Agency". All references to "State Materials Laboratory" shall be revised to read "Contracting Agency designated location". 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. G:\PROJECTS12013\13136\Spec. Docx 6-4 Additive A supplemental unit of work or group of bid items, identified separately in the Bid Proposal, which may, at the discretion of the Contracting Agency, be awarded in addition to the base bid Alternate One of two or more units of work or groups of bid items, identified separately in the Bid Proposal, from which the Contracting Agency may make a choice between different methods or material of construction for performing the same work. Business Day A business day is any day from Monday through Friday except holidays as listed in Section 1-08.5. Contract Documents See definition for "Contract" Contract Time The period of time established by the terms and conditions of the Contract within which the Work must be physically completed. Notice of Award The written notice from the Contracting Agency to the successful Bidder signifying the Contracting Agency's acceptance of the Bid Proposal. Notice to Proceed The written notice from the Contracting Agency or Engineer to the Contractor authorizing and directing the Contractor to proceed with the work and establishing the date on which the Contract time begins. Traffic Both vehicular and non -vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and equestrian traffic. The terms defined in Section 1-01 3 of the Standard Specifications shall be further described by the following Contracting Agency City of Yakima 129 N. Second St. Yakima, WA 98901 The terms "Contracting Agency", "Agency" and "Owner" are interchangeable Engineer Huibregtse, Louman Associates, Inc., (HLA) 2803 River Road Yakima, WA 98902 Inspector The Contracting Agency's designated Inspector (Resident Engineer) who observes the Contractor's performance Working Drawings Working drawings are further defined as electrical diagrams, catalog cut sheets, manufacturer's infor- mational sheets describing salient features, performance curves, or samples of fabricated and manufactured items (including mechanical and electrical equipment) required for the construction project. G: \PROJECTS \ 2013 \131361Spec.Docx 6-5 1-02 BID PROCEDURES AND CONDITIONS 1-02.1 Prequalification of Bidders Delete this section and replace it with the following 1-02.1 Qualifications of Bidder (January 24, 2011 APWA GSP) Before award of a public works contract, a bidder must meet at least the minimum qualifications of RCW 39 04.350(1) to be considered a responsible bidder and qualified to be awarded a public works project. 1-02.2 Plans and Specifications Delete this section and replace it with the following. Information as to where Bid Documents can be obtained or reviewed will be found in the CaII for Bids (Invitation for Bids) for the work. After award of the contract, plans and specifications will be issued to the Contractor at no cost as detailed below: To Prime Contractor No. of Sets Basis of Distribution Reduced plans (11" x 17") 6 Furnished automatically upon award Contract Provisions 6 Furnished automatically upon award Large plans (e g., 22" x 34") 2 Furnished only upon request. Additional plans and Contract Provisions may be obtained by the Contractor from the source stated in the CaII for Bids, at the Contractor's own expense. 1-02.4 Examination of Plans, Specifications, and Site of Work 1-02.4(1) General Add the following paragraph No pre-bid approval on any proposed substitute equipment shall be granted prior to the bid opening unless specified otherwise in these Specifications. 1-02.5 Proposal Forms (June 27, 2011 APWA GSP) Delete this section and replace it with the following - The Proposal Form will identify the project and its location and describe the work. It will also list estimated quantities, units of measurement, the items of work, and the materials to be furnished at the unit bid prices. The bidder shall complete spaces on the proposal form that call for, but are not limited to, unit prices; extensions, summations, the total bid amount; signatures; date; and, where applicable, retail sales taxes and acknowledgment of addenda, the bidder's name, address, telephone number, and signature; the bidder's D/M/WBE commitment, if applicable, a State of Washington Contractor's Registration Number; and a Business License Number, if applicable Bids shall be completed by typing or shall be printed in ink by hand, preferably in black ink. The required certifications are included as part of the Proposal Form. G:\PROJECTS\2013\13136\Spec. Docx 6-6 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 The Contracting Agency reserves the right to arrange the proposal forms with alternates and additives, if such be to the advantage of the Contracting Agency The bidder shall bid on all alternates and additives set forth in the Proposal Form unless otherwise specified 1-02.6 Preparation of Proposal (June 27, 2011 APWA GSP) Supplement the second paragraph with the following 4. If a minimum bid amount has been established for any item, the unit or lump sum price must equal or exceed the minimum amount stated 5 Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by the signer of the bid. Delete the last paragraph, and replace it with the following: The Bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner A bid by a corporation shall be executed in the corporate name, by the president or a vice president (or other corporate officer accompanied by evidence of authority to sign). A bid by a partnership shall be executed in the partnership name, and signed by a partner. A copy of the partnership agreement shall be submitted with the Bid Form if any D/M/WBE requirements are to be satisfied through such an agreement. A bid by a joint venture shall be executed in the joint venture name and signed by a member of the joint venture. A copy of the joint venture agreement shall be submitted with the Bid Form if any D/W/MBE requirements are to be satisfied through such an agreement. Supplement this section with the following Any bid item which has a unit price but no extension column amount shall have the extension amount determined by multiplying the unit price times the unit quantity Any bid item which does not have a unit price but does have an extension column amount shall have the unit price determined by dividing the extension amount by the unit quantity. Should both the unit price and the extension column amount be left blank, then the entire bid shall be considered non-responsive 1-02.7 Bid Deposit (March 8, 2014 APWA GSP) Supplement this section with the following: Bid bonds shall contain the following 1. Contracting Agency -assigned number for the project; 2 Name of the project; 3 The Contracting Agency named as obligee; 4 The amount of the bid bond stated either as a dollar figure or as a percentage which represents five percent of the maximum bid amount that could be awarded; 5. Signature of the bidder's officer empowered to sign official statements The signature of the person authorized to submit the bid should agree with the signature on the bond, and the title of the person must accompany the said signature, 6. The signature of the surety's officer empowered to sign the bond and the power of attorney. G:\PROJECTS12013\13136\Spec. Docx 6-7 If so stated in the Contract Provisions, bidder much use the bond form included in the Contract Provisions If so stated in the Contract Provisions, cash will not be accepted for a bid deposit. Supplement this section with the following Bid Bond form shall be fully completed including execution date and signature date. 1-02.9 Delivery of Proposal (August 15, 2014 APWA GSP, Option A) Delete this section and replace it with the following Each proposal shall be submitted in a sealed envelope, with the Project Title and Project Number as stated in the Call for Bids clearly marked on the outside of the envelope, or as otherwise required in the Bid Documents, to ensure proper handling and delivery If the project has FHWA funding and requires DBE Written Confirmation Documents or Good Faith Effort Documentation, then to be considered responsive, the Bidder shall submit with their Bid Proposal, written Confirmation Documentation from each DBE firm listed on the Bidder's completed DBE Utilization Certification, form 272-056A EF, as required by Section 1-02 6. The Contracting Agency will not open or consider any Bid Proposal that is received after the time specified in the CaII 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 (March 13, 2012 APWA GSP) Revise item 1 to read. 1. A proposal will be considered irregular and will be rejected if. a. The Bidder is not prequalified when so required, b The authorized proposal form furnished by the Contracting Agency is not used or is altered, c. The completed proposal form contains any unauthorized additions, deletions, alternate Bids, or conditions, d. The Bidder adds provisions reserving the right to reject or accept the award, or enter into the Contract; e A price per unit cannot be determined from the Bid Proposal; f The Proposal form is not properly executed, g The Bidder fails to submit or properly complete a Subcontractor list, if applicable, as required in Section 1-02.6, h. The Bidder fails to submit or properly complete a Disadvantaged Business Enterprise Certification, if applicable, as required in Section 1-02.6, i. The Bidder fails to submit written confirmation from each DBE firm listed on the Bidder's completed DBE Utilization Certification that they are in agreement with the bidders DBE participation commitment, if applicable, as required in Section 1-02.6, or if the written confirmation that is submitted fails to meet the requirements of the Special Provisions, G: \ P RO J E CT S\2013\ 13136\ S pec. D o cx 6-8 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 8, 2014 APWA GSP, Option B) Delete this section and replace it with the following A Bidder will be deemed not responsible if the Bidder does not meet the mandatory bidder responsibility criteria in RCW 39 04 350(1), as amended; or does not meet the following Supplemental Criteria: 1. Delinquent State Taxes A. Criterion. The Bidder shall not owe delinquent taxes to the Washington State Department of Revenue without a payment plan approved by the Department of Revenue B Documentation: The Bidder shall not be listed on the Washington State Department of Revenue's "Delinquent Taxpayer List" website http://dor.wa.gov/content/fileandpaytaxes/latefiling/dtlwest.aspx , or if they are so listed, they must submit a written payment plan approved by the Department of Revenue, to the Contracting Agency by the deadline listed below 2. Federal Debarment A. Criterion: The Bidder shall not currently be debarred or suspended by the Federal government. B. Documentation. The Bidder shall not be listed as having an "active exclusion" on the U S government's "System for Award Management" database (www.sam gov) 3 Subcontractor Responsibility A. Criterion. The Bidder's standard subcontract form shall include the subcontractor responsibility language required by RCW 39 06 020, and the Bidder shall have an established procedure which it utilizes to validate the responsibility of each of its subcontractors. The Bidder's subcontract form shall also include a requirement that each of its subcontractors shall have and document a similar procedure to determine whether the sub -tier subcontractors with whom it contracts are also "responsible" subcontractors as defined by RCW 39 06 020. B. Documentation. The Bidder, if and when required as detailed below, shall submit a copy of its standard subcontract form for review by the Contracting Agency, and a written description of its procedure for validating the responsibility of subcontractors with which it contracts Prevailing Wages A Criterion: The Bidder shall not have a record of prevailing wage violations as determined by WA Labor & Industries in the five years prior to the bid submittal date, that demonstrates a pattern of failing to pay workers prevailing wages, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency. G:\PROJECTS\2013\13136\Spec.Docx 6-9 B Documentation The Bidder, if and when required as detailed below, shall submit a list of all prevailing wage violations in the five years prior to the bid submittal date, along with an explanation of each violation and how it was resolved The Contracting Agency will evaluate these explanations and the resolution of each complaint to determine whether the violation demonstrate a pattern of failing to pay its workers prevailing wages as required. 5. Claims Against Retainage and Bonds A Criterion. The Bidder shall not have a record of excessive claims filed against the retainage or payment bonds for public works projects in the three years prior to the bid submittal date, that demonstrate a lack of effective management by the Bidder of making timely and appropriate payments to its subcontractors, suppliers, and workers, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency. B Documentation The Bidder, if and when required as detailed below, shall submit a list of the public works projects completed in the three years prior to the bid submittal date that have had claims against retainage and bonds and include for each project the following information • Name of project • The owner and contact information for the owner; • A list of claims filed against the retainage and/or payment bond for any of the projects listed; • A written explanation of the circumstances surrounding each claim and the ultimate resolution of the claim 6 Public Bidding Crime A Criterion The Bidder and/or its owners shall not have been convicted of a crime involving bidding on a public works contract in the five years prior to the bid submittal date B Documentation The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that the Bidder and/or its owners have not been convicted of a crime involving bidding on a public works contract. 7 Termination for Cause / Termination for Default A Criterion: The Bidder shall not have had any public works contract terminated for cause or terminated for default by a government agency in the five years prior to the bid submittal date, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency B. Documentation The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that the Bidder has not had any public works contract terminated for cause or terminated for default by a government agency in the five years prior to the bid submittal date; or if Bidder was terminated, describe the circumstances. 8. Lawsuits A Criterion. The Bidder shall not have lawsuits with judgments entered against the Bidder in the five years prior to the bid submittal date that demonstrate a pattern of failing to meet the terms of contracts, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency B Documentation. The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that the Bidder has not G:\PROJECTS\2013\13136\Spec. Docx 6-10 had any lawsuits with judgments entered against the Bidder in the five years prior to the bid submittal date that demonstrate a pattern of failing to meet the terms of contracts, or shall submit a list of all lawsuits with judgments entered against the Bidder in the five years prior to the bid submittal date, along with a written explanation of the circumstances surrounding each such lawsuit. The Contracting Agency shall evaluate these explanations to determine whether the lawsuits demonstrate a pattern of failing to meet of terms of construction related contracts. As evidence that the Bidder meets the mandatory and supplemental responsibility criteria stated above, the apparent two lowest Bidders must submit to the Contracting Agency by 12:00 P.M (noon) of the second business day following the bid submittal deadline, a written statement verifying that the Bidder meets all of the mandatory and supplemental criteria together with supporting documentation including but not limited to that detailed above (sufficient in the sole judgment of the Contracting Agency) demonstrating compliance with all mandatory and supplemental responsibility criteria. The Contracting Agency reserves the right to request such documentation from other Bidders as well, and to request further documentation as needed to assess Bidder responsibility. The Contracting Agency also reserves the right to obtain information from third -parties and independent sources of information concerning a Bidder's compliance with the mandatory and supplemental criteria, and to use that information in their evaluation. The Contracting Agency may (but is not required to) consider mitigating factors in determining whether the Bidder complies with the requirements of the supplemental criteria. The basis for evaluation of Bidder compliance with these mandatory and supplemental criteria shall include any documents or facts obtained by Contracting Agency (whether from the Bidder or third parties) including but not limited to. (i) financial, historical, or operational data from the Bidder; (ii) information obtained directly by the Contracting Agency from others for whom the Bidder has worked, or other public agencies or private enterprises, and (iii) any additional information obtained by the Contracting Agency which is believed to be relevant to the matter. If the Contracting Agency determines the Bidder does not meet the bidder responsibility criteria above and is therefore not a responsible Bidder, the Contracting Agency shall notify the Bidder in writing, with the reasons for its determination If the Bidder disagrees with this determination, it may appeal the determination within two (2) business days of the Contracting Agency's determination by presenting its appeal and any additional information to the Contracting Agency The Contracting Agency will consider the appeal and any additional information before issuing its final determination If the final determination affirms that the Bidder is not responsible, the Contracting Agency will not execute a contract with any other Bidder until at least two business days after the Bidder determined to be not responsible has received the Contracting Agency's final determination Request to Change Supplemental Bidder Responsibility Criteria Prior To Bid. Bidders with concerns about the relevancy or restrictiveness of the Supplemental Bidder Responsibility Criteria may make or submit requests to the Contracting Agency to modify the criteria. Such requests shall be in writing, describe the nature of the concerns, and propose specific modifications to the criteria. Bidders shall submit such requests to the Contracting Agency no later than five (5) business days prior to the bid submittal deadline and address the request to the Project Engineer or such other person designated by the Contracting Agency in the Bid Documents 1-02.15 Pre -Award Information (August 14, 2014 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, G:\PROJECTS\2013\13136\Spec.Docx 6-11 5 Attendance at a conference with the Engineer or representatives of the Engineer, 6 Obtain, and furnish a copy of, a business license to do business in the city or county where the work is located. 