Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
2001-073 Jerome Ave Irrigation Project - Phase 2 Agreement with Goodman & Mehlenbacher Ent., Inc.
C City of Yakima Engineering Division te . ,...,. ,....,,,,,-....„--,„:,,,....„---;,,,--, -..:..„,,,,,,,„,..,.‘.-.....::.„,,,.,..„,...„:,,,,,,,..........-„,,,,:.,.,:,..,., ........,,:_4.,,,,,-,, ,-.,...,..,, .. Jerome Avenue Irrigation Project - Phase 2 25th Avenue v Schedule A - 16th Ave to 6th Ave Schedule B - 25th Ave to 16th Ave : , . -- - R., c � � ) C4 1 P * ' ' / " _' nl tA.i'4, � r - . F g, V ) ; 5 � . & - .. am F `, h e ,-;4.t.....". 1 ` g ; . Construction Contract Specifications & Bid Documents City Project No. 1950 ,, ' ; . _ ` Phone (509) 575 6111 129 North Second Street :�' a , � ' Fax (509) 576 -6314 Yakima, WA 98901 ( ) October 2002 36 BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT Item No. a5 For Meeting Of 10/7/03 ITEM TITLE: Final Contract Payment for Jerome Ave. Irrigation Project Phase II � SUBMITTED BY: 1 (a tment of Community & Economic Development - Engineering CONTACT PERSON /TELEPHONE: K. W. Adams, City Engineer - 575 -6096 SUMMARY EXPLANATION: This project consisted of the improvement of the City of Yakima's irrigation system. Construction included removing and replacing a total of approximately 5,490 linear feet of existing irrigation main with new 27" diameter SDR 51 PIP and associated connections, fittings and concrete blocking as well as all surface restoration within the construction area. Final inspection for this project was made and the recommendation is that the project be accepted. This Council action is to accept the project and approve the final estimate. Contractor: Goodman & Mehlenbacher Enterprises, Inc. Contract Award: December 17, 2002 Contract Cost: $481,389.20 Amt. This Payment: -0- The above total contract cost is for construction only and does not include engineering and other costs. Resolution Ordinance X Other(Specify)Final Contract Payment Contract Mail to (name and address) : Phone: Funding Source Irrigation System Improvement APPROVED FOR SUBMITTAL: City Manager STAFF RECOMMENDATION: Accept the project and approve final estimate. COUNCIL ACTION: Standard Motion V -B was accepted and final payment a p p y approved. CITY OF YAKIMA, WASHINGTON FILE NO. 1950 IMPROVEMENT: Jerome Avenue Irrigation Project Ph 2 CONTRACTOR: Goodman & Mehienbacher Ent., Inc. PROGRESS ESTIMATE NO. 5 FINAL NO. ITEM UNIT QUANTITY UNIT AMOUNT % OF CONTRACT PRICE CONT AMOUNT SCHEDULE A 1 SPILL PREVENTION PLAN LS 100% $500.00 $500.00 100% $500.00 2 REPAIR OR REPLAEMENT FA $24,602.32 $5,000.00 $24,602.32 492% $5,000.00 3 MOBILIZATION LS 100% $9,618.00 $9,618.00 100% $9,618.00 4 MAINTENANCE AND PROTECTION OF TRAFFIC LS 100% $7,500.00 $7,500.00 100% $7,500.00 5 TRAFFIC CONTROL SUPERVISOR HR 61.5 $20.00 $1,230.00 22% $5,600.00 6 CONSTRUCTION SIGNS CLASS A LF 500 $9.25 $4,625.00 100% $4,625.00 7 CONTROL DENSITY FILL - TRENCH BACKFILL CY 234 $60.00 $14,040.00 146% $9,600.00 8 ASPHALT CONCRETE PAVEMENT REPAIR SY 3542 $7.00 $24,794.00 96% $25,800.00 9 SAW CUT, PER INCH DEPTH LF 9704 $0.34 $3,299.36 117% $2,822.00 10 SHORING OR EXTRA EXCAVATION CLASS B LF 2805 $1.00 $2,805.00 100% $2,805.00 11 SDR 51 PIPE FOR IRRIGATION MAIN, 27" DIAM LF 2760 $42.00 $115,920.00 100% $115,920.00 12 SDR 51 PIPE FOR IRRIGATION MAIN 21" DIAM LF 40 $50.00 $2,000.00 100% $2,000.00 13 SDR 51 PIPE FOR IRRIGATION MAIN, 12" DIAM LF 5 $40.00 $200.00 100% $200.00 14 27 X 27 X 12 SDR 51 PIP TEE EA 1 $1,290.00 $1,290.00 100% $1,290.00 15 27 X 27 X 21 SDR 51 PIP TEE EA 1 $1,633.00 $1,633.00 100% $1,633.00 16 27" DIAM 45 DEGREE ELBOW EA 6 $1,000.00 $6,000.00 300% $2,000.00 17 27" DIAM 11 -1/4 DEGREE ELBOW EA 2 $880.00 $1,760.00 100% $1,760.00 18 30" X 27" COUPLING EA 0 $2,675.00 $0.00 0% $5,350.00 19 21" X 20 " COUPLING EA 1 $350.00 $350.00 100% $350.00 20 1" DIAM AIR - VACUME RELIEF VALVE EA 4 $2,300.00 $9,200.00 400% $2,300.00 21 CEMENT CONCRETE CURB & GUTTER(Revised CH 3) LF 529 $19.50 $10,315.50 63% $16,405.00 22 CEMENT CONCRETE SIDEWALK 4" DEPTH SY 223 $25.00 $5,575.00 223% $2,500.00 CHANGE ORDER #1 18" VALVE & ACCSESSORIES LS $19,249.00 $19,249.00 $19,249.00 100% $19,249.00 CHANGE ORDER #2 LS $29,230.00 $29,230.00 100% $29,230.00 SUB TOTAL $295,736.18 $274,057.00 SCHEDULE B 1 SPILL PREVENTION PLAN LS 100% $500.00 $500.00 100% $500.00 2 REPAIR OR REPLACEMENT FA $5,887.72 $5,000.00 $5,887.72 118% $5,000.00 3 MOBILIZATION LS 100% $1,702.00 $1,702.00 100% $1,702.00 4 MAINTENANCE & PROTECTION OF TRAFFIC LS 100% $5,000.00 $5,000.00 100% $5,000.00 5 TRAFFIC CONTROL SUPERVISOR HR 30 $20.00 $600.00 19% $3,200.00 6 CONSTRUCTION SIGNS CLASS A LS 200 $9.25 $1,850.00 100% $1,850.00 7 SHOULDER REPAIR SY 1350 $2.00 $2,700.00 87% $3,100.00 NO. ITEM UNIT QUANTITY UNIT AMOUNT % OF CONTRACT PRICE CONT AMOUNT 8 ASPHALT CONCRETE PAVEMENT REPAIR SY 2520 $7.00 $17,640.00 110% $16,100.00 9 SAWCUT, PER INCH DPETH LF 3366 $0.34 $1,144.44 34% $3,332.00 10 CRUSHED SURFACING TOP COURSE - TRENCH BACKFILL TON 0 $15.00 $0.00 0% $2,850.00 11 SHORING OR EXTRA EXCAVATION CLASS B LF 180 $1.00 $180.00 7% $2,730.00 12 SDR 51 PIPE FOR IRRIGATION MAIN, 27" DIAM LF 2778 $40.75 $113,203.50 102% $111,247.00 SUB TOTAL $150,407.66 96% $156,611.00 PREVIOUS PAYMENTS 1 $206,313.20 2 $216,367.71 3 $28,153.67 4 $8,247.43 I certify that the above estimate is true and correct. TOTAL $446,143.84 104% $430,668.00 ."?11 7.9% SALES TAX $35,245.36 TOTAL DUE CONTRACTOR $481,389.20 City ngineer LESS 5% RETAINAGE $22,307.19 LESS PREVIOUSLY $459,082.01 TOTAL DUE $0.00 nr= Y DEPARTMENT OF COMMUNITY AND ECONOMIC DEVELOPMENT "' 1,, Engineering Division 1 �` itt . 141 . 41 129 North Second Street %C) :P. % Yakima, Washington 98901 _ (509) 575 -6111 • Fax 576 -6305 K. Wendell Adams, City Engineer November 6, 2002 Goodman & Mehlenbacher Ent., Inc. P.O. Box 5949 Kennewick, WA 99336 ATTN: Tim Goodman Re: Jerome Avenue Irrigation Project — Phase 2 City of Yakima Project No. 1950 Dear Mr. Goodman: The City Manager of the City of Yakima has authorized award of the above referenced project to your company on the basis of your low bid submitted on October 30, 2002 in the amount of $410,224.47 for both schedule A & schedule B. This letter is official notification of the award of the contract to your company by the City of Yakima. We have prepared three (3) copies of the Contract and performance bond, along with certificate of insurance information as well as one complete set of plans and specifications for your surety. You have ten (10) days from this date to sign the three (3) copies, furnish the required Performance Bond and Certificate of Insurance and return them to our office. The complete surety set is for you to send to your surety. Your attention is directed to Section 1 -07.18 Public Liability and Property Damage Insurance (APWA only) of the APWA Supplement to the Standard Specifications for coverage limits, additional insurance requirements and special ACORD form wording. When these items have been approved, the City will execute the contract form and bind a signed contract, certificate, and proposal into contract document books. The three completed books will be distributed to the City Clerk, City Engineer, and Contractor. Please contact Jim Maine, (509) 575 -6138, within ten (10) days of this date, to schedule a pre - construction conference and discuss various forms and documentation that must be completed and turned in to him at that Conference. The Notice to Proceed will also be discussed at the Pre - construction Conference. For your information, we are enclosing a Liability Certificate Checklist and a copy of the bid summary for this project. Sincerely, „...46,...„&jk_____ K. Wendell Adams, P.E., City Engineer cc: Dave Brown, Water /Irrigation Engineer Terry Wakefield, Irrigation Supervisor Robert Desgrosellier, Senior Engineer Jim Maine, Construction Supervisor Wendy Leinan, Contract Specialist Yakima City Clerk Itiatid Finance File 11111! 1994 Page 1 of 2 CONTRACT THIS AGREEMENT, made and entered into in triplicate, this d ay of �E % , 2002, by and between the City of Yakima, hereinafter called the Owner, and Goodman & Mehlenbacher Ent., Inc. a Washington Corporation, hereinafter called the Contractor. WITNESSETH: That in consideration of the terms and conditions contained herein and attached and made a part of this agreement, the parties hereto covenant and agree as follows: I. The Contractor shall do all work and furnish all tools, materials, labor and equipment for THE BID AMOUNT OF: $410,224.47 for both schedule A & schedule B, for Jerome Avenue Irrigation Project — Phase 2, Project No. 1950, all in accordance with, and as described in the attached plans and specifications and the 2002 Standard Specifications for Road, Bridge, and Municipal Construction which are by this reference incorporated herein and made a part hereof, and shall perform any alterations in or additions to the work provided under this contract and every part thereof. Work shall start within ten (10) days after the Notice to Proceed and shall be completed in 60 working days. The first chargeable working day shall be the 11th working day after the date on which the City issues the Notice to Proceed. If said work is not completed within the time specified, the Contractor agrees to pay to the Owner the sum specified in the Standard Specifications for each and every day said work remains uncompleted after expiration of the specified time, as liquidated damages. The Contractors shall provide and bear the expense of all equipment, work and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in this contract and every part thereof, except such as are mentioned in the specifications to be furnished by the City of Yakima. II. The City of Yakima hereby promises and agrees with the Contractor to employ, and does employ the Contractor to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the attached plans and specifications and the terms and conditions herein contained and hereby contracts to pay for the same according to the attached specifications and the schedule of unit or itemized prices hereto attached, at the time and in the manner and upon the conditions provided for in this contract. Ill. The Contractor for himself, and for his heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all the covenants herein contained upon the part of the Contractor. IV. It is further provided that no liability shall attach to the City of Yakima by reason of entering into this contract, except as expressly provided herein. IN WITNESS WHEREOF the parties hereto have caused this agreement to be executed the day and year first herein above written. Countersigned: CITY OF YAKIMA CONTRACTOR rr ..�� '',,�� this t� day of 2002. '� ��111a : \ ^ 111 AL s`t ,.. ,tom 1 orporation r Contractor City Manager `'°�' Attest: i (Print Name) cffet.ht-i,..—, ..x4 6---6.A.A. City Clerk Its r �'' V 1. �e-� (President, Owner, etc.) � Address: . 0 ,, i 1 61 62 PERFORMANCE BOND BOND TO THE CITY OF YAKIMA #400SV057302 KNOW ALL MEN BY THESE PRESENTS: Goodman & Mehlenbacher Pig we the, rntd� r sioned Enter rises , Inc. a WA Corporation as Principal and ni te 5 'tes Fidelity and a corporation organized and existing under the laws of the State of uar �o. MD as a surety corporation, and qualified under the laws of the State of Washington to become surety upon YAKIMA of in the with municipal corporations, �a�r the ypayment jointly of which sum demand firmly bound to the webid ou set es CITY nd our YAKIMA in the penal sum of $ 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, the Ordinances of the CITY OF YAKIMA. DATED at Yakima, Washington, this , 12th day of Nov . , Z0 0 2 Neverless, the conditions of the above obligations are such that: WHEREAS, pursuant to action taken by the Yakima City Council on Nov . , 2002 the City Manager and City Clerk of the CITY OF YAKIMA has let or is about to let to the said Goodman & Mehle nbachgr Enterprises , th Jerome ou Ave . I Phase 2 which contract snumbered refe red to herein and is made and part hereof for Inc . s though attached hereto), and, WHEREAS, the said Principal has accepted, or is about to accept, the said contract, and undertake to perform the work therein provided for in the manner and within the time set forth; Goodman & Mehlenbacher shall faithfully perform all of the NOW THEREFORE, if the said Fn t e rn r i s e s , I nr _ 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 persons who shall supply said principal or sub - contractors with provisions and supplies for the carrying on of said work, and shall hold said CITY OF YAKIMA, its employees, agents, and elected or appointed officials, harmless from any damage occasioned to any person or property by reason of any carelessness or negligence on the part of said principal, or any sub - contractor in the performance of said work and shall indemnify and hold the CITY OF YAKIMA, its employees, agents, and elected or appointed officials, harmless from any damage or expense by reason of failure of performance as specified in said contract or from defects appearing or developing in the material or workmanship provided or performed under said contract 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. Goodman & Mehlenbacher . nterprises, Inc. Contractor) By: Tim Goodman (Print Name) Approved as to form: its: President (President, owner, etc...) United States Fidelity and Guaranty Co, (City Attorney) (Surety) By: x. Kenneth J. Frick (Print Name) its: Attorney -in -Fact 63 POWER OF ATTORNEY Seaboard Surety Company United States Fidelity and Guaranty Company St. Paul Fire and Marine Insurance Company Fidelity and Guaranty Insurance Company St. Paul Guardian Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Mercury Insurance Company Power of Attorney No. 21742 Certificate No. 13 0 6 9 0 7 KNOW ALL MEN BY THESE PRESENTS: That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York, and that St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, and that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, and that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc. is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies "), and that the Companies do hereby make, constitute and appoint Kenneth J. Frick, Donna S. Martinez, Ashley T. Miller and Howard S. Underwood Yakima Washington of the City of , State , their true and lawful Attorney(s) -in -Fact, each in their separate capacity if more than one is named above, to sign its name as surety to, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. . IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and sealed this 14th day of April 2000 Seaboard Surety Company United States Fidelity and Guaranty Company St. Paul Fire and Marine Insurance Company Fidelity and Guaranty Insurance Company St. Paul Guardian Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Mercury Insurance Company / ........, ,........, CAI, � , Y ` I �xso tY �� "n�•iY��h�y $lViE7 * j \ * � W pS�9 `+;P? . _ Q9�c tnF \�`.y M0 01 4%, G Z c%' * j PORA)e } W:'GO RPORA TE : � _ Q I a n Dpl6ar B _: ,m 1977 EOR9TED 1927 " • a: ' JOHN E PHINNEY, Vice President u , �' �,SEA +�'•�SERLJa• o .� � 1951 T, JOHN Ir 't r o:.... .�a d d. ry,0 OF A£N ArN /mo T 9 �� f ' r � * 4. ,?S . �5,,,,...n"` 1 State of Maryland City of Baltimore THOMAS E. HUIBREGTSE Assistant Secretary On this 14th day of A 2000 , before me, the undersigned officer, personally appeared John F. Phinney and Thomas E. Huibregtse, who acknowledged themselves to be the Vice President and Assistant Secretary, respectively, of Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company, Fidelity and Guaranty Insurance Company, and Fidelity and Guaranty Insurance Underwriters, Inc.; and that the seals affixed to the foregoing instrument are the corporate seals of said Companies; and that they, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing the names of the corporations by themselves as duly authorized officers. s ,ts EAS(F L6ti In Witness Whereof, I hereunto set my hand and official seal. y p B� CV My Commission expires the 13th day of July, 2002. �i p 9E CITY o REBECCA EASLEY - ONOKALA, Notary Public 86203 Rev. 7 -2000 Printed in U.S.A. This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company, Fidelity and Guaranty Insurance Company, and Fidelity and Guaranty Insurance Underwriters, Inc. on September 2, 1998, which resolutions are now in full force and effect, reading as follows: RESOLVED, that in connection with the fidelity and surety insurance business of the Company, all bonds, undertakings, contracts and other instruments relating to said business may be signed, executed, and acknowledged by persons or entities appointed as Attorney(s) -in -Fact pursuant to a Power of Attorney issued in accordance with these resolutions. Said Power(s) of Attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company, either by the Chairman, or the President, or any Vice President, or an Assistant Vice President, jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved, printed or lithographed. The signature of each of the foregoing officers and the seal of the Company may he affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Attorney(s) -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and subject to any limitations set forth therein, any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company, and any such power so executed e 1 fu 1 and facsimile seal shall be valid binding certified by such •cs:� u�c signature u facsrmil� � tl va.lu and minding upon the Company with respect to any bond or undertaking to which it is validly attached; and RESOLVED FURTHER, that Attorney(s) -in -Fact shall have the power and authority, and, in any case, subject to the terms and limitations of the Power of Attorney issued them, to execute and deliver on behalf of the Company and to attach the seal of the Company to any and all bonds and undertakings, and other writings obligatory in the nature thereof, and any such instrument executed by such Attorney(s) -in -Fact shall be as binding upon the Company as if signed by an Executive Officer and sealed and attested to by the Secretary of the Company. I, Thomas E. Huibregtse, Assistant Secretary of Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company, Fidelity and Guaranty Insurance Company, and Fidelity and Guaranty Insurance Underwriters, Inc. do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I hereunto set my hand this day of c3 22StwF4' 4047,N6 s o t nN,.! 9 • ,� p + HS�g gry�, y ` W, T o Q Cp0.POFA)eY `Qi :.C� ,W _"`oY/ 9927 g eaaoaere olYANO �, 'E; -._ rm areorsaoaarco 1d1+ �/J ucuacai e. , 8t / �`` '�e.SEAL; 0 9896 t 1977 I 1951 OFnE'N fS . . at..... da •Ar d d 1y . ti , s ay Ag7� p rq • Thomas E. Huibregtse, Assistant Secretary To verify the authenticity of this Power of Attorney, call 1- 800 - 421 -3880 and ask for the Power of Attorney clerk. Please refer to the Power of Attorney number, the above -named individuals and the details of the bond to which the power is attached. • �/ Lovsted Company 20628334E1 12/05/02 03:11P P.002 ' d M' OP ID T °A7E4.4uut ) A cQRD,. CERTIFICATE OF LIABILITY INSURANC D -05 12/05/02 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION . ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Lovsted-WOrthi.ngton LLC HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND - OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 424,. 3rd Ave West, . Seattle WA 98119 INSURERS AFFORDING COVERAGE Phone:206- 285 -7735 Fax:206- 285 -3461 _ -'" - INSURER A: Mutnal of EntueC I au INSURED .... _.__._- INSURER B: _ _— Goodman 6 Mohlenbacher IN5UHER • C: Enterprises, Inc. .r 810 N Johnson INSURER D: • Kennewick WA 99336 INSURFRF.; I COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NDTWITHSTANOING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESFECY TO WHICH TH13 CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THC INSURANCE AFFORDED HY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EACLUSIONS AND CONOITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. -- INSR — • POLICY NUMBER DDATT DD NY) D ATE (MIL T LI A " LIR TYPE OFINSURANCE GENERAL LIABILITY EACH OCCURRENCE 1S1,000,000 ' - A X ICOMMCRCIAL GENERAL LIABILITY PK87102 01/11/02 01/11/03 FIRCDAMAGE(Anycnofol s50,000 CLAIMS MADE X OCCUR MED EP (Am one pe/sOn) ; 55,000 �I PERSONAL &ADV INJURY S 1 , 000 ,000 $500 PD DED PER OCC GENERALAGCHECATE S2,000,000 PRODUCTS • C OMP /OP AGG s 2,000,000 GENT. AGGREGATE LIMIT APPLIES PCT: - I ^ - X I POLICY I I 'Eel* n LOC AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT S1,000,000 A X ANY AUTO CP90029542 01/11/02 01 /11/03 (Eeacdeenu . ALL OWNED AUTOS 000IL I S SCHEDULED AUTOS PROVED AS TO FORM — • HIRED AUTOS A� • � /, /J � . o cidrnp BODILY INJURY S IN NON-OWNED AUTOS Z c PROPERTY DAMAGC r' ' I (Per accident 3 GARAGE LIABILITY O ONLY • EA ACCIDENT S __,•, •, .., -. ANY AUTO .. ._. -- -___ O THER THAN [A ACC 3 CITY ATTORNEY AUTO ONLY AGG I EXCESS LIABILITY __ IM C T Or YAI�'" EACH OCCURRENCE $2,000,000 A X I occuR [ I cLAsuADE B INDER 12/01/0 01/11/03 AGGREGATE 32,000,000 3 ' DEDUCTIBLE s � - � X (RETENTION 510,000 W 5 • CSIAW UIH- WORKERS CONDENSATION AND 1W i I U . 1 IH A EMPLOYERS' LIABILITY P5(87102 01/11/02 01/11/03 al. EACH ACCIOENT 51,000,000 EL. DISEASE • EA EMPLOYEES 1 , 000 , 000 E.L. DISEASE • POLICY L IMIT 5 1,000 OTHER DESCRIPTION OF OPERATIONSAACATIOH3MEHICLESIEXCLUSIO .NSAODEO BY ENDORSEMENT/SPECIAL PROVISIONS City of Yakima, their agents, employees, and elected or appointed officials are additional insureds as respects project 1950 Jerome Ave Irrigation Project Phase 2. - .a CERTIFICATE HOLDER j X I ADDITIONAL INSUREB:INSURER LETTER: CANCELLATION CITYY01 SHOULD ANY OP THE ABOVE DESCRIBED POUCIES O0 CANCELLED BEFORE THE EXPIRATION OATE THEREOF, THE ISSUING INSURER WILLMAIL - DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, City of Yakima - 10 north 8th Street /'� • • Yakima • WA 49901 • AUTHORIZEDREPRESEIITATIVE 1/ � J A / - Carl M. Lovsted II ACORD 25S (7197) m CORD CORPORATION 1988 z' IEa8 - LEL (SOS) uewpoo0 WLJ d9E :E0 ZO SO 3aG Lovsted Company 2062853461 11/25/02 11:28A P.003 POLICY NUMBER: PK96501 COMMERCIAL GENERAL LIABILITY CG 20 10 10 01 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR • ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE (Name of Person or Organization: CITY OF YAKIMA, THEI1 AGENTS, EMPLOYEES AND ELECTED ON APPOINTED OFFICIALS (If no entry appears above, information required to complete this endorsement will be shown In the Declarations as applicable to this endorsement.) A. Section II - Who Is An Insured is amended to (1) All work, including materials, parts or Include as an insured the person or organization equipment furnished In connection with shown in the Schedule, but only with respect to such work, on the project (other than liability arising out of your ongoing operations service, maintenance or repairs) to be performed for that Insured. performed by or on behalf of the addl B. With respect to the insurance afforded to these tional Insured(s) at the site of the coy- • additional insureds, the following exclusion is ored operations has been completed; added: • or 2. Exclusions (2) That portion of "your work" out of which I to "bodily in- the injury or damage arises has been This insurance does not apply Y y put to its intended use by any person or jury" or "property damage" occurring after: organization other than another con- . tractor or subcontractor engaged in performing operations for a principal as a part of the same project. • CG 2010 10 01 0 ISO Properties, Inc., 2000 Page 1 of 1 ❑ 0 r Y,9 DEPARTMENT OF COMMUNITY AND ECONOMIC DEVELOPMENT �� '' Engineering Division �`►.<:,.... -''' ` ''' i 129 North Second Street • ' (,)'•. Yakima, Washington 98901 96 (509) 575 -6111 • Fax 576 -6305 1'1 rVB IORA7C,,1 ,, K. Wendell Adams, City Engineer November 6, 2002 Goodman & Mehlenbacher Ent., Inc. P.O. Box 5949 Kennewick, WA 99336 ATTN: Tim Goodman Re: Jerome Avenue Irrigation Project — Phase 2 City of Yakima Project No. 1950 Dear Mr. Goodman: The City Manager of the City of Yakima has authorized award of the above referenced project to your company on the basis of your low bid submitted on October 30, 2002 in the amount of $410,224.47 for both schedule A & schedule B. This letter is official notification of the award of the contract to your company by the City of Yakima. We have prepared three (3) copies of the Contract and performance bond, along with certificate of insurance information as well as one complete set of plans and specifications for your surety. You have ten (10) days from this date to sign the three (3) copies, furnish the required Performance Bond and Certificate of Insurance and return them to our office. The complete surety set is for you to send to your surety. Your attention is directed to Section 1 -07.18 Public Liability and Property Damage Insurance (APWA only) of the APWA Supplement to the Standard Specifications for coverage limits, additional insurance requirements and special ACORD form wording. When these items have been approved, the City will execute the contract form and bind a signed contract, certificate, and proposal into contract document books. The three completed books will be distributed to the City Clerk, City Engineer, and Contractor. Please contact Jim Maine, (509) 575 -6138, within ten (10) days of this date, to schedule a pre - construction conference and discuss various forms and documentation that must be completed and turned in to him at that Conference. The Notice to Proceed will also be discussed at the Pre - construction Conference. For your information, we are enclosing a Liability Certificate Checklist and a copy of the bid summary for this project. Sincerely, K. Wendell Adams, P.E., City Engineer cc: Dave Brown, Water /Irrigation Engineer Terry Wakefield, Irrigation Supervisor Robert Desgrosellier, Senior Engineer Jim Maine, Construction Supervisor Wendy Leinan, Contract Specialist Yakima City Clerk bdind Finance la- Ilmsna File • 11II1' 1994 Page 1 of 2 • • BID SUMMARY Jerome Avenue Irrigation Project Phase 2 ENGINEERS ESTIMATE Goodman & Mehlenbacher Inc. T.T.C. Construction THG Construction PIPKIN Construction 9 Kennewick, WA Yakima, WA Richland, WA East Wenatchee, WA ITEM BID SFCURITY 5% Bp BOND 5% RID BOND 5% RI BOND 5% BID BOND NO. ITEM QTY UNIT UNIT PRICE AMOUNT UNIT PRICF I AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT SCHEDULE A 1 SPILL PREVENTION PLAN 1 LS 1,000.00 1,00000 50000 50000 60000 60000 3,00000 3,000.00 90000 90000 2 REPAIR OR REPLACEMENT 1 FA 5,000.00 5,000.00 5,000 00 5,000 00 5,000 00 5,000.00 5,000.00 5,000.00 5,000.00 5,000.00 3 MOBILIZATION 1 LS 20,000.00 20,000 00, 9.618 00 9,618 00 14,000 00 14,000 00 29,000 00 29,000.00 17,500.00 17,500 00 4 MAINTENANCE & PROTECTION OF TRAFFIC (Min Bid 57,500 00) 1 LS 7,500,00 7,500 00 7 500 00 7 500 00 8,500 00 8,500.00 11,000.00 11000 00 7,500.00 7,500.00 5 TRAFFIC CONTROL SUPERVISOR 280 HR 35 00 9,800 00 20 00 5 600 00 31 00 8,680 00 25 00 7000 00 27.50 7,700.00 6 CONSTRUCTION SIGNS CLASS A 500 SF 1000 5,00000 925 4 625 00 500 2,50000 800 4,00000 4.50 2,250.00 7 CONTROL DENISTY FILL - TRENCH BACKFILL 160 CY 7000 11,200,00 6000 9.60000 5069 8.11040 65.00 10.400 DO 75.00 12,000.00 8 ASPHALT CONCRETE PAVEMENT REPAIR 3400 SY 2500 85,000,00 700 23.80000 995 33 830 00 7.00 23.80000 9.00 30,600.00 , 9 SAW CUT, PER INCH DEPTH 8300 LF 1 00 8,300 00 0 34 2,822 00 0 30 2,490.00 0 50 4,150 00 0.33 2.739.00 10 SHORING OR EXTRA EXCAVATION CLASS B 2805 LF 2 00 5,610 00 1 00 2 805 00 1 50 4,207 50 0,10 280 50 010 200 50 11 SOR 51 PIPE FOR IRRIGATION MAIN, 271N. DIAM. 2760 LF 60 00 165,60000 42 00 115,920 00 50 20 138.55200 51.00 140760,00 58 00 160,080.00 12 SDR 53 PIPE FOR IRRIGATION MAIN, 21 IN. DIAM 40 LF 40 00 1,600 00 50 00 2,000 00 41 00 1,640 00 40.00 , 1,600.00 44 00 1,760.00 13 SON 51 PIPE FOR IRRIGATION MAIN, 121N. SIAM, 5 LF 2500 12500 4000 20000 3600 18000 3500 17500 3500 175.00 14 2Tx2Tx12' SON 51 PIP TEE 1 EA 50000 50000 1 290 00 1.29000 100000 1,000,00 1,10000 1,10041 1,700.00 1,70000 15 27'x27x21' SDR 51 PIP TEE 1 EA 600 00 600 00 1 633 00 1 633 00 1.300 00 1,300.00 1,300 00 100 1,400.00 1,400.00 16 27 DIA 45 DEGREE ELBOW 2 EA 50000 1,00000 1.00000 2,00000 75000 1,50000 90000 1`40000 92500 1,850.00 17 2T DIA. 11 -1/4 DEGREE ELBOW 2 EA 50000 1,000.00 88000 1 760 00 70000 1,40000 700.00, , V .,,400.00 85000 1,70000 18 30'x27' COUPLING 2 EA 1,00000 2,00000 2 675 00 5.35000 55000 1,10000 3.000 ;•4 6 e 6,000.00 2,55000 5.10000 19 21'x20' COUPLING 1 EA 1,000.00 1,00000 35000 35000 40000 40000 37j' >. ' " 4� 375.00 1250,00 1750.00 20 1' DIA. AIR - VACUUM RELIEF VALVE 1 EA 1,000.00 1,000 00 2 300 00 2,300 00 2,000 00 2,000.00 1.* 0e 6. 1,400 00 1.700.00 1,700.00 21 CEMENT CONCRETE CURB & GUTTER 1930 LF 25 00 48.250 00 8 50 16 405 00 9 00 17,370,00 7 • t� 14,475 00 9.00 17,370.00 22 CEMENT CONCRETE SIDEWALK, 4 IN DEPTH 100 SY 35,00 3,50000 2500 2.50000 2800 2,80000 8 •r ,. A 3,000.00 43.00 4,300.00 SCHEDULE B cO 1 SPILL PREVENTION PLAN i LS 1,000 00 1,000 00 500 00 500 00 600 00 60000 508.00 500 00 900,00 900.00 2 REPAIR OR REPLACEMENT 1 FA 5,000.00 5,000.00 5,000 00 5,000 00 5,000.00 5,000.00 00.00 5,000.00 5,000.00 5,000.00 3 MOBILIZATION 1 LS 10,000 00 10,000 00 1,702 00 1,702 00 8,000 00 8,000 00 , 00 15,000.00 3,700.00 3,700.00 4 MAINTENANCE B PROTECTION OF TRAFFIC (Mtn Ad 55,000 00) 1 LS 5.00000 5,00000 5 000 00 5 000 00 5,50000 5,50000 ∎A6.50000 6.50000 5.00000 5.00000 5 TRAFFIC CONTROL SUPERVISOR 160 HR 35 00 5,600 00 20 00 3,200 00 31 00 4,960 00 25 00 4,000 00 27.50 4,400.00 6 CONSTRUCTION SIGNS CLASS A 200 SF 1000 2,00000 925 1 850 00 500 1,00000 8.00 1,60000 450 90000 7 SHOULDER REPAIR 1550 SY 3.00 4.65000 200 3.10000 270 4,18500 500 7,750.00 2.50 3,875.00 8 ASPHALT CONCRETE PAVEMENT REPAIR 2300 SY 25,00 57.50000 700 16 100 00 910 20,930.00 700 16.10000 900 20,70000 9 SAW CUT, PER INCH DEPTH 9800 LF 1 00 9,800 00 0 34 3.332 00 0 30 2,940 00 0 50 4,900.00 0.33 3,234 00 10 CRUSHED SURFACING TOP COURSE - TRENCH BACKFILL 190 TON 2000 3.80000 1500 2,85000 1800 3,420,00 2000 3,80000 1600 3,04000 11 SHORING OR EXTRA EXCAVATION CLASS B 2730 LF 200 5,46000 100 2,73000 150 4,09500 0.10 27300 010 273.00 12 SDR 51 PIPE FOR IRRIGATION MAIN, 2715, DIAM. 2730 LF 60 00 163,800.00 40 75 111,247 50 50 20 137,04600 44 00 120,120 00 49.00 133,770.00 Sub Taxi (Schedule A a Schedule 8) $655,195 00 4380,189 50 $454,835 90 5456,558.50 $169,646.50 Tax (7.9 %) 851,997 41 530 034 97 635,93204 $36,060.12 $37,102.07 TOTAL $710,192.41 $410224.47 5490,767.94 $492,626.62 $506,748.57 CITY ENGINEERS REPORT COMPETITIVE BIDS WERE OPENED ON OCTOBER 30, 2002. i � 0j5. ` ' � ! 1j' CITY OF YAKI MA ALL BIDS HAVE BEEN REVIEWED BY THIS OFFICE. I RECOM- `�' • � , MEND THE CONTRACT BE AWARDED TO: IN 1 i AWARD MADE BY CITY MANAGER JEROME AVENUE IRRIGATION PROJECT - PHASE 2 S GOODMAN & MEHLENB CHER INC. y ` _ I ,. City of Yakima Project No. 1950 s. '1� „ � ; +" _ � �� Bid Opening - October 30, 2002 / /- `/ -z .4 \` File: 1950 B101,PUB SHEET 'j of 3 DATE CITY ENGINEER DATE CITY MANAGER • BID SUMMARY Jerome Avenue Irrigation Project Phase 2 & K Earthworks, LLC Marshbank Construction Inc. TRICO Construction K.C. Construction, Inc. MRM Construction, Inc. 9 j Wenatchee, WA Lake Stevens, WA Burlington, WA Hayden, ID Ellensburg. WA ITEM BID SFCIIRITY 5% RID BOND 5% BIf BOND 5% RID BOND 5% RIDISON)7 5% RIr BOND NO ITEM OTY UNIT UNITPRICE AMOUNT UNITPRICE AMOUNT UNITPRICE AMOUNT UNITPRICE I AMOUNT UNITPRICE AMOUNT SCHEDULE A 1 SPILL PREVENTION PLAN 1 LS 1.700 00 1.700 00 500 00 500 00 1000 00 1.000 00 950 00 950 00 772.50 772.50 2 REPAIR OR REPLACEMENT 1 FA 5,000.00 5,000.00 5,00000 5,000.00 5,000.00 5,000.00 5,00000 5,000.00 5,000.00 5,000.00 3 MOBILIZATION 1 LS 35.90000 35,90000 25,00000 25,00000 2800000 28.000.00 11,500.00 11,500.00 18.19701 18,197.01 4 MAINTENANCE 8 PROTECTION OF TRAFFIC (Min Bid $7,500.00) 1 LS 11.000 00 11,000 00 15,000 00 15,000.00 10,000 00 10,000 00 7,500 00 7,500.00 7,725 00 7,725.00 5 TRAFFIC CONTROL SUPERVISOR 280 HR 2816 7,80480 3200 8,96000 40.00 11,200.00 3517 9,847.60 34.51 9,662.80 6 CONSTRUCTION SIGNS CLASS A 500 SF 760 3,80000 500 2,50000 100 50000 900 450000 7.42 3,710.00 7 CONTROL DENISTY FILL - TRENCH BACKFILL 160 CY 8500 13.60000 7000 11,200.00 8000 12.800.00 6600 10.56000 87.55 14,008.00 8 ASPHALT CONCRETE PAVEMENT REPAIR 3400 SY 10.14 34,476.00 795 27.03000 1000 34,00000 1600 54,400.00 10.22 34.748.00 9 SAW CUT, PER INCH DEPTH 8300 LF 0 76 6,308 00 0 20 1.660 00 1 00 8,300.00 0.37 3,071 00 0.61 5.063.00 10 SHORING OR EXTRA EXCAVATION CLASS B 2805 LF 1.21 3,394 05 2 00 5610 00 1.00 2,805.00 0.14 392 70 1.00 2.805.00 11 SDR 51 PIPE FOR IRRIGATION MAIN. 27 IN SIAM 2760 LF 4860 134,13600 47.00 129.72000 4500 124,200.00 6100 168,360 00 60.31 166.45560 12 SDR 51 PIPE FOR IRRIGATION MAIN, 21 1N. SIAM. 40 LF 54 02 2,160 80 50 00 2,000 00 12500 5,000 00 35.10 1,404.00 63.81 2,552.40 13 SDR 51 PIPE FOR IRRIGATION MAIN, 121N DIAM. 5 LF 98 28 491 40 500 00 2.500 00 500 00 2,500 00 28 80 144.00 54.38 271.90 14 27'x27'x12' SDR 51 PIP TEE 1 EA 1,284 00 1,284 00 1,300 00 1,300 00 2.000 00 2.000 00 1.328 00 1.328 00 2,027.04 2,027.04 15 27'x27'x21' SDR 51 PIP TEE 1 EA 1,470 00 1.470 00 1,500 00 1.500 00 2.000 00 2,000 00 1,508 00 1508 00 2,178 45 2,176.45 16 27' DIA 45 DEGREE ELBOW 2 EA 966 00 1.932 00 1,000 00 2,000 00 1,500 00 3000 00 1,029 00 . 