7 Any other information or action taken that is deemed necessary to ensure that the bidder is the lowest responsible bidder. 1-03 AWARD AND EXECUTION OF CONTRACT 1-03.1 Consideration of Bids (January 23, 2006 APWA GSP) Revise the first paragraph to read. After opening and reading proposals, the Contracting Agency will check them for correctness of extensions of the prices per unit and the total price If a discrepancy exists between the price per unit and the extended amount of any bid item, the price per unit will control. If a minimum bid amount has been established for any item and the bidder's unit or lump sum price is Tess than the minimum specified amount, the Contracting Agency will unilaterally revise the unit or lump sum price, to the minimum specified amount and recalculate the extension. The total of extensions, corrected where necessary, including sales taxes where applicable and such additives and/or alternates as selected by the Contracting Agency, will be used by the Contracting Agency for award purposes and to fix the Awarded Contract Price amount and the amount of the contract bond 1-03.2 Award of Contract Supplement this section with the following The Contract will be awarded to the apparent low bidder on the basis of the total of all bid items and schedules accepted by the Contracting Agency The Contractor shall submit bids for all bid schedules, including all alternate and/or additive bid schedules as applicable, to be considered a responsive bidder. 1-03.3 Execution of Contract (October 1, 2005 APWA GSP) Revise this section to read Copies of the Contract Provisions, including the unsigned Form of Contract, will be available for signature by the successful bidder on the first business day following award. The number of copies to be executed by the Contractor will be determined by the Contracting Agency. Within ten (101 calendar days after the award date, the successful bidder shall return the signed Contracting Agency -prepared contract, an insurance certification as required by Section 1-07 18, and a satisfactory bond as required by law and Section 1-03.4 Before execution of the contract by the Contracting Agency, the successful bidder shall provide any pre -award information the Contracting Agency may require under Section 1-02.15 Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency nor shall any work begin within the project limits or within Contracting Agency -furnished sites. The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the Contracting Agency If the bidder experiences circumstances beyond their control that prevents return of the contract documents within the calendar days after the award date stated above, the Contracting Agency may grant up to a maximum of ten (10) additional calendar days for return of the documents, provided the Contracting Agency deems the circumstances warrant it. G:\PROJECTS\2013\13136\Spec. Docx 6-12 Supplement this section with the following: Failure to return the required documents within the allotted time shall be considered as non- responsive and shall result in forfeiture of the bid bond or deposit of the bidder in accordance with Section 1-03 5. 1-03.4 Contract Bond (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). Supplement this section with the following: The Contractor shall guarantee the material provided and workmanship performed under the Contract for a period of one year from and after the final acceptance thereof by the Contracting Agency Repair and/or replacement of defective materials and workmanship shall be as specified in Section 1- 05.12(1). In addition to the requirements for the Contract Bond according to Section 1-03 4 of the Standard Specifications, the Bond shall further indemnify and hold the Contracting Agency harmless from defects appearing or developing in the material or workmanship provided or performed under the Contract within a period of one year after final acceptance by the Contracting Agency. The Contract Bond document is bound in these Specifications G:\PROJECTS\20131131361Spec Docx 6-13 1-03.7 Judicial Review Delete the last sentence in its entirety and replace it with the following Such review, if any, shall be timely filled in the superior court of Yakima County, Washington 1-04 SCOPE OF THE WORK 1-04.1 Intent of the Contract 1-04.1(2) Bid Items Not Included in the Proposal Delete the first paragraph in its entirety and replace it with the following. If work is required to complete the project according to the intent of the Plans and Specifications but no bid item is provided in the Bid Schedule, then the Contractor shall include the cost for providing the necessary work in the unit or lump sum price for the bid item most closely related to the work. 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda (March 13, 2012 APWA GSP) Revise the second paragraph to read Any inconsistency in the parts of the contract shall be resolved by following this order of precedence (e g , 1 presiding over 2, 2 over 3, 3 over 4, and so forth). 1 Addenda, 2 Proposal Form, 3 Special Provisions, 4 Contract Plans, 5 Amendments to the Standard Specifications, 6 Standard Specifications, 7 Contracting Agency's Standard Plans or Details (if any), and 8 WSDOT Standard Plans for Road, Bridge, and Municipal Construction. 1-04.4 Changes Supplement this section with the following No changes in the work covered by the approved Contract Documents shall be made without having prior written or oral (as deemed appropriate due to urgency of change) approval of the Owner. If oral approval is granted, it shall be documented in writing shortly thereafter Charges or credits for the work covered by the approved change shall be determined by one or more, or a combination of the following methods. a. Unit bid prices previously approved. b. An agreed lump sum. c. The actual costs of: (1) Labor, including foremen; (2) Materials entering permanently into the work; (3) The ownership or rental costs of construction plant and equipment during the time of use on the extra work; (4) Power and consumable supplies for the operation of power equipment; G:\PROJECTS\2013\13136\Spec.Docx 6-14 (5) Insurance; (6) Social Security and old age and unemployment contributions. Should authorized changes be made based upon the actual cost of material and labor, the costs thereof and costs allowed for overhead profit, bonds, insurance, etc., shall be determined via Section 1-09.6 Force Account of the Standard Specifications Delete the last two paragraphs in their entirety and replace with the following: After bid award, the Contractor may submit proposals for changing the Plans, Specifications, or other requirements of the Contract. These proposals must reduce the cost or time required for construction of the project. If determined appropriate by the Contracting Agency, a change order will be executed implementing the proposed change/changes. 1-04.4(1) Minor Changes Supplement this section with the following. The Contractor is advised that this item may or may not be utilized in this project. 1-04.6 Variation in Estimated Quantities Supplement this section with the following: The quantities listed in the unit price Bid Proposal are estimates for bidding purposes only There will be no adjustments in price due to increases or decreases in quantities regardless of the magnitude. The 25 percent provisions of this Section 1-04.6 shall not apply to. All Bid Items. Payment will be made at the unit contract price for actual quantities of work completed. 1-04.11 Final Cleanup Supplement this section with the following: Partial cleanup shall be done by the Contractor when he feels it is necessary or when, in the opinion of the Contracting Agency, partial cleanup should be done prior to either final cleanup or final inspection The cleanup work shall be done immediately upon written notification of the Engineer and other work shall not proceed until this partial cleanup is accomplished. Should the Contractor not conduct the cleanup as directed and in a timely manner, the Owner shall take action to have such cleanup work completed by others and will deduct such costs from any payment due the Contractor 1-05 CONTROL OF WORK 1-05.1 Authority of the Engineer Supplement this section with the following. Unless otherwise expressly provided in the Contract Drawings, Specifications, and Addenda, the means and methods of construction shall be such as the Contractor may choose, subject, however, to the Engineer's right to reject means and methods proposed by the Contractor which (1) will consti- tute 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. At the Contractor's risk, the Engineer may suspend all or part of the work according to Section 1-08 6 G:\P ROJ ECTS\2013\13136\Spec. Docx 6-15 1-05.3 Plans and Working Drawings Delete the second, third, and fourth paragraphs of this section and replace with the following: The Contractor shall submit to the Engineer for review and approval, six copies of all Working Drawings required in the project documents. The data shown on the Working Drawings will be complete with respect to dimensions, design criteria, products and materials of construction, and like information to enable the Engineer to review the submittal. At the time of submittal, the Contractor shall, in writing, call attention to any deviations that the item or material submitted may have from the requirements of the Contract Specifications. When the Contractor does call such deviations to the attention of the Engineer, the Contractor shall state in his letter whether or not such deviations involve any deduction or extra cost adjustment. Unless otherwise approved by the Engineer, Working Drawings and samples shall be submitted only by the Prime Contractor, who shall indicate by a signed stamp on the Working Drawing, or other means, that he (the Prime Contractor) has checked the Working Drawing The Contractor's stamp of approval on the Working Drawings shall constitute a representation to the Owner and Engineer that the Contractor has either determined and verified all quantities, dimensions, field construction criteria, materials, catalog numbers, or similar data and assumes full responsibility for doing so, and that he has reviewed or coordinated each Working Drawing or sample with the requirements of the Contract Documents. Working Drawings shall be submitted in sufficient time to allow the Engineer not less than 20 working days for review. The practice of submitting incomplete or unchecked Working Drawings for the Engineer to correct or finish will not be acceptable, and Working Drawings which, in the opinion of the Engineer, clearly indicate that they have not been checked by the Contractor will be considered as not complying with the intent of the Contract Documents and will be returned to the Contractor for resubmission in proper form The Engineer will review with reasonable promptness Working Drawings and samples, but the Engineer's review shall be only for conformance with the design concept of the Project and for compliance with the information given in the Contract Documents and shall not extend to the means, methods, sequences, techniques or procedures of construction, or to safety precautions or programs incidental thereto The review by the Engineer of a separate item as such will not indicate review of the assembly in which the item functions. When the Working Drawings have been reviewed by the Engineer, two sets of submittals will be returned to the Contractor appropriately stamped If major changes or corrections are necessary, the Working Drawings may be rejected and one set will be returned to the Contractor with such changes or corrections indicated The Contractor shall make any corrections required by the Engineer and shall resubmit the required number of corrected Working Drawings or samples for review. No changes shall be made by the Contractor to resubmitted Working Drawings other than those changes indicated by the Engineer, unless such changes are clearly described in a letter accompanying the resubmitted Working Drawings. Where a Working Drawing or sample is required by the Specifications, no related work shall be commenced until the submittal has been reviewed and approved by the Engineer. 1-05.3(1) Electronic Submittals (New Section) The following new section shall be added to the Standard Specifications. Working Drawings may be submitted by the Contractor to the Engineer in electronic format. Working Drawings submitted by subcontractors, directly to the Owner or sub -consultants, will be rejected for the purpose of approval. Working Drawings shall be transmitted to HLA with the Submittal Transmittal sheet provided to the Contractor after project award. The Submittal Transmittal form includes certification language stating the submittal has been reviewed by the Contractor and complies with the Plans and Specifications. Catalog cuts shall include marks to indicate the specific G:\PROJECTS\2013\13136\Spec. Docx 6-16 item that is to be provided for the project. If alternate items are submitted for approval, the Contractor shall indicate the proposed location and use of the item. The Engineer will return one paper copy and an electronic ( pdf) copy to the Contractor No submittal or Working Drawing will be recognized without the Engineer's review attached In case of dispute, the Engineer's electronic copy will be recognized as the accepted copy of record. 1-05.3(2) Project Record Drawings (New Section) The following new section shall be added to the Standard Specifications: The Contractor shall maintain a neatly marked, full-size set of record drawings showing the final location and layout of all new construction Drawings shall be kept current weekly, with all field instruction, change orders, and construction adjustment. Drawings shall be subject to the inspection of the Engineer at all times Prior to acceptance of the work, the Contractor shall deliver to the Engineer one set of neatly marked record drawings showing the information required above. Requests for partial payment will not be approved if the marked -up prints are not kept current, and request for final payment will not be approved until the marked -up prints are delivered to the Engineer 1-05.6 Inspection of Work and Materials 1-05.6(1) Testing (New Section) The following new section shall be added to the Standard Specifications: The Contractor shall be responsible for scheduling and paying for all material testing required by these Technical Specifications. The cost of testing shall be considered incidental to the various bid items. All testing services shall be performed by an independent, certified testing firm and/or laboratory meeting the approval of the Engineer The Contractor shall submit information relating to the qualifications of the proposed testing firm to the Engineer for review and approval prior to the preconstruction conference. The testing service shall provide copies of all test results to the Engineer immediately after completion of the test. 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 G: \P ROJ E CTS\2013\13136\Spec. Docx 6-17 work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized work. No adjustment in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the Contracting Agency's rights provided by this Section The rights exercised under the provisions of this section shall not diminish the Contracting Agency's right to pursue any other avenue for additional remedy or damages with respect to the Contractor's failure to perform the work as required. 1-05.11 Final Inspection Delete this section and replace it with the following 1-05.11 Final Inspections and Operational Testing (October 1, 2005 APWA GSP) 1-05.11(1) Substantial Completion Date When the Contractor considers the work to be substantially complete, the Contractor shall so notify the Engineer and request the Engineer establish the Substantial Completion Date. The Contractor's request shall list the specific items of work that remain to be completed in order to reach physical completion The Engineer will schedule an inspection of the work with the Contractor to determine the status of completion The Engineer may also establish the Substantial Completion Date unilaterally. If, after this inspection, the Engineer concurs with the Contractor that the work is substantially complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the Substantial Completion Date. If, after this inspection the Engineer does not consider the work substantially complete and ready for its intended use, the Engineer will, by written notice, so notify the Contractor giving the reasons therefore. Upon receipt of written notice concurring in or denying substantial completion, whichever is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized interruption, the work necessary to reach Substantial and Physical Completion. The Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work. The above process shall be repeated until the Engineer establishes the Substantial Completion Date and the Contractor considers the work physically complete and ready for final inspection. 1-05.11(2) Final Inspection and Physical Completion Date When the Contractor considers the work physically complete and ready for final inspection, the Contractor by written notice, shall request the Engineer to schedule a final inspection. The Engineer will set a date for final inspection The Engineer and the Contractor will then make a final inspection and the Engineer will notify the Contractor in writing of all particulars in which the final inspection reveals the work incomplete or unacceptable. The Contractor shall immediately take such corrective measures as are necessary to remedy the listed deficiencies. Corrective work shall be pursued vigorously, diligently, and without interruption until physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied the listed deficiencies have been corrected If action to correct the listed deficiencies is not initiated within 7 days after receipt of the written notice listing the deficiencies, the Engineer may, upon written notice to the Contractor, take whatever steps are necessary to correct those deficiencies pursuant to Section 1-05 7. The Contractor will not be allowed an extension of contract time because of a delay in the performance of the work attributable to the exercise of the Engineer's right hereunder G:\PROJECTS\2013\13136\Spec Docx 6-18 '1 Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting Agency, in writing, of the date upon which the work was considered physically complete. That date shall constitute the Physical Completion Date of the contract, but shall not imply acceptance of the work or that all the obligations of the Contractor under the contract have been fulfilled. 1-05.11(3) Operational Testing It is the intent of the Contracting Agency to have at the Physical Completion Date a complete and operable system. Therefore when the work involves the installation of machinery or other mechanical equipment; street lighting, electrical distribution or signal systems, irrigation systems, buildings, or other similar work it may be desirable for the Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the physical completion date. Whenever items of work are listed in the Contract Provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment which prove faulty, or that are not in first class operating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing, shall be included in the unit contract prices related to the system being tested, unless specifically set forth otherwise in the proposal. Operational and test periods, when required by the Engineer, shall not affect a manufacturer's guaranties or warranties furnished under the terms of the contract. 