2.058.00 1.767.48 3534 96 17 27' DIA 11 -114 DEGREE ELBOW 2 EA 879 00 1,758 00 1.000.00 2,000 00 1,000 00 2.000 00 948 00 1.896.00 1,245.27 2.490.54 18 30'x27' COUPLING 2 EA 1,790 00 3,580 00 1,900 00 3,800 00 2,000 00 4,000 00 1,049 00 2.098 00 4,937.82 9,875.64 19 21'x20' COUPLING 1 EA 41600 41600 1,00000 1,00000 1,00000 1,00000 65400 65400 2,013.65 2013.65 20 1' DIA. AIR - VACUUM RELIEF VALVE 1 EA 1,256 00 1,256 00 2.000.00 2,000 00 2,000 00 2,000 00 1,279.00 1279 00 1,611.95 1,611.95 21 CEMENT CONCRETE CURB & GUTTER 1930 LF 11.30 21,809 00 8 50 16,405 00 12 00 23,160 00 12,20 23,546 00 12.49 24,105.70 22 CEMENT CONCRETE SIDEWALK, 4 IN DEPTH 100 SY 5813 5,813.00 2500 2.50000 9000 9,00000 2460 2,460.00 3456 3,456.00 SCHEDULE B 1 SPILL PREVENTION PLAN 1 LS 1.000.00 1.00000 50000 50000 1,00000 1.00000 550.00 550.00 772.50 772.50 2 REPAIR OR REPLACEMENT 1 FA 5,000.00 5,000.00 5,00000 5,000.00 5,00000 5,000.00 5,000.00 5,000.00 5,000.00 5000.00 3 MOBILIZATION 1 LS 14,50000 14,500.00 20.00000 20,00000 17,00000 17.00000 5000.00 5000.00 9,097.99 9,097.99 4 MAINTENANCE 8 PROTECTION OF TRAFFIC Mn (i Bid 55,000 00) 1 LS 5.000 00 5,000 00 15.000 00 15.000 00 7,500 00 7,500 00 5.500 00 5,500 00 5,150 00 5,150.00 5 TRAFFIC CONTROL SUPERVISOR 160 HR 28.16 4,50560 3200 5,12000 4000 6,400,00 35,17 5,627.20 3451 5,521.60 6 CONSTRUCTION SIGNS CLASS A 200 SF 7.60 1,52000 500 1.000.00 100 200.00 900 1,800.00 7.42 1,48400 7 SHOULDER REPAIR 1550 SY 2.72 4,21600 200 3,10000 1000 15.50000 500 7,750.00 6.64 10,292.00 8 ASPHALT CONCRETE PAVEMENT REPAIR 2300 SY - 8 60 19,780.00 7 95 18.285 00 10 00 23,000 00 16 00 36.800.00 10.22 23,506.00 9 SAW CUT, PER INCH DEPTH 9800 LF 0.45 4,410 00 0 20 1,960 00 1 00 9,800 00 0 37 3,626.00 0.57 5,586.00 10 CRUSHED SURFACING TOP COURSE - TRENCH BACKFILL 190 TON 934 1,774.60 2000 3.80000 1100 2,09000 1000 1.90000 17.96 3,412.40 11 SHORING OR EXTRA EXCAVATION CLASS 6 2730 LF 1 25 3,412 50 2 00 5.460 00 1 00 2.730 00 0 10 27300 1.00 2,730.00 12 SDR 51 PIPE FOR IRRIGATION MAIN, 27 IN. DIAM 2730 LF 40 28 109.964 40 47 00 128.310 00 35 00 95,55000 56.00 152.80000 55.67 151,979.10 Sub Total (Schedule A + Schedule B) $474,25215 $476,720 00 $ 479,235.00 $542,162.50 $545796.73 Tax (7.9 %) $37465 92 537.660 88 537,859.57 542,830 84 543.196.94 TOTAL $511,718.07 $514,380.88 9517,094.57 $584,993.34 $589,993.67 1. (--- ` � 1 T `�'!1 °' CITY OF YAKIMA � � JEROME AVENUE IRRIGATION PROJECT - PHASE 2 � ' City of Yakima Project No 1950 ,,,11 I. N .. r. . • I',‘ 6 N x 1 ; �H __- Bid Opening - October 30, 2002 n., ' File: 1950 BIDI.PUB SHEET 2 of 3 SID SUMMARY Strider CDnSW W A Co. Apollo, wi Inc Jerome Avenue Irrigation Project - Phase 2 Bellingham, WA Kennewick, WA ITEM AID SFCURITY 5% Big BOND 5% Blf BOND 5% BID BOND 5% BIQ BOND 5% BIW BONn NO ITEM OP( UNIT UNIT PRICE I AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE I AMOUNT UNIT PRICE AMOI INT SCHEDULE A 1 SPILL PREVENTION PLAN 1 LS 1,000.00 1.000 00 575 00 575 00 2 REPAIR OR REPLACEMENT 1 FA 5,000 00 5,000.00 5,000.00 5,000.00 3 MOBILIZATION 1 LS 50.000.00 5000000 36.63300 36.633.00 4 MAINTENANCE & PROTECTION OF TRAFFIC (Min Did 97,500 00) 1 LS 15,000 00 15,000 00 16.963 00 16,963 00 5 TRAFFIC CONTROL SUPERVISOR 280 HR 32 00 8,960 00 42 55 11.914 00 6 CONSTRUCTION SIGNS CLASS A 500 SF 5 00 2,500.00 13 34 6,670 00 7 CONTROL DENISTY FILL- TRENCH BACKFILL 160 CY 8500 13,600 00 108.20 17,312 00 8 ASPHALT CONCRETE PAVEMENT REPAIR 3400 SY 10.00 34,000 00 11 86 40,324 00 9 SAW CUT, PER INCH DEPTH 8300 LF 0 20 1,660 00 0 52 4,31600 10 SHORING OR EXTRA EXCAVATION CLASS B 2805 LF 1.00 2,805.00 1 15 3,225 75 11 SDR 51 PIPE FOR IRRIGATION MAIN, 271N. SIAM. 2760 LF 68.00 187,68000 65 35 180,366 00 12 SDR 51 PIPE FOR IRRIGATION MAIN, 21 IN SIAM. 40 LF 52 00 2,080 00 60,10 2,404 00 13 SDR 51 PIPE FOR IRRIGATION MAIN. 12 IN DIAM. 5 LF 86.00 430 00 190.00 950 00 14 27'x27'x12' SDR 51 PIP TEE 1 EA 2,60000 2.60000 2,09500 2,09500 15 27'x27'x21' SDR 51 PIP TEE 1 EA 2.800.00 2,800.00 2.26000 2.26000 • 16 27' DIA. 45 DEGREE ELBOW 2 EA 2.400 00 4,600 00 1.651 50 3,303 00 17 27' DIA. 11 .114 DEGREE ELBOW 2 EA 2,000 00 4,000 00 1.575 00 3,150 00 18 30'x27' COUPLING 2 EA 2.600 00 5,200 00 2.295 50 4,591 00 19 21'x20' COUPLING 1 EA 60000 60000 91700 91700 20 1' DIA AIR - VACUUM RELIEF VALVE 1 EA 1.600.00 1,600 00 1.454 00 1,454 00 21 CEMENT CONCRETE CURB & GUTTER 1930 LF 8.50 16,405.00 7 36 14,204 80 22 CEMENT CONCRETE SIDEWALK. 4 IN DEPTH 100 SY 25 00 2,500 00 55 78 5.578 00 SCHEDULE B 1 SPILL PREVENTION PLAN 1 LS 1000 1000 57500 57500 2 REPAIR OR REPLACEMENT 1 FA 5,000.00 5,000.00 5,000.00 5,000.00 3 MOBILIZATION 1 LS 300000 3.00000 5,75000 5,75000 4 MAINTENANCE & PROTECTION OF TRAFFIC (Min Bid 55.000.00) 1 LS 5,000.00 5,000 00 5.750 00 5,750 00 5 TRAFFIC CONTROL SUPERVISOR 160 HR 3200 5,12000 42.55 6.80800 6 CONSTRUCTION SIGNS CLASS A 200 SF 5.00 1,000 00 13 34 2.668 00 7 SHOULDER REPAIR 1550 SY 2 00 3,100.00 4 23 6,556 50 8 ASPHALT CONCRETE PAVEMENT REPAIR 2300 SY 10 00 23,000 00 11 15 25,645 00 9 SAW CUT, PER INCH DEPTH 9800 LF 0 20 1.960 00 0 29 2,842 00 10 CRUSHED SURFACING TOP COURSE - TRENCH 8ACKFILL 190 TON 1600 3,04000 1239 235410 11 SHORING OR EXTRA EXCAVATION CLASS 0 2730 LF 1 00 2,730 00 1 15 3.139 50 12 SDR 51 PIPE FOR IRRIGATION MAIN, 27 IN DIAM. 2730 LF 5000 136,50000 5475 149,46750 Sub Total (Schedule A + Schedule B) $554,680.00 $580,761.15 , Tax (7.9%) 543.819 72 $45,880 13 TOTAL 9598,499.72 $626,641.28 ,� - 7 7 CITY OF YAKIMA rte • 4 rithi, ` -, JEROME AVENUE IRRIGATION PROJECT -PHASE 2 , � . ' � City of Yakima Project No 1950 +kp(,k qfP ) Bid Opening- October 30, 2002 n ` File:1950 BIDI.PUB SHEET 3 of 3 PRE-CONSTRUCTION MEETING ROSTER DATE PROJECT NAME PROJECT It NAME ORGANIZATION PHONE FAX it ''E / L) 0 41 r EAK rt - .. C2(413 S - 5 AI vi- " pact, szof 57c - 4 /94, / 7 (-01,6,1 bueL-FriTfr; --T3DIPP) E tnc_ sTeue. 1 er7 4 .. i1 OO 57 b {0,c-a C E . . . GOO.1/. -1 ct ti ORK SC'EI)t'I.E C ity '►f' l'uhiuut — .lerrrurc' . -ii.e. ti'Orkin,, .11EIILEVR.-1 C'HER Irrigation Prc?/c'c.t Phase 2 flours E \'T 1.\*C: #19511 12/16 — 20/2002 12/23, 2/225. 2003 2/26- 3/10As s halt Re 1 air Mobilization Install of Irrigation Asphalt Repair & Punch List 7:30 AM Main. — Traffic Control, Concrete Repair. 3/11/2003- Final Punch List. 4:00PM. Delivery of Monday - Materials, Grind Friday As shalt. G.A. NI. E. INC. Contact List — — 1951 cell # 5 4 - 72 509 737 1 09 9 8 2 6 — — - 509 737 1951 cell # 509 948 9933 Cell Ttn�Bitap��rii�`�}:�: . rtr�ertroa # 509 — 727 — 0196 Traffic Control Plans will be submitted prior to staring of project. ITEM PROPOSAL BID SHEET - SCHEDULE A Jerome Avenue Irrigation Project - Phase 2 CITY OF YAKIMA PROJECT NO. 1950 ITEM PROPOSAL ITEM QTY UNIT UNIT PRICE AMOUNT NO. PAYMNET SECTION DOLLARS DOLLARS 1 SPILL PREVENTION PLAN 1 LS sbo 1- 07.1 2 REPAIR OR REPLACEMENT 1 FA $ 5,000.00 $ 5,000.00 1 -09.6 3 MOBILIZATION 1 LS CI ('� 1 -09.7 l 1(44 r c'11to IR, 4 MAINTENANCE & PROTECTION OF TRAFFIC (Min Bid $7,500.00) 1 LS � 00 1 -10.5 i v' �--IJ Iy 5 TRAFFIC CONTROL SUPERVISOR 280 HR b0 nc 1 -10.5 � . 11 51 6 • CONSTRUCTION SIGNS CLASS A 500 SF 1 -10.5 -414zs 7 CONTROL DENISTY FILL - TRENCH BACKFILL 160 CY o0 oz� 2 -09.5 \, • q )uoo 8 ASPHALT CONCRETE PAVEMENT REPAIR 3400 SY v0 Cc 5 -04.5 � 9 SAW CUT, PER INCH DEPTH 8300 LF A ^ 5 -04.5 �1�M 10 SHORING OR EXTRA EXCAVATION CLASS B 2805 LF ec 7 -10.5 1 s -- SDR 51 PIPE FOR IRRIGATION MAIN, 27 IN. DIAM. • 11 7 -11.5 2760 LF 1k` ` 12 SDR 51 PIPE FOR IRRIGATION MAIN, 21 IN. DIAM. 40 LF ap °p 7 -11.5 - �,��: 13 SDR 51 PIPE FOR IRRIGATION MAIN, 12 IN. DIAM. 5 LF t�D 00 7- 11.5 .4 .___. a CO . 14 27 "x27 "x12" SDR 51 PIP TEE 1 EA t� M 7 -12.5 ?� � �d'7 0.� • 15 27 "x27 "x21" SDR 51 PIP TEE 1 EA qq�� 7 -12.5 ��� 1 1 �� 16 2 EA 27" DIA. 45 DEGREE ELBOW CO (� daC 7 -12.5 1 , cm., Q1 ,m , 17 27" DIA. 11 -1/4 DEGREE ELBOW 2 EA QQ � oo CC 7 -12.5 SE D. r l ► t -� Go 18 30 "x27" COUPLING 2 EA / -7 oc °C 7 12.5 wI 4' 1 . S t s ... 7 19 21 "x20" COUPLING 1 EA � CO " q 7 -12.5 ._}.J s) . • 20 1" DIA. AIR VACUUM RELIEF VALVE 1 EA a'ecc77��lL..�� �, �,�� r1., 7 -12.5 nl 21 CEMENT CONCRETE CURB & GUTTER 1930 LF �� °C 8 -04.5 a l (0 ;4cE 22 CEMENT CONCRETE SIDEWALK, 4 IN. DEPTH 100 SY ,EE 00 Cr 8 -14.5 SUB TOTAL t p SALES TAX (7.9 %) 1 1 �( TOTAL - SCHEDULE A 1 - • ( 105 i, ITEM PROPOSAL BID SHEET - SCHEDULE B Jerome Avenue irrigation Project - Phase 2 CITY OF YAKIMA PROJECT NO. 1950 ITEM PROPOSAL ITEM QTY UNIT 1 UNIT PRICE I AMOUNT NO. PAYMNET SECTION DOLLARS I DOLLARS 1 SPILL PREVENTION PLAN 1 LS - r �o�o 5 ` U — ° 1 -07.15 2 REPAIR OR REPLACEMENT 1 I FA $ 5,000.00 $ 5,000.00 1 -09.6 3 MOBILIZATION 1 LS \ - i s \ � 1 -09.7 �-�Y ) 4 MAINTENANCE & PROTECTION OF TRAFFIC (Min Bid $5,000.00) 1 L S I � . 1 -10.5 5 I TRAFFIC CONTROL SUPERVISOR 160 HR �Q ` 3 i � 1 -10.5 6 I CONSTRUCTION SIGNS CLASS A 200 SF q 0s 1 � tt� 1 -10.5 7 SHOULDER REPAIR 1550 I SY @� 3 4-04.5 , 8 i ASPHALT CONCRETE PAVEMENT REPAIR i L300 SY 1 O 0 16 \CO a SAW CUT. PER INCH DEPTH i 9800 1 LF I �g �2 . 5-04.5 f 10 I CRUSHED SURFACING TOP COURSE - TRENCH BACKFILL 190 TON i j t C 1 7-08.5 1 ' 11 1 SHORIN OR EXTRA EXCAVATION CLASS B 2730 LF �� _ , . 7 -10 ' `: � 12 SDR 51 PIPE FOR IRRIGATION MAIN, 27 IN. DlAM. 2730 LF 1 `s©, 75 1 1 l ) o_ Y _1 7 -11.5 SUB TOTAL SALES TAX (7.9%) ) ' _ TOTAL - SCHEDULE B i f 24o SCHEDULE A TOTAL l 1 ••- %, �'� • SCHEDULE B TOTAL , k ' - :, TOTAL PROJECT BID q Addendum No. 1 Page 3 of 4 10/24/2002 J PROPOSAL The bidder is hereby advised that by signature of this proposal he /she is deemed to have acknowledged all requirements and signed all certificates contained herein. A proposal guaranty in an amount of five percent (5 %) of the total bid, based upon the approximate estimate of quantities at the above prices and in the form as indicated below, is attached hereto: CASH o IN THE AMOUNT OF CASHIER'S CHECK 0 DOLLARS CERTIFIED CHECK 0 ($ ) PAYABLE TO THE STATE TREASURER PROPOSAL BOND E214 THE AMOUNT OF 5% OF THE BID ** Receipt is hereby acknowledged of addendum(s) No.(s) & GN URE OF AUTHO" ED OFFI•IAL (S) ?? P FIRM NAME I a1 ' A_ � � j l l� 1 {l) C (ADRESS) f• 0 . J5 4 ` l�S K V\h• ()O ft' � PHONE NUMBER STATE OF WASHINGTON CONTRACTORS LICENSE NUMBER GOaD M.E t0 A?n FEDERAL ID No. I 1 1 1 -IO I I 1 ( p I cI 7 i Note: (1) This proposal form is not transferable and any alteration of the firm's name entered hereon without prior permission from the Secretary of Transportation will be cause for considering the proposal irregular and subsequent rejection of the bid. (2) Please refer to section 1 -02.6 of the standard specifications, re: "Preparation of Proposal," or "Article 4" of the Instructions to Bidders for building construction jobs. (3) Should it be necessary to modify this proposal either in writing or by electronic means, please make reference to the following proposal number in your communication. 51 5C1-E t.�r 127 ADDENDUM NO. 1 TO THE BID DOCUMENT AND PROJECT SPECIFICATION FOR THE CITY OF YAKIMA, WA For Jerome Avenue Irrigation Project — Phase 2 CITY OF YAKIMA PROJECT NO. 1950 BID OPENING: October 30 2002 (vi 2:00 p.m., City Hall Council Chambers TO THE ATTENTION OF ALL BIDDERS AND PLAN HOLDERS: The Bid & Contract Documents shall be modified as follows: ITEM 1. Special Provisions, Division 1 (ADD): Completion Dates Section 1 -01.3 is supplemented with the following: All work shall be completed on or before March 14th, 2003. ITEM 2. Special Provisions, Division 4 (ADD): Shoulder Ballast Section 4- 04.3(11) is modified as follows: Replace the word "ballast" with "repair" throughout this section. Measurement Section 4 -04.4 is modified as follows: Shoulder Repair shall consist of Crushed Surfacing Top Course and be a minimum compacted depth of 2 inches with a minimum width of 2 feet, and shall be measured by the square yard in place. Payment Section 4 -04.5 is supplemented with the following: "Shoulder Repair", per square yard. ITEM 3. Special Provisions, Division 5 (Page 58): Measurement Section 5 -04.4 is supplemented with the following: Asphalt Concrete for pavement Repair shall consist of the following depths based upon the following plan stations. Station 10 +00 to 39 +50 2" compacted depth asphalt concrete pavement with 4" compacted depth crushed surfacing top course. Station 39 +50 to 40 +10 4" compacted depth asphalt concrete pavement with 6" compacted depth crushed surfacing top course. Station 40 +10 to 66 +58 2" compacted depth asphalt concrete pavement with 4" compacted depth crushed surfacing top course. Addendum No. 1 Page 1 of 4 10/24/2002 • ITEM 4. Prevailing Wage Rates (Page 73): The Contractor is advised that these Construction Contract Specifications & Bid Documents do not contain the most current prevailing wage rates. The Contractor is responsible to obtain and use the most current prevailing wage rates. As of this date, the most current version is dated 08- 31 -02. ITEM 5. Proposal: Item Proposal Bid Sheet — Schedule B (Page 107): Remove existing Item Proposal Bid Sheet — Schedule B on page 107 and replace with the attached Item Proposal Bid Sheet — Schedule B dated 10/24/02. • Addendum No. 1 Page 2 of 4 10/24/2002 ti ITEM 6. Plan Sheet Revisions (Plan Pages 7 of 13 & 9 of 13: Revise all 30" SDR PIP ELBOWS shown to 27" SDR PIP ELBOWS. 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 r- --ipt f t - ADDENDUM on the proposal form prior to bid opening. APPROVED: )O" Z-'' fl 2 d K. We dell Asa s, P.E. Date City Engineer * END OF ADDENDUM NO. 1 * Addendum No. 1 Page 4 of 4 10/24/2002 Jerome Avenue Irrigation Project Phase 2 25th Avenue to 6th Avenue CITY OF YAKIMA PROJECT NO. 1950 y AA W AD,q /t7-/C-OZ- A.`_ p WA Ski �t SQ�� Ch i c � F . • 29619 Cy RE'CJSTERs � EXPIRES 1 1 /17/2003 1 2 CONTENTS Jerome Avenue Irrigation Project - Phase 2 CITY OF YAKIMA PROJECT NO. 1950 SECTION PAGE INVITATION TO BID 5 STANDARD SPECIFICATIONS 7 Standard Specifications 7 Amendments to the 2002 Standard Specifications 7 CONTRACT PROVISIONS 33 Special Provisions 33 Project Description 33 DIVISION 1 — GENERAL REQUIREMENTS 33 1 -02 Bid Procedures and Conditions 33 Prequalification Form — 3 -02 35 MBE/WBE Form — 5/95 41 1 -03 Award and Execution of Contract 45 1 -05 Control of Work 45 1 -07 Legal Relations and Responsibilities to the Public 46 1 -08 Prosecution and Progress 48 1 -09 Measurement and Payment 49 1 -10 Temporary Traffic Control 49 DIVISION 2 — EARTHWORK 53 2 -02 Removal of Structures and Obstructions 53 2 -07 Watering 54 2 -09 Structure Excavation 55 DIVISION 5 — SURFACE TREATMENTS AND PAVEMENTS 56 5 -04 Asphalt Concrete Pavement 56 DIVISION 7 — DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS 59 7 -08 General Pipe Installation Requirements 59 7 -11 Pipe Installation for Water Mains 60 Contract Form 61 Performance Bond Form 63 Informational Certificate of Insurance 65 Informational Additional Insured Endorsement 67 Minimum Wage Affidavit Form 69 PREVAILING WAGE RATES 71 PROPOSAL 103 Proposal Form 103 Item Proposal Bid Sheet — Schedule A 105 Item Proposal Bid Sheet — Schedule B 107 Bid Bond Form 109 Non - Collusion Declaration 111 Non - Discrimination Provision 113 Subcontractor List 115 Women and Minority Business Enterprise Policy 117 Council Resolution 119 Affirmative Action Plan 121 Bidders Certification 123 Subcontractors Certification 124 Proposal Signature Sheet 127 Bidders Check List 129 PLANS & DETAILS 131 Traffic Control Plan 131 Construction Plans & Details 133 3 4 INVITATION TO BID NOTICE IS HEREBY GIVEN that sealed bids will be received by the City Clerk of the City of Yakima, 129 North 2nd Street, Yakima, Washington, 98901 of Yakima, until 2:00 PM on October 30, 2002 and will then and there be opened and publicly read for the construction of: Jerome Avenue Irrigation Project - Phase 2 CITY OF YAKIMA PROJECT NO. 1950 This project provides for the improvement of the City of Yakima's Irrigation System. The project shall be divided into two schedules. Schedule A shall be from station 39 +00 to end of project while Schedule B shall extend from station 10 +00 to station 39 +00. The work shall consist of removing and replacing a total of approximately 5,490 linear feet of existing irrigation main with new 27" diameter SDR 51 PIP and associated connections, fittings, and concrete blocking as well as all surface restoration within the construction area and other work. All bid proposals shall be accompanied by a bid proposal deposit in cash, certified check, cashier's check or surety bond in an amount equal to five percent (5 %) of the amount of such bid proposal. Should the successful bidder fail to enter into such contract and furnish satisfactory performance bond within the time stated in the specifications, the bid proposal deposit shall be forfeited to the City of Yakima. Plans and specifications may be obtained at the Office of the City Engineer located at 129 North 2nd Street upon payment of the amount of $25.00 for each set, non refundable. Informational copies of maps, plans, and specifications are on file for inspection in the Office of the City Engineer of Yakima in Yakima, Washington, and at Plan Centers in Yakima and Kennewick, Washington. A pre -bid conference will be held at Yakima City Hall CED Conference Room, Second Floor, 129 North 2nd Street, Yakima, Washington at 10:00 AM on October 23, 2002. The conference will feature project discussion, DBE Contractor participation and requirements, and the Affirmative Action Plan. The City reserves the right to reject any or all bids and proposals. DATED this 11th day of October, 2002 (SEAL) KAREN ROBERTS CITY CLERK PUBLISH October 15, 2002 October 16, 2002 5 6 STANDARD SPECIFICATIONS Standard Specifications Amendments to the 2002 Standard Specifications INTRODUCTION The following Amendments and Special Provisions shall be used in conjunction with the 2002 Standard Specifications for Road, Bridge, and Municipal Construction (English). AMENDMENTS TO THE STANDARD SPECIFICATIONS The following Amendments to the Standard Specifications are made a part of this contract and supersede any conflicting provisions of the Standard Specifications. For informational purposes, the date following each Amendment title indicates the implementation date of the Amendment or the latest date of revision. Each Amendment contains all current revisions to the applicable section of the Standard Specifications and may include references which do not apply to this particular project. SECTION 1 -04, SCOPE OF THE WORK January 7, 2002 1 -04.7 Differing Site Conditions (Changed Conditions) This section is revised to read: During the progress of the work, if preexisting subsurface or latent physical conditions are .encountered at the site, differing materially from those indicated in the contract, or if preexisting unknown physical conditions of an unusual nature, differing materially from those ordinarily encountered and generally recognized as inherent in the work provided for in the contract, are encountered at the site, the party discovering such conditions shall promptly notify the other party in writing of the specific differing site conditions before they are disturbed and before the affected work is performed. • Upon written notification, the Engineer will investigate the conditions and if he /she determines that the conditions materially differ and cause an increase or decrease in the cost or time required for the performance of any work under the contract, an adjustment, excluding loss of anticipated profits, will be made and the contract modified in writing accordingly. The Engineer will notify the Contractor of his /her determination whether or not an adjustment of the contract is warranted. No contract adjustment which results in a benefit to the Contractor will be allowed unless the Contractor has provided the required written notice. The equitable adjustment will be by agreement with the Contractor. However, if the parties are unable to agree, the Engineer will determine the amount of the equitable adjustment in accordance with Section 1 -09.4. Extensions of time will be evaluated in accordance with Section 1 -08.8. If the Engineer determines that different site conditions do not exist and no adjustment in costs or time is warranted, such determination shall be final as provided in Section 1 -05.1. If there is a decrease in the costs or time required to perform the work, failure of the Contractor to notify the Engineer of the differing site conditions shall not affect the Contracting Agency's right to make an adjustment in the costs or time. No claim by the Contractor shall be allowed unless the Contractor has followed the procedures provided in Section 1 -04.5 and 1- 09.11. SECTION 1 -07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC August 5, 2002 1 -07.15 Temporary Water Pollution /Erosion Control This section is supplemented with the following: 1 07.15(1) Spill Prevention, Control and Countermeasures Plan The Contractor shall prepare a project specific spill prevention, control and countermeasures (SPCC) plan to be i ised for the di duration of the project The n shall be submitted to the Engineer prior to the commencement of any on site construction activities. The Contractor shall maintain a copy of the plan at the work site, including any necessary updates as the work progresses. If hazardous materials are encountered during c the Contractor shall do everything possible to control and contain the material until appropriate measures can be taken. Hazardous material, as referred to within this specification, is defined in RCW 70.105.010 under "Hazardous Substances ". Occupational safety and health requirements that pertain to SPCC planning are contained in WAC 296- 155 and WAC 296 -62. The SPCC plan shall address the following project- specific information: 1. SPCC Plan Elements A. Site Information 8 Identify general site information useful in construction planning, recognizing potential sources of spills, and identifying personnel responsible for managing and implementing the plan. B. Project Site Description Identify staging, storage, maintenance, and refueling areas and their relationship to drainage pathways, waterways, and other sensitive areas. Specifically address: • the Contractor's equipment maintenance, refueling, and cleaning activities. • the Contractor's on site storage areas for hazardous materials. C. Spill Prevention and Containment Identify spill prevention and containment methods to be used at each of the locations identified in B., above. D. Spill Response Outline spill response procedures including assessment of the hazard, securing spill response and personal protective equipment, containing and eliminating the spill source, and mitigation, removal and disposal of the material. E. Standby, On -Site, Material and Equipment The plan shall identify the equipment and materials the Contractor will maintain on site to carry out the preventive and responsive measures for the items listed. F. Reporting The plan shall list all federal, state and local agency telephone numbers the Contractor must notify in the event of a spill. G. Program Management Identify site security measures, inspection procedures and personnel training procedures as they relate to spill prevention, containment, response, management and cleanup. H. Preexisting Contamination If preexisting contamination in the project area is described elsewhere in the plans or specifications, the SPCC plan shall indicate measures the Contractor will take to conduct work without allowing release or further spreading of the materials. 2. Attachments A. Site plan showing the locations identified in (1. B. and 1. C.) noted previously. B. Spill and Incident Report Forms, if any, that the Contractor will be using. 9 Implementation Requirements The Contractor shall be prepared and shall carry out the SPCC plan in the event of a hazardous spill within the project limits. Payment The lump sum contract price for the "SPCC Plan" shall be full pay for: 1. All costs associated with creating the SPCC plan. 2. All costs associated with providing and maintaining on site standby materials and equipment described in the SPCC plan. As to other costs associated with spills the contractor may request payment as provided for in the Contract. No payment shall be made if the spill was caused by or resulted from the Contractor's operations, negligence or omissions. SECTION 1 -09, MEASUREMENT AND PAYMENT August 5, 2002 1- 09.2(4) Specific Requirements for Belt Conveyor Scales In the first paragraph, the reference to "National Bureau of Standards Handbook No. 44," is revised to read: National Institute of Standards and Technology (NIST) Handbook No. 44, 1 - 09.6 Force Account On page 1 -86, under "For Labor ", the fourth and fifth sentences in the second paragraph are deleted. On page 1 -86, under "For Labor ", the fifth paragraph is revised to read: In addition to compensation for direct labor costs defined above, the Contracting Agency will pay the Contractor 29 percent of the sum of the costs calculated for labor reimbursement to cover project overhead, general company overhead, profit, bonding, insurance, Business & Occupation tax, and any other costs incurred. This amount will include any costs of safety training and health tests, but will not include such costs for unique force account work that is different from typical work and which could not have been anticipated at the time of bid. On page 1 -87, under "For Equipment ", the third paragraph is supplemented with the following: In the event that prior quotations are not obtained and the vendor is not a firm independent from the Contractor or subcontractor, then after - the -fact quotations may be obtained by the Engineer from the open market in the vicinity and the lowest such quotation may be used in place of the submitted invoice. On page 1 -88, under "For Services ", the first paragraph is supplemented with the following: In the event that prior quotations are not obtained and the service invoice is submitted by a subcontractor, then after - the -fact quotations may be obtained by the Engineer from the open market in the vicinity and the lowest such quotation may be used in place of the submitted invoice. SECTION 1 -10, TEMPORARY TRAFFIC CONTROL January 7, 2002 1- 10.2(1) General This section is revised to read: It is the Contractor's responsibility to plan, conduct and safely perform the work. The Contractor shall designate an individual or individuals to perform the duties of Traffic Control Manager (TCM). The TCM must be an employee of the Contractor. The duties of the TCM may not be subcontracted. 10 • The Contractor shall also designate an individual or individuals to perform the duties of the Traffic Control Supervisor (TCS). The TCS shall be responsible for safe implementation of approved Traffic Control Plans provided by the TCM. The TCM and TCS shall be certified as worksite traffic control supervisors by one of the organizations listed in the Special Provisions. A TCM and TCS are required on all projects that have traffic control. The TCM may also perform the duties of the TCS. The Contractor shall identify an alternate TCM and TCS who can assume the duties of the assigned or primary TCM and TCS in the event of that person's inability to perform. Such alternates shall meet the same requirements as the primary TCM and TCS. The Contractor shall maintain 24 -hour telephone numbers at which the TCM and TCS can be contacted and be available upon the Engineer's request at other than normal working hours. The TCM and TCS shall have the appropriate personnel, equipment, and material available at all times in order to expeditiously correct any deficiency in the traffic control system. 1 10.2(1)A Traffic Control Manager This section is revised to read: The duties of the Traffic Control Manager (TCM) shall include: 1. Overseeing and approving the actions of the Traffic Control Supervisor (TCS) to ensure that proper safety and traffic control measures are implemented and consistent with the specific requirements created by the Contractor's workzones and the Contract. 2. Providing the Contractor's designated TCS with approved Traffic Control Plans (TCP's) which are compatible with the work operations and traffic control for which they will be implemented. 3. Discussing proposed traffic control measures and coordinating implementation of the Contractor - adopted traffic control plan(s) with the Engineer. 4. Coordinating all traffic control operations, including those of subcontractors, suppliers, and any adjacent construction or maintenance operations. 5. Coordinating the project's activities (such as ramp closures, road closures, and lane closures) with appropriate police, fire control agencies, city or county engineering, medical emergency agencies, school districts, and transit companies. 6. Overseeing all requirements of the contract which contribute to the convenience, safety, and orderly movement of vehicular and pedestrian traffic. 7. Having the latest adopted edition of the MUTCD including the Modifications to the MUTCD for Streets and Highways for the State of Washington and applicable standards and specifications available at all times on the project. 8. Attending all project meetings where traffic management is discussed. 9 Reviewing the TCS diaries daily and being aware of "field" traffic control operations. 10. Assuring daily submissions of previous day's TCS diaries, indicating date of TCM review, to WSDOT TCS. 11, Being present on -site a sufficient amount of time to adequately accomplish the above - listed duties. 11 1- 10.2(1)B Traffic Control Supervisor This section is revised to read: A Traffic Control Supervisor (TCS) shall be on the project whenever traffic control labor is required or less frequently, as approved by the Engineer. The TCS shall personally perform all the duties of the TCS. During non -work periods, the TCS shall be available to the job site within a 45- minute time period after notification by the Engineer. The TCS's duties shall include: 1. Inspecting traffic control devices and nighttime lighting for proper location, • installation, message, cleanliness, and effect on the traveling public. Traffic control devices shall be inspected each work shift except that Class A signs and nighttime lighting need to be checked only once a week. Traffic control devices left in place for 24 hours or more should also be inspected once during the nonworking hours when they are initially set up (during daylight or darkness, whichever is opposite of the working hours). 2. Preparing a daily traffic control diary on DOT Forms 421 -040A and 421-040B, which shall be submitted to the Engineer no later than the end of the next working day to become a part of the project records. The Contractor may use their own form if it is approved by the Engineer. Include in the diary such items as: a. When signs and traffic control devices are installed and removed, b. Location and condition of signs and traffic control devices, c. Revisions to the approved traffic control plan (TCP), d. Lighting utilized at night, and e. Observations of traffic conditions. 3. Ensuring that corrections are made if traffic control devices are not functioning as required. The TCS may make minor revisions to the approved traffic control plan to accommodate site conditions as long as the original intent of the traffic control plan is maintained and the revision has concurrence of the TCM and /or WSDOT TCS. 4. Attending traffic control coordinating meetings or coordination activities as authorized by the Engineer. 5. Ensuring that all needed traffic control devices are available and in good working condition prior to the need to install those devices. 6. Having a current set of approved TCP's and applicable contract provisions as provided by the TCM and the latest adopted edition of the MUTCD including the Modifications to the MUTCD for Streets and Highways for the State of Washington and applicable standards and specifications. The TCS may perform the work described by "Traffic Control Labor" as long as the duties of the TCS are accomplished. Possession of a current flagging card by the TCS is mandatory. A reflective vest and a hard hat shall be worn by the TCS. 1 10.2(2) Traffic Control Plans This section including title is revised to read: 1 10.2(2) Traffic Control Plans (TCP's) The traffic control plan or plans appearing in the contract plans show a method of handling traffic. All flaggers are to be shown on the traffic control plan except for emergency situations. The Contractor shall designate and adopt in writing the specific traffic control plan or plans required for their method of performing the work. If the Contractor's methods differ from the contract traffic control plan(s), the Contractor shall propose modification of 12 the traffic control plan(s) by showing the necessary construction signs, flaggers, and other traffic control devices required for the project. The Contractor's modified traffic control plan(s) shall be in accordance with the established standards for plan development as shown in the MUTCD, Part VI. The Contractor's letter designating and adopting the specific traffic control plan(s) or any proposed modified plan(s) shall be submitted to the Engineer for approval at least ten calendar days in advance of the time the signs and other traffic control devices will be required. The Contractor shall be solely responsible for providing copies of the approved Traffic Control Plans to the Traffic Control Supervisor. SECTION 1 -99, APWA SUPPLEMENT August 5, 2002 Section 1 -02.1 (APWA Only) on Page 1 -112 This section is revised to read: Bidders shall be qualified by experience, financing, equipment, and organization to do the work called for in the Contract Documents. The Contracting Agency reserves the right to take whatever action it deems necessary to ascertain the ability of the bidder to perform the work satisfactorily. Section 1 - 02.14 (APWA Only) Page 1 - 114 Item 3 is revised to read: 3. The bidder, in the opinion of the Contracting Agency, is not qualified for the work or to the full extent of the bid, or to the extent that the bid exceeds the authorized prequalification amount as may have been determined by a prequalification of the bidder; Item 10 is deleted Section 1 - 07.18 (APWA Only) Page 1 - 123 Item No. 4 is revised to read: 4. A Pollution Liability policy, required if so stated in the Contract Provisions, providing coverage for claims involving remediation, disposal, or other handling of pollutants arising out of: (1) Contractor's operations related to this project; (2) transportation of hazardous materials to or from any site related to this project, including, but not limited to, the project site and any other site, including those owned by the Contractor or for which the Contractor is responsible; and (3) remediation, abatement, repair, maintenance or other work with lead -based paint or materials containing asbestos. Such Pollution Liability policy shall provide the following minimum coverage for Bodily Injury and Property Damage: $1,000,000 per occurrence Section 1 - 07.18 (APWA Only) Page 1 - 124 The third paragraph under "Evidence of Insurance" is revised to read: A copy of the endorsement naming Contracting Agency and any other entities required by the Contract Provisions as Additional Insured(s), and stating that coverage is primary and non - contributory, showing the policy number, and signed by an authorized representative of the insurance company on Form CG2010 (ISO) or equivalent. 