1-05.12(1) One -Year Guarantee Period (New Section) (March 8, 2014 APWA GSP) The following new section shall be added to the Standard Specifications. The Contractor shall return to the project and repair or replace all defects in workmanship and material discovered within one year after Final Acceptance of the Work. The Contractor shall start work to remedy any such defects within 7 calendar days of receiving Contracting Agency's written notice of a defect, and shall complete such work within the time stated in the Contracting Agency's notice In case of an emergency, where damage may result from delay or where loss of services may result, such corrections may be made by the Contracting Agency's own forces or another contractor, in which case the cost of corrections shall be paid by the Contractor. In the event the Contractor does not accomplish corrections within the time specified, the work will be otherwise accomplished and the cost of same shall be paid by the Contractor When corrections of defects are made, the Contractor shall then be responsible for correcting all defects in workmanship and materials in the corrected work for one year after acceptance of the corrections by Contracting Agency This guarantee is supplemental to and does not limit or affect the requirements that the Contractor's work comply with the requirements of the Contract or any other legal rights or remedies of the Contracting Agency Supplement this section with the following. The Contractor agrees the above one-year limitation shall not exclude nor diminish the Contracting Agency's rights under any law to obtain damages and recover costs resulting from defective and unauthorized work discovered after one year G:\PROJECTS12013\13136\Spec.Docx 6-19 1-05.13 Superintendents, Labor and Equipment of Contractor (August 14, 2014 APWA GSP) Delete the sixth and seventh paragraphs of this section. 1-05.15 Method of Serving Notices (March 25, 2009 APWA GSP) Revise the second paragraph to read All correspondence from the Contractor shall be directed to the Project Engineer. All correspondence from the Contractor constituting any notification, notice of protest, notice of dispute, or other correspondence constituting notification required to be furnished under the Contract, must be in paper format, hand delivered or sent via mail delivery service to the Project Engineer's office. Electronic copies such as e-mails or electronically delivered copies of correspondence will not constitute such notice and will not comply with the requirements of the Contract. 1-05.16 Water and Power (New Section) The following new section shall be added to the Standard Specifications. Water Supply. Water for use on this project shall be furnished by the Contracting Agency and the Contractor shall convey the water from the nearest convenient hydrant or other source at his own expense. The hydrants shall be used in accordance with the appropriate Water Department regula- tions The City reserves the right to deny the use of fire hydrants where deemed inappropriate by the City Power Supply. The Contractor shall make necessary arrangements, and shall bear the costs for power necessary for the performance of the work. Measurement and Payment: No separate measurement and payment for water and power will be made This pertains to water required for dust control, water settling trenches (when approved by the Engineer), and any other water as required by the Contract Documents. All costs for hauling, conveying, and applying water shall be included in the various bid items of the proposal. 1-05.17 Oral Agreements (October 1, 2005 APWA GSP) Add the following new section No oral agreement or conversation with any officer, agent, or employee of the Contracting Agency, either before or after execution of the contract, shall affect or modify any of the terms or obligations contained in any of the documents comprising the contract. Such oral agreement or conversation shall be considered as unofficial information and in no way binding upon the Contracting Agency, unless subsequently put in writing and signed by the Contracting Agency 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.1 Laws to be Observed (October 1, 2005 APWA GSP) Supplement this section with the following. In cases of conflict between different safety regulations, the more stringent regulation shall apply The Washington State Department of Labor and Industries shall be the sole and paramount administrative agency responsible for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA). G:\PROJECTS\2013\13136\Spec.Docx 6-20 The Contractor shall maintain at the project site office, or other well known place at the project site, all articles necessary for providing first aid to the injured The Contractor shall establish, publish, and make known to all employees, procedures for ensuring immediate removal to a hospital, or doctor's care, persons, including employees, who may have been injured on the project site. Employees should not be permitted to work on the project site before the Contractor has established and made known procedures for removal of injured persons to a hospital or a doctor's care. The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the Contractor's plant, appliances, and methods, and for any damage or injury resulting from their failure, or improper maintenance, use, or operation The Contractor shall be solely and completely responsible for the conditions of the project site, including safety for all persons and property in the performance of the work. This requirement shall apply continuously, and not be limited to normal working hours. The required or implied duty of the Engineer to conduct construction review of the Contractor's performance does not, and shall not, be intended to include review and adequacy of the Contractor's safety measures in, on, or near the project site. Amend the second sentence of the first paragraph to read The Contractor shall indemnify and save harmless the State (including the Commission, the Secretary, and any agents, officers, and employees) and the Contracting Agency (including any agents, officers, employees, and representatives) against any claims which may arise because the Contractor (or any employee of the Contractor or subcontractor or materialman) violated a legal requirement. 1-07.2 State Taxes Delete this section, including its sub -sections, in its entirety and replace it with the following 1-07.2 State Sales Tax (June 27, 2011 APWA GSP) The Washington State Department of Revenue has issued special rules on the State sales tax. Sections 1-07.2(1) through 1-07.2(3) are meant to clarify those rules The Contractor should contact the Washington State Department of Revenue for answers to questions in this area. The Contracting Agency will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability The Contractor shall include all Contractor -paid taxes in the unit bid prices or other contract amounts In some cases, however, state retail sales tax will not be included. Section 1-07.2(2) describes this exception The Contracting Agency will pay the retained percentage (or release the Contract Bond if a FHWA-funded Project) only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all contract -related taxes have been paid (RCW 60.28.051) The Contracting Agency may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of Revenue, whether the amount owed relates to this contract or not. Any amount so deducted will be paid into the proper State fund. 1-07.2(1) State Sales Tax - Rule 171 WAC 458-20-171, and its related rules, apply to building, repairing, or improving streets, roads, etc., which are owned by a municipal corporation, or political subdivision of the state, or by the United States, and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included as a part of the street or road drainage system and power lines when such are part of the roadway lighting system. For work performed in such cases, the Contractor shall include Washington State Retail Sales Taxes in the various unit bid item prices, or other contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the work. G:\PROJECTS\2013\13136\Spec. Docx 6-21 1-07.2(2) State Sales Tax - Rule 170 WAC 458-20-170, and its related rules, apply to the constructing and repairing of new or existing buildings, or other structures, upon real property. This includes, but is not limited to, the construction of streets, roads, highways, etc., owned by the state of Washington, water mains and their appurtenances; sanitary sewers and sewage disposal systems unless such sewers and disposal systems are within, and a part of, a street or road drainage system; telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of a street or road lighting system; and installing or attaching of any article of tangible personal property in or to real property, whether or not such personal property becomes a part of the realty by virtue of installation. For work performed in such cases, the Contractor shall collect from the Contracting Agency, retail sales tax on the full contract price The Contracting Agency will automatically add this sales tax to each payment to the Contractor For this reason, the Contractor shall not include the retail sales tax in the unit bid item prices, or in any other contract amount subject to Rule 170, with the following exception. Exception The Contracting Agency will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit bid item prices or in any other contract amount. 1-07.2(3) Services The Contractor shall not collect retail sales tax from the Contracting Agency on any contract wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 244) 1-07.6 Permits and Licenses Supplement this section with the following. The Contractor and all subcontractors are responsible for obtaining and paying for business licenses in the City of Yakima. No hydraulic permits are required for this project unless the Contractor's operations use, divert, obstruct, or change the natural flow or bed of any river or stream, or utilize any of the waters of the State or materials from gravel or sand bars, or from stream beds. All costs required to comply with this section shall be the responsibility of the Contractor. 1-07.13 Contractor's Responsibility for Work 1-07.13(3) Relief of Responsibility for Damage by Public Traffic Delete this section and replace it with the following When it is necessary for public traffic to utilize the street and associated facilities during construction, the Contractor shall be responsible for damages to permanent work. The Contractor shall provide all necessary protection and temporary facilities to accommodate both vehicular and pedestrian traffic during construction 1-07.17 Utilities and Similar Facilities Supplement this section with the following - The following addresses and telephone number of utility companies known or suspected of having facilities within the project limits are supplied for the Contractor's convenience. G:\PROJECTS\2013\13136\Spec. Docx 6-22 1 1 1 1 1 1 1 1 1 1 1 Utility Company Address Phone No. City of Yakima Water and Irrigation Division 2301 Fruitvale Boulevard, Yakima, WA 98902 (509) 575-6196 City of Yakima Wastewater Collections 204 West Pine Street, Yakima, WA 98902 (509) 576-6302 CenturyLink 8 South 2"a Ave., Rm. 304, Yakima, WA 98902 (509) 575-7185 Pacific Power 500 North Keys Rd., Yakima, WA 98901 (509) 575-3158 Cascade Natural Gas 701 South First Ave., Yakima, WA 98902 (509) 457-8176 Charter Communications 1005 North 16`h Ave., Yakima, WA 98902 (509) 494-7715 It shall be the Contractor's responsibility to investigate the presence and location of all utilities prior to bid opening and to assess their impacts on his construction activities The Contractor shall call the Utility Notification Center (One -Call Agency) for field location, not Tess than two or more than ten business days before the scheduled date for commencement of excavation which may affect underground utility facilities, unless otherwise agreed upon by the parties involved A business day is defined as any day other than Saturday, Sunday, or a legal local, state, or federal holiday. The telephone number for the One -Call Agency for this project is 1-800-424-5555 If no one -number locator service is available, notice shall be provided individually by the Contractor to those owners known to or suspected of having underground facilities within the area of proposed excavation Utilities, new or old, may be renewed, relocated, or adjusted for the proposed construction The Contractor shall, prior to beginning any work, meet with all utility organizations (public and private) in the field to familiarize himself with existing utility locations, along with familiarizing himself with plans and schedules for the installation of new, relocated, or adjusted utilities Both public and private utility organizations, along with private contractors working for these organizations, may be doing utility installations within the area. The proposed construction work must be coordinated with these utility installations The Contractor shall arrange with the owners and operators of the respective utility systems to mark the locations and, if necessary or prudent, to expose the existing utilities prior to construction of the facilities contained in this Contract. The Contractor shall coordinate his work with other contractors who may be working in the project area and cooperate with them. 1-07.18 Public Liability and Property Damage Insurance Delete this section in its entirety, and replace it with the following Within ten (10) days following contract award or prior to start of construction, whichever comes first, the Contractor shall furnish the Owner a Certificate of Insurance and the additional insured endorsements as evidence of compliance with these requirements This certificate shall name the CITY OF YAKIMA, its employees, agents, elected and appointed officials, Huibregtse, Louman Associates, Inc., (HLA), as "additional insureds" and shall stipulate that the policies named thereon cannot be canceled unless at least forty-five (45) days written notice has been given to the Owner The certificate shall not contain the following or similar wording regarding cancellation notification. "Failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents, or representatives " The Contractor shall obtain and keep in force the following policies of insurance. The policies shall be with companies or through sources approved by the State Insurance Commissioner pursuant to Chapter 48.05, RCW Unless otherwise indicated below, the policies shall be kept in force from the execution date of the contract until the date of acceptance by the Owner 1 Commercial General Liability Insurance written under ISO Form CG0001 or its equivalent with minimum limits of $3,000,000 per occurrence and in the aggregate for each policy period This protection may be a CGL policy or any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $3,000,000 Products and completed operations coverage shall be provided for a period of one year following final acceptance of the work. G:\ PROJECTS \2013\13136\Spec. Docx 6-23 2 Commercial Automobile Liability Insurance providing bodily injury and property damage liability coverage for all owned and non -owned vehicles assigned to or used in the performance of the work with a combined single limit of not less than $1,000,000 each occurrence with the Owner named as an additional insured in connection with the Contractor's Performance of the contract. The Contractor may choose to terminate this insurance after the date of Substantial Completion as determined by the Engineer or, should Substantial Completion not be achieved, after the date of Physical Completion as determined by the Engineer. In the event the Contractor elects to terminate this coverage, prior to acceptance of the contract, the Contractor shall first obtain an endorsement to the Commercial General Liability Insurance described below that establishes the Contracting Agency on that policy as an additional insured The Commercial General Liability policy and the Commercial Automobile Liability Insurance policy may, at the discretion of the Contractor, contain provisions for a deductible. If a deductible applies to any claim under these policies, then payment of that deductible will be the responsibility of the Contractor, notwithstanding any claim of liability against the Contracting Agency However in no event shall any provision for a deductible provide for a deductible in excess of $50,000.00 Prior to contract execution, the Contractor shall file with the Engineer ACORD Form Certificates of Insurance evidencing the minimum insurance coverages required under these specifications. All insurance policies and Certificates of Insurance shall include a requirement providing for a minimum of 45 days prior written notice to the Contracting Agency of any cancellation or reduction of coverage. All insurance coverage required by this section shall be written and provided by "occurrence -based" policy forms rather than by "claims made" forms. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract upon which the Contracting Agency may, after giving five working 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. All costs for insurance, including any payments of deductible amounts, shall be considered incidental to and included in the unit contract prices and no additional payment will be made The Contractor is responsible for all his subcontractors' actions and omissions. 1-07.23 Public Convenience and Safety 1-07.23(1) Construction Under Traffic Add the following after the third sentence of the second paragraph Deficiencies not caused by the Contractor's operations shall be repaired by the Contractor when directed by the Engineer, at the Contracting Agency's expense. Replace item 2. of the second paragraph with the following 2 Keep existing traffic signal and lighting systems in operation as the work proceeds. (The Contracting Agency will continue the route maintenance on such system.) Add the following to the third paragraph 5. The Contractor shall maintain vehicular and pedestrian access to businesses at all times that businesses are open. G:\PROJECTS\2613\13136\Spec.Docx 6124 1 1 1 1 Add the following to the sixth paragraph: 7. Open trenches and excavations shall be protected with proper barricades and at night, they shall be distinctively indicated by adequately placed lights. 