13 SECTION 6 -02, CONCRETE STRUCTURES August 5, 2002 6- 02.3(2)A Contractor Mix Design The last sentence of the first paragraph is revised to read: All other concrete mix designs except those for lean concrete and commercial concrete shall have a minimum cementitious material content of 564 pounds per cubic yard of concrete. 6 02.3(2)B Commercial Concrete This section is revised to read as follows: Commercial concrete shall have a minimum compressive strength at 28 days of 3000 psi in accordance with AASHTO T 22. Commercial concrete placed above the finished ground line shall be air entrained and have an air content from 4.5 percent to 7.5 percent per AASHTO T 152. Commercial concrete does not require plant approval, mix design, or source approvals for cement, aggregate, and other admixtures. Where concrete Class 3000 is specified for nonstructural items such as, culvert headwalls, plugging culverts, concrete pipe collars, pipe anchors, monument cases, luminaire bases, pedestals, cabinet bases, guardrail anchors, sign post foundations, fence post footings, sidewalks, curbs, and gutters, the Contractor may use commercial concrete. If commercial concrete is used for sidewalks, curbs, and gutters, it shall have a minimum cementitious material content of 564 pounds per cubic yard of concrete and shall be air entrained. Commercial concrete shall not be used for structural items such as, bridges, retaining walls, box culverts, or foundations for high mast luminaires, mast arm traffic signals, cantilever signs, and sign bridges. The Engineer may approve other nonstructural items not listed for use as commercial concrete. 6 02.3(4)C Consistency The first paragraph is supplemented with the following: 4. 9 inches for shafts when using Class 4000P, provided the water cement ratio does not exceed 0.44 and a water reducer is used meeting the requirements of 9 -23.6. 5. 5.5 inches for all concrete placed in curbs, gutters, and sidewalks. The second paragraph is revised to read: When a high range water reducer is used, the maximum slump listed in 1, 2, 3, and 5 above, may be increased an additional 2 inches. 6 02.3(6)A Weather and Temperature Limits to Protect Concrete The section "Cold Weather Protection" is revised to read: The Contractor shall provide a written procedure for cold weather concreting to the Engineer for review and approval. The procedure shall detail ho the Contractor will prevent the concrete temperature from falling below 50° F. Permission given by the Engineer to place concrete during cold weather will in no way ensure acceptance of the work by the Contracting Agency. Should the concrete placed under such conditions prove unsatisfactory in any way, the Engineer shall still have the right to reject the work although the plan and the work were carried out with his permission. The Contractor shall provide and maintain a recording thermometer on the concrete surface at a location specified by the Engineer. During freezing or near - freezing weather, data from this thermometer shall be readily available to the Engineer. The Contractor shall not mix nor place concrete while the air temperature is below 35° F, unless the water or aggregates (or both) are heated to at least 70° F. The aggregate shall not exceed 150° F. If the water is heated to more than 150° F, it shall be mixed with the aggregates before the cement is added. Any equipment and methods shall heat the materials evenly. 14 The Contractor may warm stockpiled aggregates with dry heat or steam, but not by applying flame directly or under sheet metal. If the aggregates are in bins, steam or water coils or other heating methods may be used if aggregate quality is not affected. Live steam heating is not permitted on or through aggregates in bins. If using dry heat, the Contractor shall increase mixing time enough to permit the super -dry aggregates to absorb moisture. Any concrete placed in air temperatures below 35° F shall be immediately enclosed. Air temperature within the enclosure shall be maintained such that the concrete surface temperature stays between 50° F and 90° F, and the relative humidity shall be above 80 percent. These conditions shall be maintained for a minimum of seven days or for the cure period required by Section 6- 02.3(11), whichever is longer. If artificial heat is used to maintain the temperature inside the enclosure, moisture shall be added to the enclosure to maintain the humidity as stated above. The Contractor shall stop adding moisture 24 hours before removing the heat. Extra protection shall be provided for areas especially vulnerable to freezing (such as exposed top surfaces, corners and edges, thin sections, and concrete placed into steel forms). If weather forecasts predict air temperatures below 35° F during the seven days just after the concrete placement, the Contractor may place the concrete only if his approved cold weather concreting plan is implemented. In addition, if air temperatures fall below 35 °F within 7 days after placement of concrete, the Contractor shall implement his approved cold weather concreting plan. 6 02.3(14)B Class 2 Surface Finish The first sentence of the first paragraph is revised to read: The Contractor shall apply a Class 2 finish to all above - ground surfaces not receiving a Class 1 finish as specified above unless otherwise indicated in the Contract. 6 02.3(17)J Face Lumber, Studs, Wales, and Metal Forms On page 6 -60, the paragraph beginning with "All corners shall be beveled... etc." is revised to read: All corners shall be beveled 3/4 inch. However, footings, footing pedestals, and seals need not be beveled unless required in the Plans. 6 02.3(26)H Grouting The sixth paragraph is revised to read: The Contractor shall proportion the mix to produce a grout with a flow of 11 to 20 seconds as determined by ASTM C 939, Flow of Grout for Preplaced Aggregate Concrete (Flow Cone Method). The grout ejected from the end vent shall have a minimum flow of 11 seconds. 6 02.3(28)B Casting The following new paragraph is inserted after the first paragraph: Concrete shall meet the requirements of Section 6- 02.3(25)B for annual pre - approval of the concrete mix design, and slump. SECTION 7 -08, GENERAL PIPE INSTALLATION REQUIREMENTS April 1, 2002 7 -08.4 Measurement The fifth paragraph is revised to read: Embankment construction before pipe placement under the applicable provisions of Section 7- 08.3(1)A will be measured in accordance with Section 2 -03. 15 • • • SECTION 7 -09, PIPE AND FITTINGS FOR WATER MAINS August 5, 2002 This section including title is revised in its entirety to read: SECTION 7 -09, WATER MAINS 7 -09.1 Description This work shall consist of constructing water mains 16 inches in diameter and smaller in accordance with the Plans, these Standard Specifications, the Special Provisions and the Standard Plans, at the location shown on the Plans. 7- 09,1(1) D finitinns 7- 09.1(1)A Trench Widths Trench width is from trench wall to trench wall, outside of shoring. 7 09.1(1)B Unsuitable Material Material removed because it is unsatisfactory for foundations is defined as unsuitable foundation material. Material removed in trenching which is unsuitable for replacement in the backfill is defined as unsuitable backfill material. 7 09.1(1)C Gravel Backfill for Pipe Zone Bedding Gravel backfill for pipe zone bedding is the method or material used to transmit load from the pipe into the foundation or into the sidewall support. 7 09.1(1)D Pipe Zone Backfill Pipe zone backfill includes material placed above the gravel backfill for pipe zone bedding . up to the depths shown on the Standard Plans. 7 09.1(1)E Trench Backfill Trench backfill includes materials placed above the pipe zone backfill. Trench backfill within the roadway prism shall extend up to the underside of the pavement or surfacing materials. Trench backfill outside the roadway prism shall extend up to original ground or finished grade. 7 - 09.2 Materials Materials shall meet the requirements of the following sections: Pipe for main line: 9 -30.1 Ductile Iron Pipe 9- 30.1(1) Steel Pipe (6 inches and over) 9- 30.1(4)A Polyvinyl Chloride (PVC) Pressure Pipe (4 inches and over) 9- 30.1(5)A Polyvinyl Chloride (PVC) Pressure Pipe ( u unriar 4 inches) 9-30.1(9P Polyethylene (PE) Pressure Pipe (4 inches and over) 9- 30.1(6) Fittings for Main Lines: 9 -30.2 Ductile Iron Pipe 9-30.2(1) Steel Pipe (6 inches and over) 9- 30.2(4)A Polyvinyl Chloride (PVC) Pipe (4 inches and over) 9- 30.2(5)A Polyvinyl Chloride (PVC) Pipe (under 4 inches) 9- 30.2(5)B Restrained Joints 9- 30.2(6) Bolted, Sleeve — Type Couplings for Plain End Pipe 9- 30.2(7) Restrained Flexible Couplings 9- 30.2(8) Grooved and Shouldered Joints 9- 30.2(9) Polyethylene (PE) Pipe (4 inches and over) 9- 30.2(10) Fabricated Steel Mechanical Slip — Type Expansion Joints 9- 30.2(11) 16 Appurtenancues: Concrete Blocking 6- 02.3(2)B Detectable Marking Tape 9 -15.18 Blow Off Assemblies 9 -30.1, 9 -30.2, 9 -30.3, 9 -30.6 Polyethylene Encasement 9- 30.1(2) Steel Pipe (4 inches and under) 9- 30.1(4)B Fittings for Steel Pipe (4 inches and under) 9- 30.2(4)B Aggregates: Foundation Material 9- 03.17, 9 -03.18 Gravel Backfill for Pipe Zone Bedding 9- 03.12(3) Pipe Zone Backfill 9 -03.19 Trench Backfill 9 -03.15 or 9 -03.19 It is not intended that materials listed herein are to be necessarily considered equal or generally interchangeable for all applications. Those suitable for the project shall be specified in the Special Provisions or shown on the Plans. The pipe manufacturer shall test all pipe and fittings as required by these Standard Specifications and the standards referenced. The pipe manufacturer shall submit to the Engineer two (2) copies of all test results including a written certification that material to be delivered is represented by the samples tested and that such delivered materials meet or exceed the specified requirements. No pipe shall be delivered until test results and certifications are in the hands of the Engineer. The Engineer shall have free access to all testing and records pertaining to material to be delivered to the job site. The Engineer may elect to be present at any or all material testing operations. The basis of acceptance shall be a certificate of compliance as described in Section 1 -06.3, accompanied by two (2) copies of pressure test results of the pipe or fittings involved. 7 -09.3 Construction Requirements 7- 09.3(1) General Trench excavation required for the installation of water mains and appurtenances shall be unclassified. Material excavated from trenches and piled adjacent to the trench or in a roadway or public thoroughfare shall be piled and maintained so that the toe of the slope of the spoil material is at least 2 feet from the edge of the trench. It shall be piled in a manner to prevent surface water from flowing into the excavation and in a manner that will cause a minimum of inconvenience to public travel. Free access shall be provided to all fire hydrants, water valves, and meters; and clearance shall be left to enable the free flow of storm water in gutters, conduits, and natural watercourses. 7 09.3(2) Ungraded Streets On ungraded streets, when grading is not called for in the Contract, the depth of trench excavation shall be as shown on the Plans and as staked. Where the Plans show the pipe is to be laid above the existing ground surface, an embankment fill shall be made and compacted to conform with the section shown on the Plans, and the water main trench shall be excavated therein. That portion of the embankment below the bottom of the pipe shall be compacted with rollers or mechanical compactors under controlled moisture conditions as required under Method B of Section 2- 03.3(14)C. 17 7- 09.3(3) Clearing and Grubbing in Ungraded Streets On ungraded streets, where clearing and grubbing is not called for in the Contract, the area to be excavated or filled shall be cleared and grubbed by the Contractor. This work shall consist of the removal and disposal of logs, stumps, roots, brush, and other refuse within 5 feet of the centerline of the pipe. Such material shall be disposed of in accordance with the Special Provisions. .7 09.3(4) Removal of Existing Street Improvements Removal of existing street improvements and pavement from driveways and sidewalks shall be performed as specified in Section 2 -02. Stockpiling of waste materials along the trench shall not be allowed. 7 09 Grade and Alignment The location of blow off assemblies and combination air release /air vacuum valves are shown on the Plans. The Contractor shall verify the locations and establish the depth of the existing water mains at the points where connections are to be made prior to trenching for the pipelines. The profile shall be adjusted so no new high spots or low spots are created between the connection points to the existing water mains. The depth of trenching for water mains shall be such as to give a minimum cover of 36 inches over the top of the pipe unless otherwise specified in the Special Provisions. Deeper excavation may be required due to localized breaks in grade, or to install the new main under existing culverts or other utilities where necessary. Where the profile of the pipeline and the ground surface is shown on the Plans, the pipeline shall be laid to the elevation shown regardless of depth. The excavation shall be to such depth that the minimum cover over valve operating nuts shall be 1 foot. 7 09.3(6) Existing Utilities Existing utilities of record, except services, are shown on the Plans. These are shown for convenience only, and the Engineer assumes no responsibility for improper locations or failure to show utility locations on the Plans. When utility services occupy the same space as the new water main, the Contractor shall complete necessary excavation to fully expose such services. The Contractor shall protect said services, and work around them during excavating and pipe laying operations. Any damages to services resulting from the Contractor's operation shall be reported to the appropriate utility. Such damage shall be repaired at the Contractor's expense. 7 09.3(7) Trench Excavation The Contractor shall perform excavation of every description and in whatever materials encountered to the depth indicated on the Plans or specified in the Special Provisions. Excavations shall be made by open cut unless otherwise provided for. Trenches shall be excavated to true and smooth bottom grades and in accordance with the lines given by the Engineer or shown on the Plans. The trench bottom shall provide uniform bearing and support for each length of pipe. Bell holes shall be excavated to the extent necessary to permit accurate work in making and inspecting the joints. The banks of the trenches shall be kept as nearly vertical as soil conditions will permit, and where required to control trench width or to protect adjacent structures, the t renc h s h a ll b s h ee t e d an d b Trench widths to foot above the top of the pipe shall not exceed 30 inches maximum or 1 times the outside diameter of the pipe plus 18 inches whichever is greater. Standard excavating equipment shall be adjusted so as to excavate the narrowest trench possible. Trench excavation shall not be more than 400 feet ahead of the pipe laying operation and trenches shall be closed up at the end of the day. • The Contractor shall exercise sound engineering and construction practices in excavating the trench and maintaining the trench so that no damage will occur to any foundation, • structure, pole line, pipe line, or other facility because of slough or slopes, or from any other cause. If, as a result of the excavation, there is disturbance of the ground, which 18 may endanger other property, the Contractor shall immediately take remedial action at no additional expense to the Contracting Agency. No act, representation, or instruction of the Engineer shall in any way relieve the Contractor from liability for damages or costs that result from trench excavation. Care shall be taken not to excavate below the depth specified. Excavation below that depth shall be backfilled with foundation material and compacted as specified herein. If workers have to enter any trench or other excavation 4 feet or more in depth that does not meet the open pit requirements of Section 2- 09.3(3)B, it shall be shored. The Contractor alone shall be responsible for worker safety, and the Contracting Agency assumes no responsibility. Upon completing the work, the Contractor shall remove all shoring unless the Plans or the Engineer direct otherwise. 