1-07.23(2) Construction and Maintenance of Detours Add the following to the third paragraph The Contractor shall maintain vehicular and pedestrian access to businesses at all times that businesses are open, unless work is occurring immediately in front of the doorway. It shall be the responsibility of the Contractor to maintain pedestrian traffic and business access throughout the duration of the project. At a minimum, the Contractor shall 1 Minimize the disruption in front of the business access by removing sidewalk on either side of the access and leaving the existing sidewalk in place as long as possible and, likewise, shall sequence the installation of the new sidewalk to provide access to the business, 2. Provide gravel surfacing (crushed surfacing top course) access across the construction area to the door of the business, 3. Provide boardwalks and bridging where gravel surfacing cannot be provided or, by the nature of the business or where directed by the Engineer, wheeled access by strollers and wheelchairs is critical to the business and cannot be provided through the gravel surfacing, 4 Provide temporary sidewalk signs directing pedestrians through the construction, notifying pedestrians of alternative routes, and directing pedestrians to businesses where means of access is not obvious, and 5 Adjusting times of construction immediately in front of a business access to times of the day when the business is closed, or business activity is light. For example, construction in front of a deli would be restricted during the lunch hour 6. When construction activities will affect ingress and egress to a property along the project alignment, the Contractor shall be responsible for notifying the occupant/occupants of the property 24 hours prior to the construction activity beginning. If personal contact with the occupant is not possible, the Contractor shall leave written notification. 7 Local access shall be maintained to the residents within the project limits at all times. 1-07.24 Rights of Way (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, unless arrangements for use of private property are made Generally, the Contracting Agency will have obtained, prior to bid opening, all rights-of-way and easements, both permanent and temporary, necessary for carrying out the work. Exceptions to this are noted in the Bid Documents or will be brought to the Contractor's attention by a duly issued Addendum. Whenever any of the work is accomplished on or through property other than public right-of-way, the Contractor shall meet and fulfill all covenants and stipulations of any easement agreement obtained by the Contracting Agency from the owner of the private property Copies of the easement agreements may be included in the Contract Provisions or made available to the Contractor as soon as practical after they have been obtained by the Engineer. Whenever easements or rights of entry have not been acquired prior to advertising, these areas are so noted in the Plans. The Contractor shall not proceed with any portion of the work in areas where right-of-way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right-of-way or easement is available or that the right of entry has been received. If the Contractor is delayed due to acts of omission on the part of the Contracting Agency in obtaining G:\PROJ ECTS\2013\13136\Spec. Docx 6-25 easements, rights of entry or right-of-way, the Contractor will be entitled to an extension of time. The Contractor agrees that such delay shall not be a breach of contract. Each property owner shall be given 48 hours notice prior to entry by the Contractor This includes entry onto easements and private property where private improvements must be adjusted The Contractor shall be responsible for providing, without expense or liability to the Contracting Agency, any additional land and access thereto that the Contractor may desire for temporary construction facilities, storage of materials, or other Contractor needs. However, before using any private property, whether adjoining the work or not, the Contractor shall file with the Engineer a written permission of the private property owner, and, upon vacating the premises, a written release from the property owner of each property disturbed or otherwise interfered with by reasons of construction pursued under this contract. The statement shall be signed by the private property owner, or proper authority acting for the owner of the private property affected, stating that permission has been granted to use the property and all necessary permits have been obtained or, in the case of a release, that the restoration of the property has been satisfactorily accomplished The statement shall include the parcel number, address, and date of signature. Written releases must be filed with the Engineer before the Completion Date will be established 1-07.28 Safety Standards (New Section) The following new section shall be added to the Standard Specifications All work shall be performed in accordance with all applicable local, state, and federal health and safety codes, standards, regulations, and/or accepted industry standards It shall be the responsibility of the Contractor to ensure that his work force and the public are adequately protected against any hazards The Contracting Agency shall have the authority at all times to issue a stop work order at no penalty to the Contracting Agency if, in its opinion, working conditions present an undue hazard to the public, property, or the work force Such authority shall not, however, relieve the Contractor of responsibility for the maintenance of safe working conditions or assess any responsibility to the Contracting Agency or Engineer for the identification of any or all unsafe conditions. 1-07.29 Notifying Property Owners (New Section) The following new section shall be added to the Standard Specifications. When construction activities will affect ingress and egress or utility service to a property along the project alignment, the Contractor shall be responsible for notifying the occupant/occupants of the property 24 hours prior to the construction activity beginning If personal contact with the occupant is not possible, the Contractor shall leave written notification Property owner notification requirements shall be coordinated with the Owner 1-08 PROSECUTION AND PROGRESS Add the following new section 1-08.0 Preliminary Matters (May 25, 2006 APWA GSP) Add the following new section. 1-08.0(1) Preconstruction Conference (October 10, 2008 APWA GSP) Prior to the Contractor beginning the work, a preconstruction conference will be held between the Contractor, the Engineer and such other interested parties as may be invited The purpose of the preconstruction conference will be G:\PROJECTS\2013\13136\Spec Docx 6-26 1. To review the initial progress schedule, 2 To establish a working understanding among the various parties associated or affected by the work; 3 To establish and review procedures for progress payment, notifications, approvals, submittals, etc., 4 To establish normal working hours for the work; 5. To review safety standards and traffic control; and 6 To discuss such other related items as may be pertinent to the work. The Contractor shall prepare and submit at the preconstruction conference the following - 1 A breakdown of all lump sum items; 2. A preliminary schedule of working drawing submittals, and 3 A list of material sources for approval if applicable Add the following new section 1-08.0(2) Hours of Work (March 8, 2014 APWA GSP) Except in the case of emergency or unless otherwise approved by the Contracting Agency, the normal straight time working hours for the Contract shall be any consecutive 8 -hour period between 7 00 a.m. and 6.00 p.m. of a working day with a maximum 1 -hour lunch break and a 5 -day work week. The normal straight time 8 -hour working period for the Contract shall be established at the preconstruction conference or prior to the Contractor commencing the work. 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 1000 p m and T00 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 • The Engineer may require designated representatives to be present during the work. Representatives who may be deemed necessary by the Engineer include, but are not limited to. survey crews, personnel from the Contracting Agency's material testing lab; inspectors; and other Contracting Agency employees when in the opinion of the Engineer, such work necessitates their presence. • On non -Federal aid projects, requiring the Contractor to reimburse the Contracting Agency for the costs in excess of straight -time costs for Contracting Agency representatives who worked during such times. G:\PROJECTS\2013\131361Spec. Docx 6-27 • Considering the work performed on Saturdays, Sundays, and holidays as working days with regard to the contract time. • 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 1-08.0(3) Reimbursement for Overtime Work of Contracting Agency Employees (New Section) The following new section shall be added to the Standard Specifications. Where the Contractor elects to work on a Saturday, Sunday, or holiday, or longer than an 8 -hour work shift on a regular working day, as defined in the Standard Specifications, such work shall be considered as overtime work. On all such overtime work, a Resident Engineer will be present and a survey crew may be required at the discretion of the Engineer. In such case, the Contracting Agency may deduct from amounts due or to become due to the Contractor for the costs in excess of the straight -time costs for employees of the Contracting Agency required to work overtime hours. The Contractor by these specifications does hereby authorize the Engineer to deduct such costs from the amount due or to become due to the Contractor 1-08.1 Subcontracting Supplement this section with the following A Subcontractor or lower tier Subcontractor will not be permitted to perform any work under the contract until the following documents have been completed and submitted to the Engineer: 1 Request to Sublet Work (Form 421-012), and The Contractor's records pertaining to the requirements of this Special Provision shall be open to inspection nor audit by representatives of the Contracting Agency during the life of the contract and for a period of not less than three years after the date of acceptance of the contract. The Contractor shall retain these records for that period The Contractor shall also guarantee that these records of all Subcontractors and lower tier Subcontractors shall be available and open to similar inspection or audit for the same time period. Revise the eighth paragraph to read. On all projects funded with Contracting Agency funds only, the Contractor shall certify to the actual amounts of Disadvantaged, Minority, or Women's Business Enterprise firms that were used as subcontractors, lower tier subcontractors, manufacturers, regular dealers, or service providers on the Contract. This certification shall be submitted to the Engineer, on the Personnel Inventory Form as provided by the Engineer at the Preconstruction Meeting, within 20 calendar days after physical completion of the Contract. G:\PROJECTS\2013\13136\Spec Docx 6-28 1 1 1 1 11 11 it 11 1 1 It 1 1 1 s 1 Washington State Department of Transportation Request to Sublet Work ❑ Subcontractor 0 Lower Tier Subcontractor 0 DBE Prime Contractor Federal Employer I.D Number * State Contract Number Job Description (Title) Request Number Approval is Requested to Sublet the Following Described Work to: Subcontractor or Lower Tier Subcontractor Unified Business Identifier (UBI) Federal Employer I.D. Number* Address Telephone Number City State Zip Code Estimated Starting Date If Lower Tier Subcontractor, ID of Corresponding Subcontractor * If no Federal Employer I.D Number, Use Owner's Social Security Number Item No. Partial Item Description Amount 1 understand and will insure that the subcontractor will comply fully with the plans and specifications under which this work is being performed. Prime Contractor Signature Date Department of Transportation Use Only Percent of Total Contract This Request % DBE Status Verification Previous Requests Sublet to Date • Project Engineer's Signature Approved Date Approved - Region Construction Engineer (When Required) Date DOT Form 421-012 EF Revised 11/2009 Distribution. White (Original) - Region Canary (Copy) - Project Engineer Pink (Copy) - Contractor 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 11 1-08.3 Progress Schedule Delete this section and replace it with the following Following Contract award and satisfactory provision or execution of all required Contract Documents, the Engineer will schedule a preconstruction conference at a time mutually agreeable to all concerned. At this conference, all points of the Contract Documents will be open to discussion including scope, order and coordination of work, equipment lead time required, means and methods of construction, inspection and reporting procedures, etc. The Contractor should satisfy himself that all provisions and intentions of the Contract are fully understood. The Contractor shall prepare and submit to the Engineer at the preconstruction conference a Construction Progress and Completion Schedule using a bar graph format. Items in the Schedule shall be arranged in the order and sequence in which they will be performed The Schedule shall conform to the working time and time of completion established under the terms of the Contract and shall be subject to modification by the Engineer The Schedule shall be drawn to a time scale, shown along the base of the diagram, using an appropriate measurement per day with weekends and holidays indicated The Construction Progress Schedule shall be continuously updated and, if necessary, redrawn upon the first working day of each month or upon issuance of any Change Order which substantially affects the scheduling Copies (2 prints or 1 reproducible) of newly updated Schedules shall be forwarded to the Engineer, as directed, immediately upon preparation Seasonal weather conditions shall be considered in the planning and scheduling of work influenced by high or low ambient temperature or precipitation to ensure the completion of the work within the Contract Time No time extensions will be granted for the Contractor's failure to take into account such weather conditions for the location of the work and for the period of time in which the work is to be accomplished. 1-08.4 Prosecution of Work Delete this section and replace it with the following: 1-08.4 Notice to Proceed and Prosecution of Work (June 27, 2011 APWA GSP) Notice to Proceed will be given after the Contract has been executed and the contract bond and evidence of insurance have been approved and filed by the Contracting Agency. The Contractor shall not commence with the work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the project site within ten days of the Notice to Proceed Date, unless otherwise approved in writing. The Contractor shall diligently pursue the work to the physical completion date within the time specified in the Contract. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the Contract. Supplement this section with the following: Failure of the Contractor to begin work by the date set forth in the Notice to Proceed will be considered grounds for Termination for Default as specified under Section 1-08 10(1) of the Standard Specifications. 1-08.5 Time for Completion Add the following to the first paragraph: Ten (10) working days after the date set forth in the Notice to Proceed shall be allowed for completion of all Contract work. G:IPROJECTS12013113136\Spec Docx 6-30 Add the following paragraph after the second paragraph: Inclement weather shall not be a prima facie reason for the granting of an extension of time, and the Contractor shall make every effort to continue work under prevailing conditions The Owner may, however, grant an extension of time if an unavoidable delay as a result of inclement weather in fact occurs, and such shall then be classified as a "delay". An "inclement" weather delay day is defined as a day on which the Contractor is prevented by inclement weather or conditions resulting immediately therefrom adverse to the current controlling operation or critical path activity, as determined by the Resident Engineer, from proceeding with at least 75 percent of the normal labor and equipment force engaged on such operation for at least 60 percent of the total daily time being currently spent on the controlling operation or critical path activity (August 14, 2014 APWA GSP, Option A) Revise the third and fourth paragraphs to read Contract time shall begin on the first working day following the Notice to Proceed Date Each working day shall be charged to the contract as it occurs, until the contract work is physically complete If substantial completion has been granted and all the authorized working days have been used, charging of working days will cease Each week the Engineer will provide the Contractor a statement that shows the number of working days. (1) charged to the contract the week before, (2) specified for the physical completion of the contract; and (3) remaining for the physical completion of the contract. The statement will also show the nonworking days and any partial or whole day the Engineer declares as unworkable. Within 10 calendar days after the date of each statement, the Contractor shall file a written protest of any alleged discrepancies in it. To be considered by the Engineer, the protest shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of time disputed. By not filing such detailed protest in that period, the Contractor shall be deemed as having accepted the statement as correct. If the Contractor is approved to work 10 hours a day and 4 days a week (a 4-10 schedule) and the fifth day of the week in which a 4-10 shift is worked would ordinarily be charged as a working day then the fifth day of that week will be charged as a working day whether or not the Contractor works on that day Revise the sixth paragraph to read The Engineer will give the Contractor written notice of the completion date of the contract after all the Contractor's obligations under the contract have been performed by the Contractor The following events must occur before the Completion Date can be established. 1. The physical work on the project must be complete, and 2 The Contractor must furnish all documentation required by the contract and required by law, to allow the Contracting Agency to process final acceptance of the contract. The following documents must be received by the Project Engineer prior to establishing a completion date. a. Certified Payrolls b. Material Acceptance Certification Documents c. Final Contract Voucher Certification d Copies of approved "Affidavit of Prevailing Wages Paid" for the Contractor and all Subcontractors e Property owner releases per Section 1-07.24 f. Personnel Inventory Form 1-08.9 Liquidated Damages Replace the third paragraph with the following. If the Contract work is not completed within the times specified in Section 1-08 5, the Contractor agrees to pay to the Owner the sum of $2,500 per day for each and every working day said work remains uncompleted after expiration of the specified time G'.\PROJECTS\2013\13136\Spec.Docx 6-31 1-08.10 Termination of Contract 1-08.10(1) Termination for Default In the last sentence of the fifth paragraph, replace "State of Washington, Department of Transportation" with "Contracting Agency." 