7 09.3(7)A Dewatering of Trench Where water is encountered in the trench, it shall be removed during pipe - laying operations and the trench so maintained until the ends of the pipe are sealed and provisions are made to prevent floating of the pipe. Trench water or other deleterious materials shall not be allowed to enter the pipe at any time. 7 09.3(7)B Rock Excavation Rock excavation shall cover the removal and disposal of rock that requires systematic drilling and blasting for its removal, and also boulders exceeding 1/2 cubic yard. Ledge rock, boulders, or stones shall be removed to provide a minimum clearance of 4 inches under the pipe. Hardpan, hard clay, glacial till, sandstone, siltstone, shale, or other sedimentary rocks, which are soft, weathered, or extensively fissured will not be classified as rock excavation. Rock is defined as one which has a modulus of elasticity of more than 200,000 psi or unconfined compressive strength at field moisture content of more than 2,000 psi. Materials removed shall be replaced with gravel backfill for pipe zone bedding, pipe zone backfill or trench backfill as designated by the Engineer. 7 09.3(7)C Extra Trench Excavation Changes in grades of the water main from those shown on the Plans, or as provided in the Special Provisions, may be necessary because of unplotted utilities, or for other reasons. If, in the opinion of the Engineer, it is necessary to adjust, correct, relocate, or in any way change the line and grade, such changes shall be made by the Contractor under the terms of these Standard Specifications. When pipeline grade is lowered in excess of 1 foot below the grade indicated on the Plans, the Contractor shall make such extra excavation as necessary. When the pipeline horizontal alignment is changed by more than 1 foot from the line indicated on the Plans, after the trench has been excavated, the Contractor shall excavate the trench at the changed location and backfill and compact the previous trench. Additional excavation so required will be classified as extra trench excavation. 7 09.3(8) Removal and Replacement of Unsuitable Materials Whenever in excavating the trench for water mains, the bottom of the trench exposes peat, soft clay, quicksand, or other unsuitable foundation material, such material shall be removed to the depth directed by the Engineer and backfilled with foundation material. When determined by the Engineer that silty soils or fine sandy soils are encountered, Class C foundation material shall be required. Silty soils or fine sandy soils usually flow in the presence of a stream of water. When determined by the Engineer that clays, peats, or other soft materials are encountered that become saturated with water, but do not break down into fine particles and flow, Class A or Class B foundation material shall be required. 19 Material removed from the trench that is unsuitable for trench backfill shall be removed and hauled to a waste site. If material is not available within the limits of the project for backfilling the trench, the Contractor shall furnish trench backfill meeting the requirements of Section 9- 03.12(3) or 9 -03.19 as required. Unsuitable material shall be loaded directly into trucks and hauled to a waste site obtained by the Contractor. Stockpiling of unsuitable material at the project site shall not be • allowed. 7 09.3(9) Bedding the Pipe Gravel backfill for pipe zone bedding shall be select granular material free from wood waste, organic material, and other extraneous or objectionable materials and shall have a maximum dimension of 1 -1/2 inches. Gravel hackfill fnr pipe zone bedding shall be placed to the depths shown on Standard Plan B -11. Gravel backfill for pipe zone bedding shall be rammed and tamped around the pipe to 95 percent of maximum density by approved hand- held tools, so as to provide firm and uniform support for the full length of the pipe, valves, and fittings. Care shall be taken to prevent any damage to the pipe or its protective coating. 7 09.3(10) Backfilling Trenches Prior to backfilling, form lumber and debris shall be removed from the trench. Sheeting used by the Contractor shall be removed just ahead of the backfilling. Backfill up to 12 inches over the top of the pipe shall be evenly and carefully placed. Materials capable of damaging the pipe or its coating shall be removed from the backfill material. The remainder of the material shall be placed by dumping into the trench by any method at the option of the Contractor, and shall be compacted as specified hereinafter. A minimum 3 -inch sand cushion shall be placed between the water main and existing pipelines or other conduits when encountered during construction and as directed by the Engineer. 7 09.3(11) Compaction of Backfill Backfill shall be compacted to at least 95 percent of maximum density as specified in Section 2- 03.3(14)D. At locations where paved streets, roadway shoulders, driveways, or sidewalks will be constructed or reconstructed over the trench, the backfill shall be spread in layers and be compacted by mechanical tampers. In such cases, the backfill material shall be placed in successive layers not exceeding 6 inches in loose thickness, and each layer shall be compacted with mechanical tampers to the density specified herein. Mechanical tampers shall be of the impact type as approved by the Engineer. 7 09.3(12) General Pipe Installation Pipe shall be installed in accordance with the manufacturer's printed specifications and instructions, and to the standards of the AWWA for installing the type of pipe used. The Contractor shall provide tools and equipment, including any special tools required for installing each particular type of pipe used. Short lengths of pipe supplied by the manufacturer shall be used whenever possible to provide the proper spacing of valves, tees, or special fittings. 7 09.3(13) Handling of Pipe Pipe shall be handled in a manner that will prevent damage to the pipe, pipe lining, or coating. Pipe and fittings shall be loaded and unloaded using hoists and slings in a manner to avoid shock or damage, and under no circumstances shall they be dropped, skidded, or rolled against other pipe. If any part of the coating or lining is damaged, repair thereof shall be made by the Contractor at no additional expense to the Contracting Agency and in a manner satisfactory to the Engineer. Damaged pipe shall be rejected, • and the Contractor shall immediately place damaged pipe apart from the undamaged and shall remove the damaged pipe from the site within 24 hours. Threaded pipe ends shall be protected by couplings or other means until laid. 20 Pipe and fittings shall be inspected for defects. Dirt or other foreign material shall be prevented from entering the pipe or pipe joint during handling or laying operations, and any pipe or fitting that has been installed with dirt or foreign material in it shall be removed, cleaned, and re -laid. At times when pipe laying is not in progress, the open ends of the pipe shall be closed by a watertight plug or by other means approved by the Engineer to ensure cleanliness inside the pipe. 7 09.3(14) Cutting Pipe Whenever it becomes necessary to cut a length of pipe, the cut shall be made by abrasive saw or by a special pipe cutter. Pipe ends shall be square with the longitudinal axis of the pipe and shall be reamed and otherwise smoothed so that good connections can be made. Threads shall be cleanly cut. Oxyacetylene torch cutting of ductile iron pipe shall not be allowed. 7- 09.3(15) Laying of Pipe on Curves 7- 09.3(15)A Ductile Iron Pipe Long radius curves, either horizontal or vertical, may be laid with standard pipe lengths by deflecting the joints. If the pipe is shown curved on the Plans and no special fittings are shown, the Contractor can assume that the curves can be made by deflecting the joints with standard lengths of pipe. If shorter lengths are required, the Plans will indicate maximum lengths that can be used. The amount of deflection at each pipe joint when pipe is laid on a horizontal or vertical curve shall not exceed the manufacturer's printed recommended deflections. Where field conditions require deflection or curves not anticipated by the Plans, the Engineer will determine the methods to be used. No additional payment will be made for laying pipe on curves as shown on the Plans, or for field changes involving standard lengths of pipe deflected at the joints. When special fittings not shown on the Plans are required to meet field conditions, additional payment will be made for special fittings as provided in Section 1 -09.6. When rubber gasketed pipe is laid on a curve, the pipe shall be jointed in a straight alignment and then deflected to the curved alignment. Trenches shall be made wider on curves for this purpose. 7 09.3(15)B Polyvinyl Chloride (PVC) Pipe (4 Inches and Over) PVC pipe may be bent to allow for slight changes in direction. The minimum bending radius shall be as follows: Size Minimum Bending Radius 4 -inch 125 feet 6 -inch 175 feet 8 -inch 225 feet 10 -inch 275 feet 12 -inch 325 feet 14 -inch 400 feet Axial deflection at the pipe joints shall not be allowed. For 16 -inch diameter pipe, changes in direction may be accomplished by axial deflection of the pipe joint. The maximum axial deflection allowed at each joint is one degree. For changes in direction greater than one degree per pipe joint, fittings shall be used. 7 09.3(16) Cleaning and Assembling Joint The pipe ends, couplings, fittings, and appurtenances shall be cleaned to remove oil, grit, or other foreign matter from the joint. Care shall be taken to keep the joint from contacting the ground. Pipe not furnished with a depth mark shall be marked before assembly to ensure visual observation of the work. 21 7- 09.3(17) Laying Ductile Iron Pipe with Polyethylene Encasement Where shown on the Plans, the Contractor shall lay ductile iron pipe with a polyethylene encasement. Pipe and polyethylene encasement shall be installed in accordance with AWWA C105. 7 09.3(18) Coupled Pipe 4 Inches in Diameter and Larger Joints for steel pipe shall be bell and spigot or welded as specified in the Special Provisions. Component parts of couplings, rings, and bells shall receive a protective coating in the same manner as specified for the steel pipe. Bolts and nuts, exposed edges, and flanges shall after installation, be covered with coal -tar protective coating conforming to AWWA C203 or other coating approved by the Engineer. Steel pipe 4 inches and larger for above - ground service shall be coupled with flanges, compression type or grooved type couplings. Pipe for outdoor service above ground shall be protected with a coal -tar protective coating conforming to AWWA C203 or other coating approved by the Engineer. 7- 09.3(19) Connections 7- 09.3(19)A Connections to Existing Mains Connections to the existing water main shall not be made without first making the necessary scheduling arrangements with the Engineer in advance. Work shall not be started until all the materials, equipment, and labor necessary to properly complete the work are assembled on the site. Existing water mains shall be cut by the Contractor unless otherwise specified in the Special Conditions. The Contractor shall remove the portions of pipe to provide for the installation of the required fittings at the points of connection. Damage caused by the Contractor's operations to existing joints in piping to remain in- service shall be repaired by the Contractor at no additional expense to the Contracting Agency. The Contractor shall determine the exact length of the existing water main that must be removed. The pipe ends shall be beveled to prevent damage to the transition coupling gasket during installation of the coupling. The exterior of the existing pipe end shall be cleaned to a sound, smooth finish before installation of the coupling. Transition couplings shall be installed by the Contractor and shall be provided with a plastic film wrap. The plastic film wrap shall be wrapped loosely around the pipe, fittings, and couplings, and secured with 2- inch -wide polyethylene adhesive tape. Pipelines in which the couplings are installed shall be wrapped a minimum of 3 feet on each side of the coupling. Joints or seams in the plastic film wrap shall be made using the 2- inch -wide polyethylene adhesive tape. The plastic film wrap need not be watertight, but no part of the pipe or coupling shall be exposed to the backfill. Care shall be exercised during backfilling to prevent the plastic film wrap from being punctured or otherwise damaged. Pl fil wrap and its installation shall conform to AWWA r1n5i except as modified herein. Once work is started on a connection, it shall proceed continuously without interruption and as rapidly as possible until completed. No shutoff of mains will be permitted overnight, • over weekends, or on holidays. If the connection to the existing system involves turning off the water, the Contractor shall be responsible for notifying the residents affected by the shutoff. The Engineer will advise which property owners are to be notified. The Contractor may be required to perform the connection during times other than normal working hours. The Contractor shall not operate any valves on the existing system without specific permission of the Engineer. 22 The types of connections are varied and suggested piping arrangements have been shown on the Plans. For the installation of these connections, the surfaced portion of the roadway shall not be penetrated unless the connecting point is directly under it. For connection by any other method, the Contractor shall furnish a detailed sketch for approval not less than two weeks prior to the expected construction. 7 09.3(19)B Maintaining Service Where existing services are to be transferred from old to new mains, the Contractor shall plan and coordinate its work with that of the Utility so that service will be resumed with the least possible inconvenience to customers. To supply customers with water during the construction of a water main project where any section of the pipe has passed satisfactory hydrostatic and bacteriological tests, the Utility reserves the right to tap corporation stops into the section of new pipe and install service connections at such locations as the Utility may elect. The installation of any such service connections by the Utility shall not be construed by the Contractor as an acceptance by the Contracting Agency of any part of the work required under the Contract. 7 09.3(20) Detectable Marking Tape Detectable marking tape shall be installed over nonmetallic water lines including services lines. The tape shall be placed approximately 1 foot above the top of the line and shall extend its full length. Detectable marking tape shall meet the requirements of Section 9- 15.18. 7 09.3(21) Concrete Thrust Blocking Concrete thrust blocking, as detailed on the Plans, shall be placed at bends, tees, dead ends, and crosses. Blocking shall be commercial concrete meeting the requirement of Section 6- 02.3(2)B poured in place. Concrete blocking shall bear against solid undisturbed earth at the sides and bottom of the trench excavation and shall be shaped so as not to obstruct access to the joints of the pipe or fittings. 7 09.3(22) Blowoff Assemblies Blowoff Assemblies shall be constructed at the locations shown on the Plans and in accordance with the Standard Plans. 