1-09 MEASUREMENT AND PAYMENT 1-09.3 Scope of Payment Supplement this section with the following: Payment for work performed under this Contract will be based on the items listed in the Unit Price Bid Proposal. Should a conflict exist between the item descriptions or the units of measurement and payment listed in the Unit Price Bid Proposal and the "Payment" clauses found in each section of the Standard Specifications, the Unit Price Bid Proposal items will prevail. If work is required to complete the project according to the intent of the Plans and Specifications but no bid item is provided in the Unit Price Bid Proposal, then the Contractor shall include the cost for providing the necessary work in the unit or lump sum price for the bid item most closely related to the work. 1-09.4 Equitable Adjustment Replace Item 2.b. with the following 2.b. Per Section 1-09 6, Force Account. 1-09.6 Force Account (October 10, 2008 APWA GSP) Supplement this section with the following: The Contracting Agency has estimated and included in the Proposal, dollar amounts for all items to be paid per force account, only to provide a common proposal for Bidders All such dollar amounts are to become a part of Contractor's total bid. However, the Contracting Agency does not warrant expressly or by implication, that the actual amount of work will correspond with those estimates. Payment will be made on the basis of the amount of work actually authorized by Engineer Add the following clarification: The term "project overhead" shall include "jobsite overhead " The term "general company overhead" shall include "home office overhead " Supplement paragraph one of Subsection 2 with the following: Sales tax will be applied to payment made to the Contractor and shall not be included in the cost of materials provided to the Engineer. 1-09.9 Payments (March 13, 2014 APWA GSP) Delete the first four paragraphs and replace them with the following The basis of payment will be the actual quantities of work performed according to the Contract and as specified for payment. The Contractor shall submit a breakdown of the cost of lump sum bid items at the Preconstruction Conference, to enable the Project Engineer to determine the work performed on a monthly basis A breakdown is not required for lump sum items that include a basis for incremental payments as part of the respective Specification. Absent a lump sum breakdown, the Project Engineer will make a G:\PROJECTS\2013\13136\Spec.Docx 6-32 determination based on information available. The Project Engineer's determination of the cost of work shall be final Progress payments for completed work and material on hand will be based upon progress estimates prepared by the Engineer A progress estimate cutoff date will be established at the preconstruction conference. The initial progress estimate will be made not later than 30 days after the Contractor commences the work, and successive progress estimates will be made every month thereafter until the Completion Date Progress estimates made during progress of the work are tentative, and made only for the purpose of determining progress payments. The progress estimates are subject to change at any time prior to the calculation of the final payment. The value of the progress estimate will be the sum of the following. 1 Unit Price Items in the Bid Form — the approximate quantity of acceptable units of work completed multiplied by the unit price 2. Lump Sum Items in the Bid Form — based on the approved Contractor's lump sum breakdown for that item, or absent such a breakdown, based on the Engineer's determination 3 Materials on Hand — 100 percent of invoiced cost of material delivered to Job site or other storage area approved by the Engineer 4 Change Orders — entitlement for approved extra cost or completed extra work as determined by the Engineer Progress payments will be made in accordance with the progress estimate less: 1 Retainage per Section 1-09 9(1), on non FHWA-funded projects; 2. The amount of progress payments previously made, and 3 Funds withheld by the Contracting Agency for disbursement in accordance with the Contract Documents Progress payments for work performed shall not be evidence of acceptable performance or an admission by the Contracting Agency that any work has been satisfactorily completed. The determination of payments under the contract will be final in accordance with Section 1-05.1 Supplement this section with the following. The Contracting Agency has up to 45 calendar days after the progress estimate to issue the progress payment to the Contractor. The Contractor shall submit his signed Application for Payment within three (3) working days of the progress estimate cutoff date After the application for payment is reviewed by the Engineer, the Engineer will make a recommendation to the Contracting Agency for action at the first available meeting of the governing body that payment be made. Payment to the Contractor will be made within approximately 30 calendar days from said meeting. Failure to submit an Application for Payment within the required time may delay action by the Contracting Agency's governing body and further delay payment to the Contractor. All payments for lump sum items over $5,000 00 or a single payment for a lump sum contract of any amount will be measured by a schedule of values established as follows. At the Preconstruction Conference, the contractor shall furnish a breakdown for each lump sum bid item or for the total lump sum contract price showing the amount bid for each principal category of the work, in such detail as requested by the Engineer, to provide a basis for G.\PROJECTS12013\13136\Spec.Docx 6-33 determining progress payments. This breakdown, referred to as the "Schedule of Values," will be approved by the Engineer as described in Section 1-08 Prosecution and Progress before the first payment is made. 1-09.9(1) Retainage Add the following to the fourth paragraph: 6. An affidavit is delivered to the Contracting Agency by the Contractor, stating that all persons performing labor or furnishing materials have been paid 1-09.9(2) Contracting Agency's Right to Withhold and Disburse Certain Amounts (New Section) The following new section shall be added to the Standard Specifications: In addition to monies retained pursuant to RCW 60.28 and subject to RCW 39.04 250, RCW 39 12, and RCW 39 76, the Contractor authorizes the Engineer to withhold progress payments due or deduct an amount from any payment or payments due the Contractor which, in the Engineer's opinion, may be necessary to cover the Contracting Agency's costs for or to remedy the following situations 1. Damage to another contractor when there is evidence thereof and a claim has been filed 2. Where the Contractor has not paid fees or charges to public authorities or municipalities which the Contractor is obligated to pay 3. Utilizing material, tested and inspected by the Engineer, for purposes not connected with the work (Section 1-05.6) 4 Landscape damage assessments per Section 1-07 16. 5. For overtime work performed by Contracting Agency personnel or its representative, per Section 1-08.0(3). 6 Anticipated or actual failure of the Contractor to complete the work on time. a. Per Section 1-08 9 Liquidated Damages, or b. Lack of construction progress based upon the Engineer's review of the Contractor's approved progress schedule which indicates the work will not be completed within the Contract Time. When calculating an anticipated time overrun, the Engineer will make allowances for weather delays, approved unavoidable delays, and suspensions of the work. The amount withheld under this subparagraph will be based upon the liquidated damages amount per day set forth in Contract Documents multiplied by the number of days the Contractor's approved, progress schedule, in the opinion of the Engineer, indicates the Contract may exceed the Contract time. 7. Failure of the Contractor to perform any of the Contractor's other obligations under the Contract, including but not limited to a. Failure of the Contractor to provide the Engineer with a field office when required by the Contract Provisions. b. Failure of the Contractor to protect survey stakes, markers, etc., or to provide adequate survey work as required by Section 1-05 4. c. Failure of the Contractor to correct defective or unauthorized work (Section 1-05.7). d. Failure of the Contractor to furnish a Manufacturer's Certificate of Compliance in lieu of material testing and inspection as required by Section 1-06 3. G:\PROJECTS\2013\13136\Spec Docx 6-34 e. Failure to submit weekly payrolls, Intent to Pay Prevailing Wage forms, or correct underpayment to employees of the Contractor or subcontractor of any tier as required by Section 1-07 9 f Failure of the Contractor to pay workers' benefits (Title 50 and Title 51 RCW) as required by Section 1-07 10. Failure of the Contractor to submit and obtain approval of a progress schedule per Section 1-08.3 g. The Contractor authorizes the Engineer to act as agent for the Contractor disbursing such funds as have been withheld pursuant to this section to a party or parties who are entitled to payment. Disbursement of such funds, if the Engineer elects to do so, will be made only after giving the Contractor 15 calendar days prior written notice of the Contracting Agency's intent to do so, and if prior to the expiration of the 15 -calendar day period: 1 No legal action has commenced to resolve the validity of the claims, and 2 The Contractor has not protested such disbursement. A proper accounting of all funds disbursed on behalf of the Contractor in accordance with this section will be made A payment made pursuant to this section shall be considered as payment made under the terms and conditions of the Contract. The Contracting Agency shall not be liable to the Contractor for such payment made in good faith If legal action is instituted to determine the validity of the claims prior to expiration of the 15 -day period mentioned above, the Engineer will hold the funds until determination of the action or written settlement agreement of the parties. When the conditions 1-7 are resolved or the Contractor provides a Surety Bond satisfactory to the Contracting Agency which will protect the Contracting Agency in the amount withheld, payment shall be made for amounts withheld because of them. 1-09.9(3) Final Payment (New Section) The following new section shall be added to the Standard Specifications Upon completion of all work under this Contract, the Contractor shall notify the Engineer, in writing, that he has completed his part of the Contract and shall request final payment. Upon receipt of such request, the Engineer will inspect and, if acceptable, submit to the Owner his recommendation as to acceptance of the completed work and as to the final estimate of the amount due the Contractor Upon approval of this final estimate and upon final acceptance of the work under this Contract, the Owner will notify the Department of Revenue of the completion of said Contract. Provided the Department of Revenue certifies there are no taxes or penalties due and owing from the Contractor, and there are no other known claims or liens against the retained funds, and further provided the terms of Section 1-09.9(1) are in compliance, the Owner will pay to the Contractor the balance of monies due under this Contract in accordance with RCW Title 60.28. In the event unsatisfied claims or liens for taxes, material, labor, and other services are known to exist, an amount will be further withheld from the retainage sufficient to satisfy the settlement of such claims and liens, including attorney's fees incurred, and the remainder will be released from escrow, or released from the retained funds and paid to the Contractor. On contracts for public works, final payment of the retained percentage will not be made until after the Contractor has filed with the Owner the Affidavit of Wages Paid forms required by RCW 39.12.040 certifying that the Contractor and subcontractors have paid not Tess than the prevailing rate of wages. The parties further agree that the Owner may, without liability, withhold final payment to the Contractor until such time as the Contractor has completed all forms required by the Owner. G: \P R O J E CTS\2013\ 13136\Spec. Docx 6-35 1-09.11 Disputes and Claims 1-09.11(3) Time Limitations and Jurisdiction Delete in its entirety the reference to Thurston County and replace it with "the County in which the Contracting Agency's headquarters are located " 1-09.13 Claims Resolution 1-09.13(3) Claims $250,000 or Less (October 1, 2005 APWA GSP) Delete this section and replace it with the following. The Contractor and the Contracting Agency mutually agree that those claims that total $250,000 or less, submitted in accordance with Section 1-09 11 and not resolved by nonbinding ADR processes, shall be resolved through litigation unless the parties mutually agree in writing to resolve the claim through binding arbitration. 1-09.13(3)A Administration of Arbitration (October 1, 2005 APWA GSP) Revise the third paragraph to read: The Contracting Agency and the Contractor mutually agree to be bound by the decision of the arbitrator, and judgment upon the award rendered by the arbitrator may be entered in the Superior Court of the county in which the Contracting Agency's headquarters are located. The decision of the arbitrator and the specific basis for the decision shall be in writing The arbitrator shall use the contract as a basis for decisions. 1-10 TEMPORARY TRAFFIC CONTROL 1-10.2 Traffic Control Management 1-10.2(1) General (December 1, 2008 WSDOT GSP) Supplement this section with the following. Only training with WSDOT TCS card and WSDOT training curriculum is recognized in the State of Washington. The Traffic Control Supervisor shall be certified by one of the following. The Northwest Laborers -Employers Training Trust 27055 Ohio Avenue Kinsgton, WA 98346 (360) 297-3035 Evergreen Safety Council 401 Pontius Avenue North Seattle, WA 98109 1-800-521-0778 or (206) 382-4090 The American Traffic Safety Services Association 15 Riverside Parkway, Suite 100 Fredericksburg, Virginia 22406-1022 Training Dept. Toll Free (877) 642-4637 Phone. (540) 368-1701 G:\PROJECTS\2013\13136\Spec. Docx 6-36 1-10.2(2) Traffic Control Plans Delete the first two sentences of the first paragraph and replace with the following. The Contractor shall be required to prepare traffic control plans required to complete the work. No work shall be done on or adjacent to any traveled way without City -approved and Engineer -approved traffic control plans. The Contractor shall designate a Traffic Control Supervisor who shall prepare, revise, supplement, or modify the traffic control plans when needed to show the necessary Class A and B construction signing and barricades, traffic control devices, and traffic flagging operations required for the contractor's operation and submit it to the Engineer for review no later than the preconstruction conference date When the Class B signing for a particular area will be provided as detailed on one or more of the figures included in the WSDOT standard plans or MUTCD without modification, the Contractor may reference the applicable figure or standard plan at the appropriate location on the Plan When this procedure is used, variable distances such as minimum length of taper must be specified by the Contractor. The Traffic Control Supervisor who prepared the traffic control plan shall sign and date the plan The signing plans prepared by the Contractor's Traffic Control Supervisor shall provide for adequate warning within the limits of the project and on all streets, alleys, and driveways entering the project so that approaching traffic may turn left or right onto existing undisturbed streets before reaching the project. All costs incurred by the Contractor in preparation of the Traffic Control Plans, including any revisions required by the Engineer after review, shall be included in the unit contract price for "Project Temporary Traffic Control," per lump sum 1-10.4 Measurement 1-10.4(1) Lump Sum Bid for Project (No Unit Items) (August 2, 2004 WSDOT GSP) Supplement this section with the following The proposal contains the item "Project Temporary Traffic Control", lump sum The provisions of Section 1-10 4(1) shall apply. 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP 2-01.1 Description Supplement this section with the following. In no case shall the Contractor be required to clear and grub beyond the right-of-way line, except as specifically directed by the Engineer or noted on the Plans to remove trees, stumps, shrubs, or other items which, by proximity or due to root growth, would constitute a hazard to the public or endanger the facility. All work beyond the right-of-way line shall be coordinated with affected property owner(s) per Section 1-07.24 Rights of Way The Contractor shall temporarily remove and later replace to its original condition or relocate nearby as directed, all mail boxes, small trees, shrubs, street signs and posts, culverts, irrigation facilities, concrete or rock walls, or other similar obstructions which lie in or near the line of work and are not intended for removal. Should any damage be incurred, the cost of replacement or repair shall be borne by the Contractor All clearing and grubbing includes disposal of unwanted materials, unless otherwise directed by Engineer G: \P RO J E C TS\201313136\S pec. D o cx 6-37 2-01.3 Construction Requirements 2-01.3(4) Roadside Cleanup Supplement this section with the following. Roadside cleanup shall include all project areas outside of the road right-of-way, including utility easements and private property, as shown on the Plans. Partial cleanup shall be done by the Contractor when he feels it is necessary or when, in the opinion of the Contracting Agency, partial cleanup should be done prior to either final cleanup or final inspection The cleanup work shall be done immediately upon written notification of the Engineer and other work shall not proceed until this partial cleanup is accomplished Should the Contractor not conduct the cleanup as directed and in a timely manner, the Owner shall take action to have such cleanup work completed by others and will deduct such costs from any payment due the Contractor. 2-01.4 Measurement Supplement this section with the following. No unit of measurement shall apply to Roadside Cleanup 2-01.5 Payment Supplement this section with the following. Unless a specific bid item has been included in the proposal, all costs incurred to complete the requirements of this section, including partial roadside cleanup, will be considered as incidental work to the various bid items and no separate payment will be made 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 2-02.1 Description Supplement this section with the following This work shall consist of the removal and disposal of various items, including but not limited to Concrete drain structure and grate above irrigation pipe 2-02.3 Construction Requirements 2-02.3(2) Removal of Bridges, Box Culverts, and Other Drainage Structures Supplement this section with the following. Existing structures or installations of concrete, blocks, etc., shall be removed by the Contractor These locations shall be backfilled and compacted full depth with imported select backfill, meeting the requirements for crushed surfacing base course, in Section 9-03 9(3) Any pipe openings to be abandoned shall be properly plugged watertight with Class 3000 concrete Removal and plugging of pipes shall be considered as incidental work to the various bid items and no separate payment will be made. 2-02.4 Measurement Supplement this section with the following The length and depth of "Select Backfill, as Directed" shall be field measured by the Resident Engineer. G:\PROJECTS\2013\13136\Spec. Docx 6-38 No separate payment shall be made for saw -cutting pavement. 