7 09.3(23) Hydrostatic Pressure Test Water main appurtenances and service connections to the meter setter shall be tested in sections of convenient length under a hydrostatic pressure equal to 150 psi in excess of that under which they will operate or in no case shall the test pressure be less than 225 psi. Pumps, gauges, plugs, saddles, corporation stops, miscellaneous hose and piping, and measuring equipment necessary for performing the test shall be furnished and operated by the Contractor. Sections to be tested shall normally be limited to 1,500 feet. The Engineer may require that the first section of pipe, not less than 1,000 feet in length, installed by each of the Contractor's crews, be tested in order to qualify the crew and the materials. Pipe laying shall not be continued more than an additional 1,000 feet until the first section has been tested successfully. The pipeline shall be backfilled sufficiently to prevent movement of the pipe under pressure. Thrust blocks shall be in place and time allowed for the concrete to cure before testing. Where permanent blocking is not required, the Contractor shall furnish and install temporary blocking and remove it after testing. The mains shall be filled with water and allowed to stand under pressure a sufficient length of time to allow the escape of air and allow the lining of the pipe to absorb water. The Contracting Agency will furnish the water necessary to fill the pipelines for testing purposes at a time of day when sufficient quantities of water are available for normal system operation. 23 The test shall be accomplished by pumping the main up to the required pressure, stopping the pump for 15 minutes, and then pumping the main up to the test pressure again. During the test, the section being tested shall be observed to detect any visible leakage. A clean container shall be used for holding water for pumping up pressure on the main being tested. This makeup water shall be sterilized by the addition of chlorine to a concentration of 50 mg /I. The quantity of water required to restore the pressure shall be accurately determined by pumping through a positive displacement water meter. The meter shall be approved by the Engineer. Acceptability of the test will be determined as follows: I — Sn-VP 2bb,4UU The quantity of water lost from the main shall not exceed the number of gallons per hour as determined by the formula: in which L = allowable leakage, gallons /hour D • = nominal diameter of the pipe in inches P = test pressure during the leakage test (psi) S = gross length of pipe tested, feet There shall not be an appreciable or abrupt loss in pressure during the 15 minute test period. Pressure gauges used in the test shall be accompanied with certifications of accuracy from a testing laboratory approved by the Engineer. Any visible leakage detected shall be corrected by the Contractor regardless of the allowable leakage specified above. Should the tested section fail to meet the pressure test successfully as specified, the Contractor shall, at no additional expense to the Contracting Agency, locate and repair the defects and then retest the pipeline. Tests shall be made with the hydrant auxiliary gate valves open and pressure against the hydrant valve. Each valve shall be tested by closing each in turn and relieving the pressure beyond. This test of the valve will be acceptable if there is no immediate loss of pressure on the gauge when the pressure comes against the valve being checked. The Contractor shall verify that the pressure differential across the valve does not exceed the rated working pressure of the valve. Prior to calling out the Engineer to witness the pressure test, the Contractor shall have all equipment set up completely ready for operation and shall have successfully performed the test to ensure that the pipe is in satisfactory condition. Defective materials nr w orkm a n s hip d iscovere d a a r of hydrostatic field test, s hall be replaced by the Contractor at no additional expense to the v Contracting Agency. Whenever it is necessary to replace defective material or correct the workmanship, the hydrostatic test shall be re -run at the Contractor's expense until a satisfactory test is obtained. 7 09.3(23)A Testing Extensions From Existing Mains When an existing water main is extended with new pipe to a new valve and the distance from the existing pipe to the new valve is 18 feet or less, the section of new pipe installed between the new valve and the end of the existing main shall be made with pretested, prechlorinated pipe, and no hydrostatic test will be required. When the required hydrostatic tests are conducted in the new main section beyond the installed new valve in the closed position, the normal pressure of the existing main may be present against the other side of the new valve. 24 Where the distance between the end of an existing water main pipe extension to the new valve is more than 18 feet, the connection of the new pipe to existing pipe shall not be made until after hydrostatic tests have been made to the required pressure in both directions against the new valve. This shall be accomplished by a temporary cap or plug installed on the end of the new pipe, beyond the new valve, as close as possible to the existing pipe for testing purposes. The short length of pipe between the temporary cap or plug end with the new valve in the closed position, with no hydrostatic pressure active on the opposite side of the valve, shall be subjected to the required test pressure. The same test shall be made against the other side of the new valve when that section of pipe is tested with no hydrostatic pressure active in the short section of pipe toward the existing main. The final connection to the existing main shall be made with pretested prechlorinated pipe. 7 09.3(23)B Testing Section with Hydrants Installed When hydrants are included with the section of main pipe to be tested, the testing shall be conducted in three separate tests as follows: Test No. 1 — Water main gate valves and hydrant auxiliary gate valves closed, with the hydrant operating stem valves and hose ports wide open. Test No. 2 — Water main gate valves and the hydrant operating the stem valves tightly closed but the hydrant auxiliary gate valves and hose ports wide open. Test No. 3 — Each hydrant shall be tested to the pressure indicated in Section 7- 09.3(23) with the hydrant auxiliary gate valve and hose ports closed and the hydrant operating stem valve wide open. 7 09.3(23)C Testing Hydrants Installed on Existing Mains For hydrants installed and connected to an existing main, the hydrant connection including hydrant tee, connection pipe, and auxiliary gate valves, shall be installed with pretested materials. Before the hydrant connection is made to the existing main, the hydrant installation shall be subjected to the hydrostatic Test No. 3 as specified in Section 7- 09.3(23)B. Hydrants installed and connected to an existing main shall have a satisfactory bacteriological sample obtained following the hydrostatic test. 7 09.3(24) Disinfection of Water Mains Before being placed into service, new water mains and repaired portions of, or extensions to, existing mains shall be chlorinated and a satisfactory bacteriological report obtained. In the event two unsatisfactory bacteriological reports are obtained on a section of pipe, the Contractor shall revise his method of disinfection and the form of applied chlorine. 7 09.3(24)A Flushing Sections of pipe to be disinfected shall first be flushed to remove any solids or contaminated material that may have become lodged in the pipe. If a hydrant is not installed at the end of the main, then a tap shall be provided large enough to develop a flow velocity of at least 2.5 fps in the water main. Taps required by the Contractor for temporary or permanent release of air, chlorination or flushing purposes shall be provided by the Contractor as part of the construction of water mains. Where dry calcium hypochlorite is used for disinfection of the pipe, flushing shall be done after disinfection. • The Contractor shall be responsible for disposal of treated water flushed from mains and shall neutralize the wastewater for protection of aquatic life in the receiving water before disposal into any natural drainage channel. The Contractor shall be responsible for disposing of disinfecting solution to the satisfaction of the Contracting Agency and local authorities. If approved by the Engineer, disposal may be made to an available sanitary sewer provided the rate of disposal will not overload the sewer. 25 7- 09.3(24)B Requirement of Chlorine Before being placed into service, new mains and repaired portions of, or extensions to, existing mains shall be chlorinated so that a chlorine residual of not less than 25 mg /I remains in the water after standing 24 hours in the pipe. The initial chlorine content of the water shall be not less than 50 mg /I. 7 09.3(24)C Form of Applied Chlorine Chlorine shall be applied by one of the methods which follow, to give a dosage of not less than 50 mg /I of available chlorine. 7 09.3(24)D Dry Calcium Hypochlorite As each length of pipe is laid, sufficient high test calcium hypochlorite (65 -70% chlorine) shall be placed inside the pipe to yield a dosage of not less than 50 mg /I available chlorine, calculated on the volume of the water which the pipe and appurtenances will contain. The number of grams of 65% test calcium hypochlorite required for a 20 -foot length of pipe equals 0.008431 x d , in which "d" is the diameter in inches. 7 09.3(24)E Liquid Chlorine A chlorine gas -water mixture shall be applied by means of a solution -feed chlorinating device, or the dry gas may be fed directly through proper devices for regulating the rate of flow and providing effective diffusion of the gas into the water within the pipe being treated. Chlorinating devices for feeding solutions of the chlorine gas, or the gas itself, must provide means for preventing the backflow of water into the chlorine. 7 09.3(24)F Chlorine Bearing Compounds in Water A mixture of water and high -test calcium hypochlorite (65 -70% CI) may be substituted for the chlorine gas -water mixture. The dry powder shall first be mixed as a paste and then thinned to a 1 percent chlorine solution by adding water to give a total quantity of 7.5 gallons of water per pound of dry powder. This solution shall be injected in one end of the section of main to be disinfected while filling the main with water. 7 09.3(24)G Sodium Hypochlorite Sodium hypochlorite, commercial grade (12.5% CI) or in the form of liquid household bleach (5 -6% CI), may be substituted for the chlorine gas -water mixture. This liquid chlorine compound may be used full strength or diluted with water and injected into the main in correct proportion to the fill water so that dosage applied to the water will be at least 50 mg /I. 7 09.3(24)H Point of Application The point of application of the chlorinating agent shall be at the beginning of the pipeline extension or any valved section of it, and through a corporation stop inserted in the horizontal axis of the pipe. The water injector for delivering the chlorine - bearing water into the pipe should be supplied from a tap on the pressure side of the gate valve controlling the flow into the pipeline extension. Alternate points of applications may be used when approved by the Engineer. 7 09.3(24)1 Rate of Application Water from the existing distribution system, or other source of supply, shall be controlled to flow very slowly into the newly -laid pipeline during application of the chlorine. The rate of chlorine gas -water mixture or dry gas feed shall be in such proportion to the rate of water entering the newly -laid pipe that the dosage applied to the water will be at least 50 mg /I. 7 09.3(24)J Preventing Reverse Flow No connections shall be made between the existing distribution system and pipelines not disinfected that are constructed under this Contract without a State Department of Health approved backflow preventer installed in the connecting line. 26 7- 09.3(24)K Retention Period Treated water shall be retained in the pipe at least 24 hours. After this period, the chlorine residual at pipe extremities and at other representative points shall be at least 25 mg /I. 7 09.3(24)L Chlorinating Valves, Hydrants, and Appurtenances In the process of chlorinating newly laid pipe, valves, hydrants, and other appurtenances shall be operated while the pipeline is filled with the chlorinating agent and under normal operating pressure. 7- 09.3(24)M Chlorinating Connections to Existing Water Mains and Water Service Connections The chlorinating procedure to be followed shall be as specified in AWWA Standard C651. All closure fittings shall be swabbed with a very strong chlorine solution at least as strong as liquid household bleach (5 -6% CI). 7 09.3(24)N Final Flushing and Testing Following chlorination, treated water shall be flushed from the newly -laid pipe until the replacement water throughout its length shows, upon test, the absence of chlorine. In the event chlorine is normally used in the source of supply, then the tests shall show a residual not in excess of that carried in the water supply system. A sample tap shall be located ahead of the flushing hose for convenience and for sanitary sampling. Before placing the lines into service, a satisfactory report shall be received from the local or State Health Department on samples collected from representative points in the new system. Samples will be collected and bacteriological tests obtained by the Engineer. 7 09.3(24)0 Repetition of Flushing and Testing Should the initial treatment result in an unsatisfactory bacteriological test, the original chlorination procedure shall be repeated by the Contractor until satisfactory results are obtained. Failure to get a satisfactory test shall be considered as failure of the Contractor to keep the pipe clean during construction, or to properly chlorinate the main. 7 - 09.4 Measurement Measurement for payment of pipe for water mains will be by the linear foot of pipe laid and tested and shall be measured along the pipe through fittings, valves, and couplings. Measurement for payment of blowoff assembly will be per each. No measurement shall be made for clearing and grubbing, removal of existing street improvements, protection of existing utilities and services, trench excavation and pipe zone backfill, pipe zone bedding, and compaction of backfill. When listed as a pay item, rock excavation will be measured in its original position by volume in cubic yards. The quantity measured for payment will include only the material excavated from within the limits hereinafter defined. Any additional excavation outside of these limits will be considered as having been made for the Contractor's benefit, and all costs in connection with such excavation shall be included in the unit contract prices for the various items of work. The horizontal limits for measuring rock excavation will be the sides of the trench, except no payment will be made for material removed outside of vertical planes extended beyond the maximum trench widths, as specified in Section 7- 09.3(7). Vertical distances shall be measured from the upper surface of the rock to an elevation 6 inches below the underside of the pipe barrel, or to the lower surface of the rock, whichever is less. Boulders exceeding one cubic yard in volume shall be paid for according to their measured volume. Removal of the extra trench excavation as defined in Section 7- 09.3(7)C will be measured by the cubic yard. The depth shall be the actual depth removed for the changed line or grade in accordance with Section 7- 09.3(5) or as directed by the Engineer. The width shall be the actual width removed for the changed line or grade, but in no case shall the measured width exceed the allowable widths specified in Section 7- 09.3(7). 