2-02.5 Payment Supplement this section with the following: Payment for "Select Backfill, as Directed" will be made at the unit contract bid price per cubic yard, which shall be full compensation for furnishing, hauling, placing, and compacting the material where directed by the Engineer 2-04 HAUL 2-04.5 Payment Delete this section and replace it with the following All haul of materials on this project is incidental to and included in other pay items of work. 2-11 TRIMMING AND CLEANUP 2-11.5 Payment Supplement this section with the following - Unless a specific bid item has been included in the proposal, all costs incurred to complete the requirements of this section will be considered as incidental work to the various bid items and no separate payment will be made. 7-24 CURED IN PLACE PIPE (CIPP) (NEW SECTION) The following new section shall be added to the Standard Specifications - 7 -24.1 Description This work shall consist of rehabilitating existing irrigation lines by constructing cured in place pipe (CIPP) in accordance with the Plans, Standard Specifications, and Special Provisions at the locations shown on the Plans It is the intent of this specification to provide for the rehabilitation of pipelines by the installation of a resin -impregnated flexible tube, which is tightly formed to the original pipe The term "tube(s)" shall mean the same as liner(s) 7-24.1(1) Manufacturer/Installer Qualification Requirements In order to minimize the Owner's risk, only Proven products and installers with substantial successful long-term track records with CIPP construction will be deemed qualified by the Owner. Products and Installers must meet the following criteria. 1 For a Product to be considered as Proven, a minimum of five successful previous CIPP installation projects of a similar size and scope of work shall have been performed and documented to the satisfaction of the Owner. In addition, the products must provide third party test results supporting the structural performance (short-term and long-term) of the product and such data shall be satisfactory to the Owner. A product is considered proven if it has been successfully installed without any defects for a minimum of four (4) years. 2 For an Installer to be considered as Proven, the Installer must have at least five (5) years active experience in CIPP commercial/industrial/municipal installations. In addition, the Installer must have successfully installed at least 50,000 feet of CIPP Documentation of experience and installation history must be submitted to the Owner with the Bid Proposal. Installer's project G:\P RO J E CTS\2013\13136\Spec. Docx 6-39 managers must have a minimum of two (2) years of CIPP installation experience and must be on- site during the installation of the CIPP products. Documentation for products and installers demonstrating fulfillment of above criteria must be submitted with the Bid Proposal Package to be considered responsive The Contracting Agency will reject any submitted Bid Proposal not containing such required documentation 7-24.1(2) Referenced Documents The following documents form a part of this specification, to the extent stated herein, and shall be the latest editions thereof Where differences exist between standards, the one affording the greatest protection shall apply, as determined by the Engineer ASTM F1216 Standard Practice for Rehabilitation of Existing Pipelines and Conduits by the Inversion and Curing of a Resin -Impregnated Tube ASTM F1743 Standard Practice for Rehabilitation of Existing Pipelines and Conduits by the Pulled -in - Place Installation of Cured -in -Place Thermosetting Resin Pipe (CIPP) ASTM D638 Standard Test Method for Tensile Properties of Plastics. ASTM D790 Standard Test Methods for Flexural Properties of Unreinforced and Reinforced Plastics and Electrical Insulating Materials. ASTM D792 Standard Test Methods for Density and Specific Gravity of Plastics by Displacement. ASTM D2990 Standard Test Methods for Tensile, Compressive, and Flexural Creep and Creep - Rupture of Plastics. 7-24.1(3) Submittals Post -bid and Pre -work Submittals The following is a list of submittals that shall be submitted to the Engineer following contract award and prior to the preconstruction meeting: 1. All design calculations, including liner size, wall thickness, resin volume requirements and all assumptions of the liner pipe shall be submitted for the Engineer's review. 2. The Contractor shall furnish, prior to use of the lining materials, a manufacturer's certification that the CIPP liner and resin have been manufactured, sampled and tested in accordance with ASTM F1216 or ASTM 1743 and in accordance with ASTM D5813 3 The seal material and method of installation for pipe ends sealing shall be submitted for approval by the Engineer. 4. The Contractor shall submit test results from previous field installations of the same resin system and tube materials as proposed for the actual installation. Field sampling procedure shall be in accordance with ASTM F1216 or ASTM 1743 and in accordance with ASTM D5813. 5. The Contractor shall submit the liner system manufacturer's calculations for the volume of resin to be used for each segment including the calculated amount of excess resin necessary to achieve full saturation. The volume calculations must be based on required finished liner characteristics and should account for tube void space, the structural condition of the host pipe, and predicted changes in the resin's physical and chemical characteristics due to polymerization. 6 The Contractor shall submit catalog data and manufacturer's technical data showing complete information on material composition, physical properties, and dimensions of system components of the tube and resin system. Include the manufacturer's recommendation for handling, storage, temperature control, wetout, insertion, curing, cool down information, trimming, finishing, and repair of G:\PROJECTS\2013\13136\Spec. Docx 6-40 damaged liner Include data on the maximum allowable stresses and elongation of the tube Specify resin color to be used. 7 The Contractor shall submit a detailed plan including schedule and locations of the wetout process. Include manufacturer's wetout recommendations: the roller gap, material feed speed and vacuum requirements for each liner size and thickness. 8. The Contractor shall submit a detailed plan of the pipe lining and curing process. The description must include the resin manufacturer's curing cycle with temperatures and pressure requirements at intervals of no less than every 15 minutes. The curing cycle must be specific to each liner segment and address project design parameters and site conditions Include a contingency curing cycle in the event temperatures fall over or under the liner system manufacturer's recommendations Identify in the description the type of temperature sensors that will be used, their proposed locations, and recording method and/or equipment. 9 When a grout sealing method is proposed, the Contractor shall submit certification from the grout manufacturer or supplier that the proposed grout material for sealing structures and side sewers is compatible with the proposed resin and liner system, and is suitable for use in aqueous environments 10. The Contractor shall submit an overall plan that identifies the liner insertion locations, bypass pumping locations, traffic control and construction methods with sufficient detail to assure that the work can be accomplished without damage to the environment or traffic safety hazards. 11. The Contractor shall submit a liner repair plan, including a detailed description of methods and materials required to repair typical minor liner damage, such as. isolated installation tears Tess than 4 inches in length and no more frequent than one in one -hundred linear feet; isolated discrete blisters; isolated areas of pinholes; isolated areas of dry tube; and isolated soft spots. Include in the repair plan a method of repairing trimmed wrinkles and fins Provide the CIPP liner system manufacturer's recommendations for liner repairs. Implementation of the plan will be subject to the Engineer's approval, prior to making each repair 12 The Contractor shall outline the mitigation procedure to be implemented in the event of key equipment failure during the project. During -work Submittals 1. The Contractor shall perform Closed Circuit Television (CCTV) inspection after cleaning of the host pipes to document the condition. Verify interior diameter, determine ovality, and determine requirements for point repairs, if there is any The Contractor shall submit the CCTV inspection, prior to the installation of the CIPP This submittal shall consist of a standard DVD for each pipe section between vaults. Pipe inspection reports shall also be included in the submittal package. 2 The Contractor shall submit a host pipe point repair plan, discovered during pre -installation video inspection, including proposed method of infiltration control. 3 The Contractor shall submit to the Engineer the signed wetout sheet for each liner delivered to the site The certified wetout sheet shall include, but is not limited to, wetout date, resin identification, fabric tube length, diameter, and thickness Additionally, the Contractor shall submit a sample wetout sheet from a previous job for the Engineer's review prior to the start of the wetout process for the current project. 4 The Contractor shall submit certified copies of all cure Togs of the installed liner submitted upon completion of each lined segment. Cure Togs shall be submitted within 48 hours of each liner segment installation Post -work Submittals 1. The Contractor shall submit certified test results of the CIPP liner material from the actual installed liner within fifteen (15) working days to the Engineer for review G \PROJECTS\2013\13136\Spec. Docx 6-41 2. CCTV Inspection — An internal television inspection shall be performed by the Contractor after lining installation is completed and submitted to the Engineer. 7-24.2 Materials Tubing Tubing shall meet the requirements of ASTM F1216 or ASTM F1743, Section 5 and ASTM D 5813 Sections 5, 6, and 8. The outside layer of the fabric tube shall be coated with an impermeable, flexible membrane that will contain the resin and facilitate vacuum impregnation and monitoring of the resin saturation during the resin impregnation (wetout) procedure The fabric tube felt shall be homogeneous across the entire wall thickness containing no intermediate or encapsulated elastomeric layer No material shall be included in the fabric tube that may cause de- lamination in the cured CIPP The outside of the fabric tube shall be marked with the name of the manufacturer Tubes must be manufactured in the USA. The minimum length of the fabric tube shall be that deemed necessary by the installer to effectively span the distance from the starting vault to the terminating vault or access point, plus that amount required to run-in and run -out for the installation process. The tube shall be fabricated from materials which when cured, will be chemically resistant to withstand internal exposure to sewage gases containing quantities of hydrogen sulfide, carbon monoxide, methane, petroleum hydrocarbons, saturation with moisture, diluted sulfuric acid, and other chemical reagents determined by the Engineer The tube shall be free of all visible tears, holes, cuts, foreign materials, and other defects. Resin The resin shall be corrosion resistant polyester, that when properly cured within the fabric tube composite meets the requirements of ASTM F1216 or ASTM F1743, the physical properties herein, and those, which are to be utilized in the design of the CIPP for this project. The resin shall produce CIPP that will comply with the structural and chemical resistance requirements of this specification The resin/liner system shall meet the 10,000 hour test in accordance with Section 8.2.2 Test Methods of ASTM D5813. The activated resin shall contain a colorant compatible with the resin, organic peroxides installation, and curing process, such as Creallova CHROMA CHEM 844-7260 Phthalo-Blue, or equivalent, at a level of 0 01-0 035% by the weight of the resin. The colorant shall be added concurrently with the organic peroxide activator solution, or immediately after adding to it to the resin, to serve as a multi-purpose visual quality assurance indicator 7-24.3 Construction Requirements Installation of the liner shall be performed by a Contractor fully licensed by the lining process manufacturer. The Contractor shall be experienced with the means and methods of the materials utilized and the recommended installation procedures. At the time of installation, the liner pipe shall be homogeneous throughout, uniform in color and free of defects. Liner pipes shall be properly stored and handled to prevent damage, in accordance with the manufacturer's recommendations and as approved by the Engineer All pipe rejected by the Engineer shall be promptly removed from the project site, at the Contractor's expense, and disposed of in accordance with current applicable regulations. G.\PROJECTS\2013\13136\Spec. Docx 6-42 7-24.3(1) Structural Requirements The CIPP thickness shall be designed as per ASTM F1216, and any additional requirements set forth in these specifications. The CIPP design shall assume no bonding to the original pipe wall. The bond between tube layers shall be strong and uniform. All layers, after cure, must form one homogeneous structural pipe wall with no part of the tube left unsaturated by resin. The required structural CIPP wall thickness shall be based, as a minimum, on the structural properties in Table 1 of ASTM F1216, the Design Equations in the Appendix of ASTM F1216, and the following design parameters. Design Safety Factor 2 0 Long -Term Flexural Modulus Retention Factor 50% Ovality As per Contractor's review of CCTV inspection or 45%, whichever is greater Modulus of passive soil reaction 1,000 psi Groundwater Depth Assume at 10 feet Depth to Finish Grade (above the crown) 12 inches Live Load H2O Highway Loading Soil Load (assumed) 130 Ib/cf Minimum service life 50 years Design condition Fully deteriorated No soils investigations have been performed related to this project. 7-24.3(2) Existing Pipe Condition Appendix B provides photos of the existing pipes to be rehabilitated, which were obtained during video inspection completed by the Owner. The photos are meant to provide a general idea of the pipe conditions The Contractor shall review the photos to determine the existing pipe conditions. Rocks, cobbles, concrete, and other debris were observed during the inspection. The Engineer has a DVD video disk of the television inspection of the pipe to be rehabilitated The disk is available for review by prospective Contractors by request. 7-24.3(3) Preparation Cleaning and Material Disposal The Contractor shall be responsible for cleaning, inspecting, confirming the inside diameter and determining the condition of each existing pipe to be lined. The word "clean" in this specification is defined as the removal of all accumulations including dirt, sand, rocks, asphalt, concrete, roots, and any other solid or semisolid material in the pipe down to the parent material. It will be the Contractor's responsibility to make as many cleaning passes as necessary to meet the above definition of "clean" During cleaning operations, precautions shall be taken by the Contractor in the use of cleaning equipment to avoid any damage to the pipe. When using a high -velocity jet machine, it shall not remain stationary while cleaning the pipe Dirt, sand, rocks, pipe, and other solids or semi-solid material resulting from the cleaning operation shall be removed at the downstream vault of the section being cleaned G:\PROJECTS\2013\13136\Spec. Docx 6-43 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 If encountered, roots shall be removed in pipes. Procedures may include the use of mechanical equipment such as rodding machines, root cutters, and high -velocity jet cleaners. Water Fire hydrants are available to supply water for this project. The Contractor shall use water from hydrants in accordance with Section 1-05 16. TV Inspection An internal television inspection shall be performed by the Contractor following cleaning operation and after CIPP installation is completed. Protection of Vaults The Contractor shall protect vaults from damage by forces generated by equipment, water, or air pressures used to perform the work. Resin Impregnation The wetout fabric tube shall meet ASTM F 1216, 7.2 or ASTM F 1743, 6.2 as applicable, and shall have a uniform thickness and excess resin distribution that when compressed at installation pressures will meet or exceed the design thickness after cure No dry or unsaturated layers shall be acceptable upon visual inspection as evident by color contrast between the felt fabric and the activated resin containing a colorant. The impregnated liner bag shall be transported to, and stored at, the site in such a manner that it will not be damaged, exposed to direct sunlight, or result in any public safety hazard The impregnated liner bag shall be kept cool during shipment and storage All materials shall be subject to inspection and review prior to installation. 7-24.3(4) Installation CIPP installation shall be in accordance with ASTM F1216 and ASTM F1743, with the following additional requirements Bypassing/Diverting Flows The Contractor shall submit a plan for bypass pumping and/or diversion at the preconstruction meeting for the Engineer's review. The Engineer's review is for content only and does not relieve the Contractor of his/her responsibilities to design an adequate system Any damage resulting from bypass/diversion operations shall be addressed by the Contractor, at the Contractor's expense. The bypass pumping and/or diversion plan must be specific and shall include, but not be limited to, the following details. a. Schedule for installation and maintenance of bypass/diversion system b Staging areas for pumps if necessary. c. Bypass pump sizes and capacity. d. Plugging methods and bypass time duration e Size, length, material, location and method of installation for suction and discharge piping. The Contractor's plan for bypass pumping shall be satisfactory to the Engineer before the Contractor shall be allowed to commence bypass pumping. The Contractor shall notify the Engineer 24 hours prior to commencing bypass pumping operation The Engineer has limited flow data as shown on the Plans. Point Repair If inspection reveals an obstruction that cannot be removed by conventional pipe cleaning equipment or by remotely performed point repair methods acceptable to the Engineer, then the Contractor shall make a point repair excavation to uncover and remove, or repair the obstruction Before any point repair excavation is pursued, the Contractor shall give the Engineer three (3) working days notice. Each point G:\PROJECTS12013\13136\Spec.Docx 6-44 repair shall proceed only with the Engineer's written authorization prior to the work being performed and shall be paid for in accordance with Section 1-04 4. Final Cleaning and Inspection The existing host pipe shall be cleaned again just prior to insertion of the liner. A maximum of one hour may elapse between this final cleaning pass and the insertion of the liner. After cleaning is complete, a final camera pass shall be made to verify the cleanliness of the line This final inspection shall be available for the Resident Engineer in the TV truck. Prior to installation, remote temperature gauges (typically thermocouple probes) shall be installed at all exposed portions of the pipe (beginning and end of run) for each inversion/pull-in or run of installed liner pipe between the host pipe and the CIPP liner to monitor the temperatures during the cure cycle. Liner and host pipe interface temperature shall be monitored and logged during curing and cool down periods Resin Impregnation The quantity of resin used for tube impregnation shall be sufficient to fill the volume of air voids in the tube with additional allowances for polymerization shrinkage and the loss of resin through cracks and irregularities in the original pipe wall. A vacuum impregnation process shall be used A roller system shall be used to uniformly distribute the resin throughout the tube. Tube Insertion The wetout tube shall be positioned in the pipeline using either inversion or a pull -in method The tube shall be pulled -in or inverted through an existing vault or approved access point and fully extended to the next designated vault or termination point. The Contractor shall protect the vaults to withstand forces generated by equipment, water, or air pressures used while installing the tube If a lubricant is used during the installation process the Contractor shall submit material data to the Engineer for approval prior to its use No petroleum based lubricants, such as mineral oil, shall be approved for use The Contractor may be required to place an absorbent material in the area of installation (i e , around truck area, gutter line, or where appropriate) If a pulling method is used, a cable shall be strung through the existing pipe to be rehabilitated and attached to the liner through an existing vault or access point. The liner shall be pulled through the existing vault and through the existing pipe by this cable Care shall be taken not to damage the liner or host pipe during the installation Liners installed in pipe segments that contain a vertical or horizontal curve shall utilize the inversion method only. Curing After CIPP pulling or inversion is completed, suitable heat source and distribution equipment shall be provided to distribute, or re -circulate, hot water or steam throughout the pipe in accordance with ASTM F1216 The equipment shall be capable of delivering hot water or steam throughout the section to uniformly raise the temperature above the temperature required to cure the resin. This temperature shall be determined by the manufacturer based upon the resin/catalyst system employed The curing of the CIPP must take into account the existing pipe material, the resin system, and ground conditions (temperature, moisture level, and thermal conductivity of the soil) The Contractor shall submit the cure and cool down periods as recommended by the resin manufacturer If an accelerant is used, the Contractor shall submit the adjusted cure and cool down periods based on the accelerant Manufacturer's recommendations. Recirculation of the hot water or steam shall be maintained continuously throughout this period. During the cure process, the Contractor shall keep logs, charts, and/or graphs of the liner temperatures at the specified locations to insure that proper temperatures and cure times have been achieved. Certified cure logs shall be submitted for each installed liner Cool Down The Contractor shall cool the CIPP in accordance with the manufacturer's recommendations and ASTM F1216 The manufacturer's recommended cool down schedule shall be submitted to the Engineer for review G: \P ROJ ECTS\2013\13136\Spec. Docx 6-45 Workmanship The finished lining shall be continuous over the entire length of an installation run and be free of visual defects such as foreign inclusions, dry spots, pinholes, wrinkles, and de -lamination The lining shall be impervious and free of any leakage from the pipe to the surrounding ground or from the ground to inside the lined pipe Any defect, which will or could affect the structural integrity or strength of the linings, shall be repaired at the Contractor's expense, in a manner approved by the Engineer. Sealing The beginning and end of the CIPP shall be cut flush at the inlet and outlet points in each vault, and the ends sealed with a resin mixture compatible with the liner/resin system and shall provide a watertight seal. The sealing material and installation method shall be submitted by the Contractor for approval consideration by the Engineer prior to start of construction. Hydraulic cements and quick -set cement products are not acceptable. Sealing shall be incidental to other bid items. 7-24.3(5) Testing Requirements Air Test Once completely cured and cooled down, the CIPP shall be subject to an air test in accordance with Section 7-17 3(2)F of the Standard Specifications Chemical Resistance The CIPP shall meet the chemical resistance requirements of ASTM F1216, Appendix X2. Field Samples The physical properties of the installed CIPP shall be verified through field sampling and laboratory testing. Each run shall have a sample taken at the downstream vault. Samples shall be taken from within a section of pipe of the same diameter as the pipe being rehabilitated, temporarily installed within vaults All materials testing shall be performed at the Contractor's expense and by an independent third party laboratory approved by the Engineer The testing shall be in accordance with applicable ASTM test methods to confirm compliance with the requirements specified in ASTM F1216 The Contractor shall provide certified test results of the CIPP liner material from the actual installed liner within ten (10) working days to the Engineer for review The laboratory results shall identify the test sample location as referenced to the nearest manhole and station. Final payment for the project shall be withheld pending receipt and approval of the test results If properties tested do not meet minimum requirements, the CIPP shall be replaced at no additional cost to the Owner 7-24.3(6) Post Inspection The Contractor shall perform a CCTV inspection in accordance with ASTM F1743, in the presence of the Resident Engineer following installation of the CIPP liner. The Contractor shall use the same equipment used to perform the pre -installation video inspection TV inspection reports for each host pipe shall be provided to the Engineer within ten (10) working days of the liner installation The TV inspection report shall note the inspection date, debris, as well as any defects in the liner, including, but not limited to, gouges, cracks, bumps, or bulges. 7-24.3(7) Warranty The Contractor shall make all necessary repairs and replacements to remedy, in a manner satisfactory to the Engineer and at no cost to Owner, any and all defects, breaks, collapse, separation, leakage, or failures of the work occurring within one (1) year following the date of acceptance of the work due to: Faulty or inadequate materials or workmanship, and for damage or disturbances to other improvements under, within, or adjacent to the work, whether or not caused by settling, washing, or slipping, when such damage or disturbance is caused, in whole or in part, from activities of the contractor in performing his duties and obligations under this contract. When such defects or damage occur, within the time period G:\P ROJ ECTS\2013\13136\Spec. Docx 6-46 described herein before, in any part of the surface or subsurface work done under the contract, or in any adjacent surface or subsurface improvements not included in the work under the contract, the Contractor shall repair the same and the one-year warranty period required shall, with relation to such required repair, be extended one year from the date of completion of such repair. 7-24.4 Measurement The length of cured in place pipe (CIPP) will be the number of linear feet of CIPP completed and tested, measured from vault edge outlet to vault edge inlets along a horizontal plane. 7-24.5 Payment Payment will be made in accordance with section 1-04 1, for each of the following bid items that are included in the proposal: The unit contract price per linear foot for "Cured in Place Pipe Rehabilitation, 24" x 35" Elliptical" shall be full compensation for all labor, materials, tools, and equipment necessary to furnish and install the CIPP including, but not necessarily limited to, thickness design, submittals, notifications, resin colorant, sealing at vaults, bypass, and testing as shown on the Plans and specified herein The unit contract price per linear foot for "Clean and Video Inspect Existing Pipe" shall be full compensation for all labor, materials, tools, and equipment necessary to complete this work including, but not necessarily limited to, pipe cleaning prior to installation, solids, debris, and obstruction removal and disposal, pre -installation television inspection, as shown on the Plans and specified herein 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL 8-01.5 Payment Replace with the following. All costs to comply with this section shall be considered incidental to the Contract. G:\PROJECTS\2013\13136\Spec.Docx 6-47 APPENDIX A AMENDMENTS TO THE 2012 WASHINGTON STATE DEPARTMENT OF TRANSPORTATION STANDARD SPECIFICATIONS G:\PROJECTS\2013\13136\Spec. Docx 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 INTRO.AP1 2 INTRODUCTION 3 The following Amendments and Special Provisions shall be used in conjunction with the 4 2012 Standard Specifications for Road, Bridge, and Municipal Construction. 5 6 AMENDMENTS TO THE STANDARD SPECIFICATIONS 7 8 The following Amendments to the Standard Specifications are made a part of this contract 9 and supersede any conflicting provisions of the Standard Specifications. For informational 10 purposes, the date following each Amendment title indicates the implementation date of the 11 Amendment or the latest date of revision 12 13 Each Amendment contains all current revisions to the applicable section of the Standard 14 Specifications and may include references which do not apply to this particular project. 15 16 1-01.3 Definitions 17 The definition for "Bid Documents" is revised to read. 18 19 The component parts of the proposed Contract which may include, but are not limited 20 to, the Proposal Form, the proposed Contract Provisions, the proposed Contract Plans, 21 Addenda, and, for projects with Contracting Agency subsurface investigations, the 22 Summary of Geotechnical Conditions and subsurface boring logs (if any). 23 24 1-03.AP 1 25 _ Section 1-03, Award and Execution of Contract 26 April 2, 2012 27 1-03.1(1) Tied Bids 28 This section's title is revised to read: 29 30 1-03.1(1) Identical Bid Totals 31 32 1-05.AP1 33 Section 1-05, Control of Work 34 August 6, 2012 35 1-05.13(1) Emergency Contact List 36 The second sentence in the first paragraph is revised to read. 37 38 The list shall include, at a minimum, the Prime Contractor's Project Manager, or 39 equivalent, the Prime Contractor's Project Superintendent, the Erosion and Sediment 40 Control (ESC) Lead and the Traffic Control Supervisor. 41 42 1-07.AP1 43 Section 1-07, Legal Relations and Responsibilities to the Public 44 April 1, 2013 45 1-07.1 Laws to be Observed 46 The following two sentences are inserted after the first sentence in the third paragraph: 47 AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27/13 1 In particular the Contractor's attention is drawn to the requirements of WAC 296.800 2 which requires employers to provide a safe workplace. More specifically WAC 3 296.800.11025 prohibits alcohol and narcotics from the workplace 4 5 1-07.9(2) Posting Notices 6 This section is revised to read. 7 8 Notices and posters shall be placed in areas readily accessible to read by employees. 9 The Contractor shall ensure the following are posted. 10 11 1. EEOC - P/E-1 (revised 11/09) - Equal Employment Opportunity is THE LAW 12 published by US Department of Labor. Post for projects with federal -aid 13 funding 14 15 2. FHWA-1022 (revised 11/11) - NOTICE Federal -Aid Project published by 16 Federal Highway Administration (FHWA) Post for projects with federal -aid 1 17 funding 18 19 3 WH 1321 (revised 04/09) - Employee Rights under the Davis -Bacon Act I 20 published by US Department of Labor. Post for projects with federal -aid 21 funding 22 23 4. WHD 1088 (revised 07/09) - Employee Rights under the Fair Labor Standards 24 Act published by US Department of Labor Post on all projects 25 26 5. WHD - 1420 (revised 01/09) - Employee Rights and Responsibilities under The 27 Family and Medical Leave Act published by US Department Of Labor. Post on 28 all projects 29 30 6 WHD-1462 (revised 01/12) — Employee Polygraph Protection Act published by 31 US Department of Labor. Post on all projects 32 33 7 F416-081-909 (revised 12/12) - Job Safety and Health Law published by 34 Washington State Department of Labor and Industries. Post on all projects 35 36 8. F242-191-909 (revised 12/12) - Notice to Employees published by Washington 37 State Department of Labor and Industries. Post on all projects 38 39 9. F700-074-909 (revised 12/12) - Your Rights as a Worker in Washington State 40 by Washington State Department of Labor and Industries (L&I) Post on all 41 projects 42 43 10 EMS 9874 (revised 04/12) - Unemployment Benefits published by Washington 44 State Employee Security Department. Post on all projects 45 46 11 Post one copy of the approved "Statement of Intent to Pay Prevailing Wages" 47 for the Contractor, each Subcontractor, each lower tier subcontractor, and any 48 other firm (Supplier, Manufacturer, or Fabricator) that falls under the provisions ' 49 of RCW 39.12 because of the definition of "Contractor" in WAC 296-127-010 50 51 12. Post one copy of the prevailing wage rates for the project 52 1 AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27/13 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1-07.9(5) Required Documents 2 Item number 2. in the first paragraph is revised to read. 3 4 2. A copy of an approved "Affidavit of Prevailing Wages Paid", State L&I's form 5 number F700-007-000 The Contracting Agency will not grant Completion until all 6 approved Affidavit of Wages paid for Contractor and all Subcontractors have been 7 received by the Project Engineer. The Contracting Agency will not release to the 8 Contractor any funds retained under RCW 60.28 011 until all of the "Affidavit of 9 Prevailing Wages Paid" forms have been approved by State L&I and a copy of all 10 the approved forms have been submitted to the Engineer. 11 12 1-07.14 Responsibility for Damage 13 The fifth paragraph is revised to read: 14 15 Pursuant to RCW 4.24.115, if such claims, suits, or actions result from the concurrent 16 negligence of (a) the indemnitee or the indemnitee's agents or employees and (b) the 17 Contractor or the Contractor's agent or employees, the indemnity provisions provided in 18 the preceding paragraphs of this Section shall be valid and enforceable only to the 19 extent of the Contractor's negligence or the negligence of its agents and employees. 20 21 1-07.15 Temporary Water Pollution/Erosion Control 22 The third paragraph is deleted. 23 24 1-08.AP1 25 Section 1-08, Prosecution and Progress 26 April 1, 2013 27 1-08.5 Time for Completion 28 The last paragraph in this section is supplemented with the following. 29 30 e Copies of the approved "Affidavit of Prevailing Wages Paid" for the Contractor and 31 all Subcontractors 32 33 1-09.AP1 34 Section 1-09, Measurement and Payment 35 April 1, 2013 36 1-09.1 Measurement of Quantities 37 The following new sentence is inserted after the sentence ""Ton".2,000 pounds of 38 avoirdupois weight". 39 40 Items of payment that have "Lump Sum" or "Force Account" in the Bid Item of Work 41 shall have no specific unit of measurement requirement. 42 43 1-09.2(5) Measurement 44 The second sentence in the first paragraph is revised to read: 45 46 The frequency of verification checks will be such that at least one test weekly is 47 performed for each scale used in weighing contract items of Work. 48 AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27/13 1 1-09.6 Force Account 2 In item No. 3. For Equipment, the last sentence in the third sub-paragraph is revised to 3 read: 4 5 In the event that prior quotations are not obtained and the vendor is a firm independent 6 from the Contractor or Subcontractor, then after-the-fact quotations may be obtained by 7 the Engineer from the open market in the vicinity and the lowest such quotation may be 8 used in place of submitted invoice. 9 AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27/13 APPENDIX B CITY OF YAKIMA VIDEO INSPECTION PHOTOS G.\PROJECTS\2013\13136\Spec. Docx 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 11/13/13 Observations.htrri Distan Fault Observation Time Picture 142.2 Observation Severity: None, 06:43 • Observation- = 142.2 FT ,.` 156.0 Observation Severity: None 07:43 KA EST' TO Sif23/2013 SOUTH LEG .a. i • .r i'. `ff Observation 156 FT " MH EAST 13:04 156.4 Observation Severity: None 07:21 MH WEST.;,. , TO 0/23/2OUTH LEG r 10 ervation .4 FT MEI - E BT 13: Created with the fi I e: ///F : M deo/AAA- VVE ST -To- EAST --10.23- 2013-- 1 33547- 9584/H T M LR e p or is /O bs ervati ons . htni report generator 4/4 11/13/13 Observations htrrl -a-- Fault Ohservatiori Time Picture 87.7 Observation Severity: None 05:31 II -(",r iiT SUUit" ';9P 13 J/ sh , e ' , a'°.. . 011's-ervat i on i 87'.7 FT , i0 U_iUTH LEG MH EAST 13:02 103.4 Observation Severity: None 05:52 MH 'W - 10/23.. a .Z- • Observation 103.9 FT I ° -'-'- - - - `�'4 '! 116.1 Observation Severity: None 06:11 MH %..,, ,: 10%23 f-2:Or ObserVation 116.1 FT �`._'._ �Od• �,� �,_, {_ Ei" �� i'['�� E 12E�' i� ,, , hEkLla� ,4 `. file:///F:/Video/AAA-WEST-To-EAST--10-23-2013--133547-9584/HTM LReports/Observations.hVri 3/4 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 11/13/13 Observetions.htni asLan e Fault Observa1.»on Time Pict. re 26 9 Observation Severity: None 03:00 . MH WE-S.T,, 10.23, 201 3 y• .. Obsery a#: I o11 2b! I- T ,.. 10 MOUTH LEG % MH EAST 12:59 28.9 Observation Severity: None 03:09 > MH -, 1 _ 10:'23 '2011 r. . 3 ., • Gbse.r;lvat ion 28.9 'ET ' MH WEST 10!23;2013 4 a i,-.,,,. Observation 33.3 FT 'TO SOIITH 4 T SOUTH ,,,..., LEG „v LEG >; " MH EAST 12:59 33.3 Observation Severity: None 03:26 MH EAST 12:59 file///F Mdeo/AAA-WEST-To-EAST--10-23.2013--133547-9584/HTMLReports/Observations.htni 2/4 11/13/13 Observetions.htni Project Name: SOUTH LEG Date: 10/23/2013 12:53:00 PM Asset Location: Distance: 0 Run Number: Pipe Size: ? Pipe ID: FRUffVALE CANAL Start ID: WEST End ID: EAST Direction: DOWNSTREAM Pipe Type: CORRUGATED file///F /Video/AAA-WEST-To-EAST--10-232013--133547-95&4/HTMLReports/Observations.html 1/4 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2 1 Start Inspection Severity: None 0 MH WEST TO • 10/23/2013 SOUTH LEG 2 FT '"eta MH EAST 12:54 MH EAST 12:57 ' 1 8 9 Observation Severity: None 01:22 MH ;WEST TOy 10/23/2013 SOUTH LEG �.� , .r a-+ , ,,at '; 1 l+ Observation.;....,. 18.9 FT :' 18.9 Observation Severity: None 01:32 MH WEST -` T: 10/23/2013 SO,U l_ L'_, • ' ,'� Observation . 18.9 FT ' file///F /Video/AAA-WEST-To-EAST--10-232013--133547-95&4/HTMLReports/Observations.html 1/4 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 11/13/13 Observations.htrr Distance Fault Observation r: , 151.5 Observation Severity: None 06:30 H WEST TO 10/23'2011 iMIDDLE LEG y TOS vat i or 1 FT MH EAST 13:17 151.5 Observation Severity: None 06:42 MH WEST TO / 10/23/2013'.` fMIDDL��',=` / Observation 151.5 FT t uF Eftr 1' :17 Created with the lirP" iJ5m report generator file:///F:Mdeo/AAB-WEST-To-EAST--10-23-2013--133550-4994/HTM LReports/Observations.htni 6/6 11/13/13 Observations.htrri file ///F :/Vi deo/AAB-1AEST-To-EAST--10-23-2013--133550-4994/H TM LReports/Observations.html 5/6 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ibservarlGn Time Picture 108.6 Observation Severity: None 04:38 MH WEST 10/23/2013 k Observation. 108:6 FT TO - MIDDLE LEG , •. MH EAST 13:15 • y Observation Severity: None 05:45 MH WEST 10/23/2013 Observation 122.3 FT, @i:.-. MI C; _� tl£ . .:, w �:;, ti MID, LE=LE • _ 134.9 Observation Severity: None 06:02 MH WEST 10/23/2013 Observation- 134.9 FT TO MIDDLE LEG ;�ifA. MH EAST 13:16 r} file ///F :/Vi deo/AAB-1AEST-To-EAST--10-23-2013--133550-4994/H TM LReports/Observations.html 5/6 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 11/13/13 Observations.html Distance Fault Observation Time Picture 78 9 Observation Severity: None!:' 3:10 MH WEST 10/23/2013 Observation 78.9 FT TO MIDDLE L1-6. - "" MH' LOST ;;, ,1-1,13 rr 91.8 Observation Severity: None 03:28 MH WEST '10/23/2013 *8 Observation 91.8 FT TO MIDDLE LEG MH EAST 13:14. A " ;A 98.6 Observation Severity: None 04:02 MH WEST ,10V2013 ii il ' "� ,` r I dbservation 98.6 FT TO MIDDLE z, R LEG MH EAST 13:14 4 .y iGde It sv 9 ! fi I e:///F:M deo/AA&WEST-To- EAST--10.23.2013--133550.4994/HTM LR eports/Observati ons. html 4/6 11/13/13 Observetions.htni D,stance Fault Observat r- i )' - ,; 42.3 Observation Severity: None 02:21 MH' EaStiF— III ' _ 10/23/,21a 7 ,::14 auk ,L[ii `r F Observatio, 42-.3 F T 54.9 Observation Severity: None 02:36 MH WEST .- - 1ri�, 4ti$. C ° `,7 10/23,.2% i 6aice;714_ 1Esi i Observation- 54.9 FT = 70.1 Observation Severity: None 02:57 MH WE, P 1''2 fill it C t 10/23/20; <3 M 6.9 • o_ C k ittltt Observat i ;A 70.1'FT 1/1 fi Ie.///F.Mdeo/AAB-WEST-To- EAST--10-23-2013--133550-4994/HTM LReports/Obseruati ons.htni 3/6 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 11/13/13 Observations.html Distance Fault Observation Tlrr,s Picture 20.6 Observation Severity: None 01:03 MH WEST • TEO 1 10/23/201:, ° MIDDIE LEG • v'• 20.6 FT H EAST 13:1,1 ' A I 1 •Observation 20.6 Observation Severity: None 01:35 MH W ;T TO '; 10/2 0"13 MIDDLE L:E.O— a -st pservat i on .::2Tp.G FT•. ` �. MH EAST . 13 ; 12 • 24 9 Observation Severity: None 01:56 MH 4! s 10/23/201 _ •. MI'DDLE' LEG Observatio ii24.9 FT` M'" W'lT it g g g file:///F :Mdeo/AAB-WEST-To- EAST-- 10-23-2013-- 133550- 4994/H T M LR sports/Observati ons. html 2/6 11/13/13 Observatrons.html Project Name: MIDDLE LEG Date: 10/23/2013 1:10:00 PM Asset Location: Distance: 0 Run Number: Pipe Size: ? Pipe ID: FRUITVALE CANAL Start ID: WEST End ID: EAST Direction: DOWNSTREAM Pipe Type: CORRUGATED file.///F Mdeo/AAB-1/VEST-To-EAST--10-23-2013--133550-4994/HTMLReports/Observations.html 1/6 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Fa 'lbs=irvatdcr -.Jure 0.0 Start Inspection Severity: None• 0 MH WEST 10/23/2013 ` 4 'if/ MIDDLE \ ,, _ -,� LEG � _: .. *... F H ,EHS.T: 13.:-10'^ I . 111 _ t r 'd 1 3 7 Observation Severity: None 27 MH WEST 10/23/2013 obsavaat i aw TO MIDDLE - LEG -. - MH EAST 13:11 =SSL it ":'., �+f""�•_ 11.0 Observation Severity: None 38 MH WEST 10/23/2013 Observat ir1 o` 11 FT -11;S:- TO MIDDLE LEG- �---, MWEAST 13:11 • __; y - -. file.///F Mdeo/AAB-1/VEST-To-EAST--10-23-2013--133550-4994/HTMLReports/Observations.html 1/6 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 11/13/13 Obsenations.html Distance Fault Observatinn Time Picture 137.4 Observation Severity: None 07:40 MH WE`11- 01, �„ 10, 23 20"1.1,-,�r,NDPPTkr LE',],. p iline- 1 0bserva on 137.4 MW t Eft Sq 11 .31 148.3 Observation Severity:None 08:08 MH WEST TO 10/23/2013 NORTH LEG,` J C •�* ` / „99 4 iW, .,. Observation. , 148.3 FT, •' . -MH EAST 13.-31. - Created with the *VSM report generator file.///F Mdeo/AAC-WEST-To-EAST--10-23-2013--133552-2290/HTMLReports/Observations.htra 8/8 11/13/13 Observati ons.htrri --o Fault Ohser vatlo „lure 99 9 Observation Severity: None 06:43 MH WEST 10/23/2013 t. Observation 99.9 FT TO "�,° NORTH LE ,� y 105.2 Observation Severity: None 06:52 10.4 tail Observato .iri 105.2 FT- J0•T{-L113 0 ` 114.8 Observation Severity: None 07:09 M H ' we' -y- 10/23✓ ;o': Observation 119.8 FT 1,;,: _: _.' lig. � T %';30" w file ME/Video/AAC-WEST-To-EAST--10-23-2013-133552-2290/HTMLReports/Observations.htni 7/8 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 11/13/13 Observations.htni Dlstarrce Fault Observatior '-11re Picture 89.2 Observation Severity: None 05:30 M H' W E S 102 3 20-1t3 Observation 89.2 FT lt.° , Ni RT H. 'LJE G. • ~� M H E i i '; T .; ;1r3 .'.9 89.2 Observation Severity: None 06:01 MH WES - 10/23/2013 Observat i or 89.2 FT o NORT' L. G p/, S r MH. r.. 89.2 Observation Severity: None 06:20 MH :W, 1U, 23113. r'i°.T1- ' 11 w, RE 110Jtfi., 1: '9 MSR Observation.. 89.'2 �FT file:///F:Mdeo/AAC-WEST-To-EAST--10-23-2013--133552-2290/HTM LR eports/Observati ons.htn1 6/8 11/13/13 Obserwti ons.html D stance Fault Observation Time Picture 61.4 Observation Severity: None 04:46 /r aitT a 009 ' `A ``_ Observation 61.4 FT' 114 HT0 sem.--'� - ` 70 2 Observation Severity: None 04:58 MH WEST 10/23/2013 Observation 70.2 FT TO NORTH LEG A2 , MH EAST 13:28 r 77 5 Observation Severity: None 05:11 MSI rqi il@ ..:� pa i Observation 77.5 FT • if O (JIdT L[ • ma f H r 1 • 1 3: 2H r file ///F./Video/AAC-WEST-To- EAST--10-23-2013--133552-2290/HTM LReports/Observati ons.html 5/8 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 11/13/13 Observations.html ia:a is } X58"rOt1 r , ¢ �lt. U i 2 37 7 Observation Severity: None 03:15 MH WEST TO MH EAST 10/23/2013 NORTH LEG 13:26 •_ . .4, Observatan`'s 37.7 F _AFP, 46.6 Observation Severity: None 04:03 MH WEST .-- 40'� ( if �` 10/23/2013 NflR"T'H LES ` ,; i v.MhL' Ob 1a n 96. o 54.5 Observation Severity: None 04:37 MH WEST TO M{,{ 10/23/2013 NORTH LTG 4* .g; Observation 54.5 FT file:///F :/Vi deo/AAC- 1AEST-To-EAST--10-23- 2013--133552-2290/H T M LR eports/Observati ons. html 4/8 11/13/13 Observetions.html sa __. Fault Observation lIrn, Picture 23.6 Observation Severity: None 02:25 MH WEST 10/23/2013 -- TO NORTH LEG 4. \ ': MH' EAST 13:25 MH EAST 13:26 _ Observat i oto 23.6 FT 27 0 Observation Severity: None 02:41 6i WE _x`23 13 Vservat i 2 FT TO NORTH LEG 27 0 Observation Severity: None 02:54 MH E 10/23/20 Obs''ervat i or 27 FT i'-,, i :Jt L - file ///F /Vi deo/AAC-WEST- To- EAST--10-23-2013--133552-2290/HTM LReports/Observati ons.html 3/8 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 11/13/13 Observati ons .html astarce Fault Observation ; e 161 Observation Severity: None 01:17 MH WEST • 10/23/2013 Observatioi 16.7 F' TO NORTH LEG MH• EAST 13-:24 23.5 Observation Severity: None 01:41 MHlW T 11P, '� 'Q► a ..- Observation 23.5 FT _�' �1 °TH L ! ,•, >. r , ;/:. a a. - ' MH. EAST • 13:5 23.5 Observation Severity: None 02:05 MH WEST 10/23!2013 • Observat i ol 23.5 FTcf 0 ' .NORTH LEG MH EAST 13:25 fi I e:///F:M deo/AAC-WEST-To- EAST-- 10-23- 2013-- 133552-2290/H T M LR eports/Observati ons.htni 2/8 11/13/13 Observations .htni Project Name: NORTH LEG Date: 10/23/2013 1:21:00 PM Asset Location: Distance: 0 Run Number: Pipe Size: ? Pipe ID: FRUITVALE CANAL Start ID: WEST End ID: EAST Direction: DOWNSTREAM Pipe Type: CORRUGATED D stance , . Dnse va*ion 2 0 Start Inspection Severity: None 0 2. MH 'WEST TO . MH EAST 4:1143/2013 NORTH LEO . 13:23 • -:.k ‘'.• , - Er. ;41,, .i 2 F T y - 'a'tlr • 7.8 Observation Severity: None 30 MH WEST TO . MH EAST 10/23/2013 NORTH LEG. •' .13:'24' 'ILIOINlit .�*s 0bservat i oil" 7 . B FT ' 12.4 Observation Severity: None 49 MH WEST P0 MH EAST 10i23i20NORTH �\s : 24 . . 4 0 . . 4 Observati 4 4 12.4 FT fi I e:///F:M deo/AAC-WEST-To- EAST- - 10- 23- 2013-- 133552- 2290/H TM LR eports/Observati ons.htni 1/8 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 i ■ 1 41. Vvilaiirmi. ►1 `�t�_ III !i' 111- r - m - n nit Ain11�hmillh �,;Flir�171111111N8- --.._ iMIIIIIIA -1111 M u IR 1 L r ■� JIi,r � .111 �� 6l �I��iu•� 9' liii1 1 r II14111111i,A u n :i- p.nnnnl aINIIIN _ — nl1 ! I I,,,,.. �; 11 —� =�IIi. -_'11= ,umiui 111--p— u__•-_ �I I IL11111111! Ink ��_i�IF�I, 11 (I � j � �IIII: nnnn! _.� umn:: - =1r -- �— _..._ .012. i 1 °. It INIRNp ' t1'llk: — 1 ik? IllmllNI II:' M IE -r - :1111•. • IG snaeelar, •111 PI 11-1 -11 . F2 r.l:x Il�p>: Cliff !.� I �tl}lIIG 11111 — irirn•TH.. 91 us- n�e...11t� II''II QI_.. U �n.A I III111� W VIA y I I n- n1 1w • F un., .11111 nnnn 11: 11 1 1111111 1111111�n.. liillll IIIIIP_l IIIIIVI 111111E R 111111111 �� -91111.111.1: -' i_,... •lh 111n 21111E �1D• dhhhIx :Innmm i' _ __ 1.111..x■. 111E1M.m 1111111111111111; 111111 i1.111141,141..11111 111111111111111:= 111111111111IN� 1 fiii 11111111I num min VICINITY MAP NOT TO SCALE GENERAL CONSTRUCTION NOTES 1. ALL MATERIALS, WORKMANSHIP, AND CONSTRUCTION OF SITE IMPROVEMENTS SHALL MEET OR EXCEED THE OWNER'S SITE WORK STANDARDS AND THE STANDARDS AND SPECIFICATIONS SET FORTH IN THE CITY OF YAKIMA PUBLIC WORKS REGULATIONS AND APPLICABLE STATE AND FEDERAL REGULATION. WHERE THERE IS CONFLICT BETWEEN THESE PLANS AND THE SPECIFICATIONS, OR ANY APPLICABLE STANDARDS, THE HIGHER QUALITY STANDARD SHALL APPLY ALL WORK WITHIN PUBLIC RIGHT OF WAY OR EASEMENTS SHALL BE INSPECTED AND APPROVED BY THE CITY OF YAKIMA. 2. A PRECONSTRUCTION MEETING WITH THE LOCAL JURISDICTION/PUBLIC WORKS DEPARTMENT, THE ENGINEER, THE CONTRACTOR, AND INTERESTED UTILITY COMPANIES SHALL BE HELD A MINIMUM OF ONE WEEK PRIOR TO BEGINNING CONSTRUCTION. CITY INSPECTOR SHALL BE GIVEN 48—HOURS MINIMUM NOTICE PRIOR TO THE START OF WORK. 3. THE CONTRACTOR SHALL HAVE ONE (1) SIGNED COPY OF THE APPROVED PLANS, ONE (1) COPY OF THE APPROPRIATE STANDARDS AND SPECIFICATIONS, AND A COPY OF ANY PERMITS AND EXTENSION AGREEMENTS NEEDED FOR THE JOB, ON—SITE AT ALL MMES. 4. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ALL ASPECTS OF SAFETY. 5. IF, DURING THE CONSTRUCTION PROCESS, CONDITIONS ARE ENCOUNTERED BY THE CONTRACTOR, HIS SUBCONTRACTORS, OR OTHER AFFECTED PARTIES, WHICH COULD INDICATE A SITUATION THAT IS NOT IDENTIFIED IN THE PLANS OR SPECIFICATIONS, THE CONTRACTOR SHALL CONTACT THE ENGINEER IMMEDIATELY. 6. ALL REFERENCES TO ANY PUBLISHED STANDARDS SHALL REFER TO THE LATEST REVISION OF SAID STANDARD, UNLESS SPECIFICALLY STATED OTHERWISE. 7 THE CONTRACTOR SHALL SUBMIT A TRAFFIC CONTROL PLAN, IN ACCORDANCE WITH MUTCD TO THE CITY OF YAKIMA AND ENGINEER FOR APPROVAL PRIOR TO ANY CONSTRUCTION ACTIVITIES WITHIN, OR AFFECTING, THE RIGHT OF WAY. THE CONTRACTOR SHALL BE RESPONSIBLE FOR PROVIDING ANY AND ALL TRAFFIC CONTROL DEVICES AS MAY BE REQUIRED BY THE CONSTRUCTION ACTIVITIES. 8. THE CONTRACTOR SHALL BE RESPONSIBLE FOR PROVIDING ADEQUATE SAFEGUARDS, SAFETY DEVICES, PROTECTIVE EQUIPMENT. FLAGGERS, AND ANY OTHER NEEDED ACTIONS TO PROTECT THE LIFE, HEALTH., !Nn SAFETY OF THE P11BI11 AND TO PROTECT PROPERTY M CONNECTION WITI THE PERFORMANCE OF WORK COVERED BY THIS CONTRACT. ALL SECTIONS OF THEyWSDOT/APWA STANDARD SPECIFICATIONS SECTION 1-10, TEMPORARY TRAFFIC CONTROL, SHALL APPLY IF WORK WITHIN THE RIGHT OF WAY WILL INTERRUPT NORMAL TRAFFIC OPERATION. CITY OF YAKIMA YAKIMA COUNTY WASHINGTON NORTH 16TH AVENUE AND CHERRY AVENUE IRRIGATION REHABILITATION CITY OF YAKIMA PROJECT NO. 1R2377 HLA PROJECT NO. 13136 JANUARY 2014 SHEET INDEX 9. THE CONTRACTOR IS RESPONSIBLE FOR PROVIDING ALL LABOR AND MATERIALS NECESSARY FOR THE COMPLETION OF THE INTENDED IMPROVEMENTS SHOWN ON THESE DRAWINGS OR DESIGNATED TO BE PROVIDED, INSTALLED, CONSTRUCTED, REMOVED, AND RELOCATED UNLESS SPECIFICALLY NOTED OTHERWISE. 10. THE CONTRACTOR SHALL BE RESPONSIBLE FOR KEEPING ROADWAYS FREE AND CLEAR OF ALL CONSTRUCTION DEBRIS AND DIRT TRACKED FROM THE SITE. 11. THE CONTRACTOR SHALL BE RESPONSIBLE FOR RECORDING AS—BUILT INFORMATION ON A SET OF RECORD DRAWINGS KEPT AT THE CONSTRUCTION SITE, AND AVAILABLE TO THE CITY AT ALL TIMES. THE CONTRACTOR SHALL DELIVER THESE DRAWINGS TO THE ENGINEER AT THE COMPLETION OF THE WORK. 12. DIMENSIONS FOR LAYOUT AND CONSTRUCTION ARE NOT TO BE SCALED FROM ANY DRAWING. IF PERTINENT DIMENSIONS ARE NOT SHOWN, CONTACT THE ENGINEER FOR CLARIFICATION, AND ANNOTATE THE DIMENSION ON THE AS—BUILT RECORD DRAWINGS. 13. ALL CONSTRUCTION SHALL CONFORM TO THE LATEST EDITION OF THE STANDARD SPECIFICATIONS FOR ROAD, BRIDGE. AND MUNICIPAL CONSTRUCTION AS PUBLISHED BY THE WASHINGTON STATE DEPARTMENT OF TRANSPORTATION (WSDOT) AND THE AMERICAN PUBLIC WORKS ASSOCIATION (APWA) AND THE SPECIAL PROVISIONS OF THE CITY OF YAKIMA. 14. ALL OPERATIONS CONDUCTED ON THE PREMISES, INCLUDING THE WARMING UP, REPAIR. ARRIVAL DEPARTURE, OR RUNNING OF TRUCKS, EARTHMOVING EQUIPMENT, CONSTRUCTION EQUIPMENT, AND ANY OTHER ASSOCIATED EQUIPMENT SHALL GENERALLY BE LIMITED TO THE PERIOD BETWEEN 7:00 A.M. AND 6:00 P.M. EVERY DAY UNLESS OTHERWISE APPROVED BY THE CITY. 15. THE CONTRACTOR SHALL MAINTAIN ACCESS TO AND FROM RESIDENCES AND BUSINESSES AT ALL TIMES. SHEET 1 SHEET 2 SHEET 3 COVER SHEET AERIAL PLAN DETAILS LEGEND EXISTING FEATURES NEW FEATURES IRRIGATION VAULT 1 1 IRRIGATION PIPE NEW C.I.P.P. 811111151/111112118111111111161 Know what's below. Call before you dig. ALL CONTRACTORS SHOULD CALL 509-248-0202 OR 1-800-424-5555 PRIOR TO ANY EXCAVATION WORK. HuHLA ibregtse, Louman Associates, Inc. Civil Engineering d Land Surveying6Planning 2803 River Road Yakima, WA 98902 509.966.7000 Fax 509.965.380 www.hlacivik.com JOB NUMBER: DATE. 13136 01-13-14 FILE NAMES: DRAWING: 13136.dwg PLAN: PROFILE: CITY OF YAKIMA NORTH 16TH AVENUE AND CHERRY AVENUE IRRIGATION REHABILITATION REVISION DATE DESIGNED BY. ENTERED BY - BAA AJH COVER SHEET SHEET 1 OF 3 ( 181314-44506 ) CONCRETE DRAIN STRUCTURE IRRIGATION FLOW DATA IRRIGATION WATER IS INACTIVE UNTIL APRIL 1, 2014. HOWEVER, INFILTRATION AND INFLOW CREATE SOME FLOW THROUGH IRRIGATION PIPES. FLOW DATA PROVIDED IS FOR INFORMATIONAL PURPOSES ONLY. TO ASSIST CONTRACTOR IN PREPARING BYPASS/DIVERSION PLAN. FLOW WAS MEASURED PERIODICALLY OVER THREE DAYS. ACTUAL FLOW DATA MAY DIFFER FROM THE PROVIDED MEASUREMENTS. HIGH FLOW: 2 CFS LOW FLOW: 0.5 CFS NOTE: ALL WORK TO CONSTRUCT C.I.P.P. MUST BE COMPLETED BY MARCH 14, 2014. ALLISTON ENTERPRISES LLC REMOVE CONCRETE DRAIN STRUCTURE AND GRATE TO IRRIGATION 1PIPE OPENING. REPAIR/CLOSE PIPE OPENING AS NECESSARY TO CONSTRUCT C.I.P.P. LINER THROUGH CMP PIPE. INSTALL AND COMPACT SELECT BACKFILL WITHIN VOID TO MATCH SURROUNDING FINISHED GRADE. SEE IMAGE, THIS SHEET. PRESERVE AND PROTECT EXISTING CONCRETE VAULT WITH REMOVABLE GRATED COVER FOR PIPE ACCESS. / / r ; GLEN & CARRIE KELLY/ ( 181323-11473 ) 910 PRESERVE AND PROTECT FIXED DRAIN/MH COVER AND OPENING. PRESERVE AND PROTECT EXISTING CONCRETE VAULT WITH REMOVABLE CONCRETE TOP SLABS FOR PIPE ACCESS. CONSTRUCT C.I.P.P. IN EXISTING APPROXIMATE 24"x35" ELLIPTICAL CMP IRRIGATION PIPE, INCLUDING END SEALS. VERNON HOLBROOK Aok ( 181313-33081 / CHERRY AVE. ■ GABRIEL GOMEZ 18112,72400 • / 4`.- !r: / ' r GP�o rr/ / �P e,/ • O� SPSAv- r %• GC . / -� ti 411+ •01 rr• 4, a- O`1.,�,�'S her;r% . ///4' 4� j. / ANTHONY & KAREN RIZZO ( 181323-11469 —11/011001111•11101101.-- 0 10 20 40 HLA Huibregtse, Louman Associates, Inc. Civil Engineering + Land Surveying+Planning 2803 River Road Yakima, WA 98902 509.966.7000 Fax 509.965.3800 www.hlacivil.com /1Y JOB NUMBER: DATE: 13136 01-13-14 FILE NAMES: DRAWING: 13136.dwg PLAN: 13136.dwg PROFILE: CITY OF YAKIMA NORTH 16TH AVENUE AND CHERRY AVENUE IRRIGATION REHABILITATION REVISION DATE DESIGNED BY: BAA ENTERED BY: AJH AERIAL PLAN SHEET 2 OF 3 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SOUTHWEST VAULT INSIDE NQS CITY FORCES WILL CLEAN SOUTHWEST VAULT PRIOR TO WORK BY CONTRACTOR. SOUTHWEST VAULT TOP VAULT IN (UPSTREAM) NOT TO SCALE INSIDE DIMENSIONS UPON SUCCESSFUL C.I.P.P. INSTALLATION, INSTALL END SEALS 1/B' -mac ELLIPTICAL CORRUGATED METAL PIPE f CO c......._3 VAULT FLOOR 14'-11' VAULT OUT (DOWNSTREAM) NOT TO SCALE INSIDE DIMENSIONS HIGH WATER MARK CHECK BOARD REMOVABLE STRUCTURE (TYP.) COVER GRATES SOUTHWEST VAULT NOT TO SCALE OUTSIDE DIMENSIONS 6' THICK WALLS 2'x8' CHECK BOARD 36.5' 21.5' 16' 37. 16'-9' VAULT IN (UPSTREAM) NOT TO SCALE INSIDE DIMENSIONS VAULT OUT (DOWNSTREAM) NOT TO SCALE INSIDE DIMENSIONS 1/8' THICK ELLIPTICAL CORRUGATED METAL PIPE INTO VAULT, CUT FLUSH WITH WALL, APPROXIMATELY 45' ANGLE CORRUGATED METAL PIPE NORTHEAST VAULT NOT TO SCALE OUTSIDE DIMENSIONS 6'x6' REMOVABLE PRECAST SOUR CONCRETE TOP SLABS (3) NORTHEAST VAULT INSIDE NORTHEAST VAULT TOP Huibregtse, Louman Associates, Inc. Civil Engineering m Land Surveying.Planning 2803 River Road Yakima, WA 98902 509.966.9000 Fax 509.965.3800 www.hlacivil.com JOB NUMBER: 13136 DATE: 01-13-14 FILE NAMES: DRAWING: 13136.dwg PLAN: PROFILE: CITY OF YAKIMA NORTH 16TH AVENUE AND CHERRY AVENUE IRRIGATION REHABILITATION REVISION DATE DESIGNED BY: BAA ENTERED BY: AJH DETAILS SHEET OF STEEL PIPE Allk OVAL CORRUGATED VIPrVAULT FLOOR 14'-11' VAULT IN (UPSTREAM) NOT TO SCALE INSIDE DIMENSIONS UPON SUCCESSFUL C.I.P.P. INSTALLATION, INSTALL END SEALS 1/B' -mac ELLIPTICAL CORRUGATED METAL PIPE f CO c......._3 VAULT FLOOR 14'-11' VAULT OUT (DOWNSTREAM) NOT TO SCALE INSIDE DIMENSIONS HIGH WATER MARK CHECK BOARD REMOVABLE STRUCTURE (TYP.) COVER GRATES SOUTHWEST VAULT NOT TO SCALE OUTSIDE DIMENSIONS 6' THICK WALLS 2'x8' CHECK BOARD 36.5' 21.5' 16' 37. 16'-9' VAULT IN (UPSTREAM) NOT TO SCALE INSIDE DIMENSIONS VAULT OUT (DOWNSTREAM) NOT TO SCALE INSIDE DIMENSIONS 1/8' THICK ELLIPTICAL CORRUGATED METAL PIPE INTO VAULT, CUT FLUSH WITH WALL, APPROXIMATELY 45' ANGLE CORRUGATED METAL PIPE NORTHEAST VAULT NOT TO SCALE OUTSIDE DIMENSIONS 6'x6' REMOVABLE PRECAST SOUR CONCRETE TOP SLABS (3) NORTHEAST VAULT INSIDE NORTHEAST VAULT TOP Huibregtse, Louman Associates, Inc. Civil Engineering m Land Surveying.Planning 2803 River Road Yakima, WA 98902 509.966.9000 Fax 509.965.3800 www.hlacivil.com JOB NUMBER: 13136 DATE: 01-13-14 FILE NAMES: DRAWING: 13136.dwg PLAN: PROFILE: CITY OF YAKIMA NORTH 16TH AVENUE AND CHERRY AVENUE IRRIGATION REHABILITATION REVISION DATE DESIGNED BY: BAA ENTERED BY: AJH DETAILS SHEET OF