27 Removal and replacement of unsuitable material will be measured by the cubic yard. The depth shall be the actual depth removed below the depth specified in Section 7- 09.3(5). The width shall be the actual width removed, but in no case shall the measured width exceed the allowable widths specified in Section 7- 09.3(7). Measurement of bank run gravel for trench backfill will be by the cubic yard measured in .trucks at the point of delivery. Shoring or extra trench excavation will be measured as specified in Section 2 -09.4 for shoring or extra excavation Class B. 7 - 09.5 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: Pipe for Water Main In. Diam. ", per linear foot. The unit contract price per linear foot for each size and kind of " Pipe for Water Main In. Diam." shall be full pay for all work to complete the installation of the water main including but not limited to trench excavation, bedding, laying and jointing pipe and fittings, backfilling, concrete thrust blocking, testing, flushing, disinfecting the pipeline, and cleanup. Payment for restoration will be made under the applicable items shown in the Proposal. If no pay items for restoration are included in the Proposal, restoration shall be considered incidental to the work of constructing the water main, and all costs thereof shall be included in the unit contract price bid for " Pipe for Water Main In. Diam." "Rock Excavation ", per cubic yard. If no pay item is listed, rock excavation shall be considered incidental to the work to construct the water main and all costs shall be included in other items of work specified in Section 7 -09.5. "Extra Trench Excavation ", per cubic yard. "Removal and Replacement of Unsuitable Material ", per cubic yard. "Bank Run Gravel for Trench Backfill", per cubic yard. No separate payment will be made for clearing and grubbing, removal of existing street improvements, furnishing and installing sand cushion, protection of existing utilities and services, trench excavation and backfill, bedding the pipe, and compacting the backfill. These items shall all be considered as incidental to the work of constructing the water main, and all costs thereof shall be included in the payment as specified in Section 7 -09.5. "Shoring or Extra Excavation Trench ", per square foot. " Bl Assembly", per e ach. The unit contract price bid per each for "Blowoff Assembly" shall be full pay for all work to install the blowoff assembly, including but not limited to excavating, backfilling, laying and jointing pipe, tapping the main, corporation stop, pipe and fittings, gate valve, meter box, and cover and cleanup. SECTION 7 -10, TRENCH EXC., BEDDING, AND BACKFILL FOR WATER MAINS August 5, 2002 This section including title is revised in its entirety to read: 28 SECTION 7 -10, VACANT SECTION 7 -11, PIPE INSTALLATION FOR WATER MAINS August 5, 2002 This section including title is revised in its entirety to read: SECTION 7 -11, VACANT SECTION 7 -12, VALVES FOR WATER MAINS April 1, 2002 7- 12.3(1) Installation of Valve Marker Post The reference to "Meters" in the third sentence is revised to "feet and inches ". SECTION 7 -15, SERVICE CONNECTIONS August 5, 2002 7 -15.1 General This section is revised to read: This work consists of installing 2 -inch and smaller service connections from the main to and including the meter setter for the premises served. Service connections larger than 2 inches shall be installed as detailed on the Plans or as described in the Special Provisions. SECTION 9 -01, PORTLAND CEMENT April 1, 2002 9- 01.2(1) Portland Cement This section is revised to read: Portland cement shall conform to the requirements for Types I, II, or Ill cement of the Standard Specifications for Portland Cement, AASHTO M 85, except that the content of alkalis shall not exceed 0.75 percent by weight calculated as Na20 plus 0.658 K20 and except that the content of Tricalcium aluminate (C shall not exceed 8 percent by weight calculated as 2.650Al minus 1.692Fe The time of setting shall be determined by the Vicat Test method, AASHTO T 131. SECTION 9 -03, AGGREGATES August 5, 2002 9- 03.1(5)B Grading The second paragraph is supplemented with the following: Standard sieve sizes shall be those listed in ASTM C 33. 9 03.9(3) Crushed Surfacing The percent passing the 1/2" square sieve for Top Course and Keystone is revised to "80 100 ". 9 03.12(3) Gravel Backfill for Pipe Zone Bedding The Percent Passing for U.S. No. 200 is revised to read "10.0 max ". • 29 9 -03.15 Vacant This section including title is revised to read: 9 -03.15 Native Material for Trench Backfill Trench backfill outside the roadway prism shall be excavated material free of wood waste, debris, clods or rocks greater than 6 inches in any dimension. SECTION 9 -04, JOINT AND CRACK SEALING MATERIALS April 1, 2002 9 -04.6 Expanded Polystyrene This section is revised to read: Expanded polystyrene shall be of a cellular molded type with a density of 1.5 plus or minus 0.25 pounds per cubic foot. SECTION 9 -23, CONCRETE CURING MATERIALS AND ADMIXTURES April 1, 2002 9 -23.6 Admixture for Concrete This section is revised to read: Admixtures for use in concrete shall meet the following specifications: Admixture Specification Air entraining AASHTO M 154 ASTM C 260 Water Reducing AASHTO M 194 Type A ASTM C 494 Type A Set Retarding AASHTO M 194 Type B ASTM C 494 Type B *Accelerating AASHTO M 194 Type C ASTM C 494 Type C Water Reducing / AASHTO M 194 Type D ASTM C 494 Type D Set Retarding *Water Reducing / AASHTO M 194 Type E ASTM C 494 Type E Accelerating High Range Water AASHTO M 194 Type F ASTM C 494 Type F Reducing and G and G *Accelerating admixtures are only allowed in Portland cement concrete pavement per Section 5.05, Cement Concrete Pavement and Section 5- 05.3(1) Concrete Mix Designs for Paving. In addition to the above specifications, admixtures proposed for use shall contain less than one percent chloride ion (CI- ) by weight of admixture and only non - chloride accelerating admixtures shall be used. Acceptance of admixtures will be based on Manufacturer's Certificate of Compliance. If required by the Engineer, admixtures shall be sampled and tested before they are used. Samples shall be submitted for testing 10 days prior to use. SECTION 9 -30, WATER DISTRIBUTION MATERIALS August 5, 2002 9- 30.1(2) Vacant This section including title is revised to read: 9- 30.1(2) Polyethylene Encasement Polyethylene encasement shall be tube -form meeting the requirements of ANSI /AWWA C105 and shall be high- density, cross - laminated polyethylene film, natural or black color. 30 9- 30.1(5)A Polyvinyl Chloride (PVC) Pipe (4 Inches and Over) The first sentence in the first paragraph is revised to read: PVC pipe for water mains shall meet the requirements of ANSI /AWWA C900 or ANSI /AWWA C905. New Section 9- 30.1(6) is added: 9- 30.1(6) Polyethylene (PE) Pressure Pipe (4 inches and over) PE pressure pipe for water mains shall meet the requirements of ANSI /AWWA C906. Pipe materials shall be high- density polyethylene PE3408 conforming to a minimum cell class 345464 C, D or E per ASTM D 3350. Pipe diameter shall be either iron pipe size per Table 3 and Table 5 or ANSI /AWWA C906. Pipe pressure class shall be as listed in Table 9 of ANSI /AWWA C906 for DR 9 PE3408 material. 9- 30.2(4)A Steel Pipe (6 Inches and Over) This section is revised to read: Fittings for steel pipe 6 inches and larger shall be bell and spigot or welded to match the pipe joints. Welded joints shall conform to AWWA C206. Field couplings shall be bolted, sleeve -type for plain -end pipe conforming to AWWA C219. Expansion joints shall be fabricated steel mechanical slip -type conforming to AWWA C221. When flanges are required, they shall conform to AWWA C207. Linings and coatings for fittings shall be the same as specified for the adjacent pipe. 9- 30.2(8) Restrained Flexible Couplings This section is revised to read: Restrained flexible couplings shall be locking type couplings in accordance with the Plans or Special Provisions. Any couplings that utilize set screws tightened against the outside pipe wall are not acceptable. Coupling shall be epoxy coated. New section 9- 30.2(9) is added: 9- 30.2(9) Grooved and Shouldered Joints Grooved and shouldered joints shall conform to AWWA C606. Rigid or flexible grooved or shouldered joints shall be as specified in the Special Provisions." New section 9- 30.2(10) is added: 9- 30.2(10) Polyethylene (PE) Pipe (4 inches and over) Fittings for PE pipe shall meet the requirements of ANSI /AWWA C906. Pipe material shall be high- density polyethylene PE3408 conforming to minimum cell class 345464 C,D or E per ASTM D 3350. Pipe diameter shall be either iron pipe size per Table 3 and Table 5 of ANSI /AWWA C906 or ductile iron pipe size per Table 7 and Table 8 of ANSI /AWWA C 906. Pipe pressure class shall be as listed in Table 9 of ANSI /AWWA C 906 for DR 9 PE3408 material. New section 9- 30.2(11) is added: 9- 30.2(11) Fabricated Steel Mechanical Slip -Type Expansion Joints Fabricated steel mechanical slip -type expansion joints shall meet the requirements of ANSI /AWWA C221. Buried expansion joints to connect ductile iron or PVC pipe shall be ductile iron. Buried expansion joints for connecting steel pipe to steel pipe shall be steel. 9- 30.3(5) Valve Marker Posts The reference to "meters" in the third paragraph is revised to "feet and inches ". 31 32 CONTRACT PROVISIONS Special Provisions Contract Form Performance Bond Form Informational Certificate of Insurance Informational Additional Insured Endorsement Minimum Wage Affidavit Form SPECIAL PROVISIONS The following Special Provisions are made a part of this contract and supersede any conflicting provisions of the 2002 Standard Specifications for Road, Bridge and Municipal Construction (English), and the foregoing Amendments to the Standard Specifications. Several types of Special Provisions are included in this contract; General, Region, Bridges and Structures, and Project Specific. Special Provisions types are differentiated as follows: (date) General Special Provision ( * * * * * *) Notes a revision to a General Special Provision and also notes a Project Specific Special Provision. (Regions' date) Region Special Provision (BSP date) Bridges and Structures Special Provision General Special Provisions are commonly applicable statewide. Region Special Provisions are commonly applicable within the designated Region. Region designations are as follows: Regions' ER Eastern Region NCR North Central Region NWR Northwest Region OR Olympic Region SCR South Central Region SWR Southwest Region WSF Washington State Ferries Division Bridges and Structures Special Provisions are commonly applicable statewide. Project Specific Special Provisions normally appear only in the contract for which they were developed. DIVISION 1 GENERAL REQUIREMENTS DESCRIPTION OF WORK • (March 13, 1995) This contract provides for the improvement of the City of Yakima's Irrigation System. The project shall be divided into two schedules. Schedule A shall be from station 39 +00 to end of project while schedule B shall extend from station 10 +00 to station 39 +00. The work shall consist of removing and replacing a total of approximately 5,490 linear feet of existing irrigation main with new 27" diameter SDR 51 PIP and associated connections, fittings, and concrete blocking as well as all surface restoration within the construction area and other work, all in accordance with the attached Contract Plans, these Contract Provisions, and the Standard Specifications. BID PROCEDURES AND CONDITIONS [City of Yakima] Qualifications of Bidder (APWA Only) Section 1 -02.1, is revised to read: Before awarding any contract, the City will require of the bidder, that the four (4) -page form, a copy of which immediately follows this Special Provision be completed, regarding bidder qualification. 33 34 1 of 4 PREQUALIFICATION FORM - 10/02 Date: To: City of Yakima, Engineering Division 129 No. 2nd Street Yakima, WA 98901 Attn: Mr. K. Wendell Adams, P.E., City Engineer Re: Jerome Avenue Irrigation Project — Phase 2 City of Yakima Project No. 1950 Note: This form must be filled in, signed by the bidder and returned with the Proposal at the date and time noted in the advertisement for the bid to be considered. CONTRACTOR PREQUALIFICATION INFORMATION The following statement of experience, personnel, equipment, and general qualifications of the Bidder are submitted as a part of the Proposal and the Bidder represents and guarantees the truthfulness and accuracy thereof: (If additional space is required, attach additional importation to this Certification) Our organization has been in business continuously from Our organization has had experience in construction comparable to that required under the proposed contract as a prime contractor for years, or as a subcontractor for years. Name of contact person: Telephone Number: Cell: 35 2 of 4 PREQUALIFICATION FORM - 10/02 The following is a list of the projects our organization has completed in the last three (3) years which are similar in character and magnitude to that required in the proposed contract (or attach a separate job listing showing the same details) Project Date Completed Name & address of owner Contact Phone Engineer Phone Contract Amount Pipe size Project Date Completed Name & address of owner Contact Phone Engineer Phone Contract Amount Pipe size Project Date Completed Name & address of owner Contact Phone Engineer Phone Contract Amount Pipe size • 36 3 of 4 PREQUALIFICATION FORM - 10/02 The following is a listing of all projects we have undertaken in the last five years, which have resulted in partial or final settlements of the contract by arbitration or litigation: Project Date Completed Name & address of owner Original Contact Amount Total Claims Arbitrated or Litigated Amounts of Settlements of Claims Project Date Completed Name & address of owner • Original Contact Amount Total Claims Arbitrated or Litigated Amounts of Settlements of Claims Project Date Completed Name & address of owner Original Contact Amount Total Claims Arbitrated or Litigated Amounts of Settlements of Claims 37 4 of 4 PREQUALIFICATION FORM - 10/02 AFFIDAVIT Affidavit for Individual State of County of )ss. dba , being duly sworn depose and say that the foregoing statements and answers to the questions are correct and true as of the date of this affidavit. (Applicant sign here) Subscribed and sworn to before me this day of , 20. NOTARY PUBLIC My commission expires Affidavit for Co- Partnership State of County of )ss. dba , being duly sworn depose and say that I am a partner in the firm of • that the foregoing statements and answers to the questions are correct and true as of the date of this affidavit. (Member of firm sign here) Subscribed and sworn to before me this day of , 20 NOTARY PUBLIC My commission expires Affidavit for Corporation State of County of )ss. dba , being duly sworn depose and say that I am a of the Corporation described in and which executed the foregoing statement; that the foregoing statements and answers to the questions are correct and true as of the date of this affidavit. (Member of firm sign here) Subscribed and sworn to before me this day of , 20 NOTARY PUBLIC My commission expires 38 Examination Of Plans, Specifications And Site Of Work Section 1- 02.4(1), is supplemented with the following: There will be a pre -bid conference, at the time and location as listed in the invitation to bid, for the contractors to familiarize themselves with the particulars of said project, such as quantities, locations and difficulty of the work to be performed. The Owner and their representative do not guarantee the accuracy of the measurements. It is the responsibility of the Contractor to determine the measurements at the walk- through and bid accordingly. The meeting will include project discussion, DBE Contractor participation and requirements, and the Affirmative Action Plan. Preparation Of Proposal Section 1 -02.6 is supplemented with the following: (September 5, 1995) On this project, the bidder will not be required to submit with the bid a list of: 1. Subcontractors, and 2. The work the subcontractors will perform. [City of Yakima] Scheduled Bids Section 1 -02.6 is supplemented with the following: Bid Proposal The bid proposal is composed of the following parts: Schedule A and Schedule B. Schedule A includes all items that do not change as to quantity, dimension, or type of construction, regardless whether Schedule B is constructed under this contract. Schedule B of the bid proposal is to be considered an additive to Schedule A and may or may not be included in this project based upon Owners budgetary constraints and at the option of the City Engineer. Schedule A Schedule A is based on constructing from Approximate Project Station 39 +00 to Station 66 +60. The bid items for Schedule A are as listed in the bid proposal. Schedule B Schedule B is based on from Approximate Project Station 10 +00 to Station 39 +00. The bid items for Schedule B are as listed in the bid proposal. Bidding Procedures The bidder shall calculate and submit a price on each and every item of work included in both Schedule A and Schedule B bid. Any bidder not submitting bids for both Schedule A and Schedule B will be considered non - responsive and that bid will be rejected. The successful bidder will be determined by the lowest total of Schedule A plus Schedule B as indicated in the TOTAL PROJECT BID box on the item proposal bid 39 sheet. Award will be based on the lowest total subject to the requirements of Section 1 -03. [City of Yakima] Pre - Award information Section 1 -02.15 is supplemented with the following: 7. Acceptable third party testing procedures & verification per section 7- 20.3(1) The City will request the following documentation regarding efforts to maximize the opportunity for Women and Minority Business Enterprises and Women and Minority Workforce Utilization in the performance of this project from the low bidder. A copy of the four (4) -page form immediately ii i ediately follows this Special r ovisi ^vii Section 1 -02. 8. Identify the MBE's and WBE's used to fulfill the City's WMBE goal of 10 %. • 9. Identify the subcontractors with the percentage of work they will do. 10. Furnish an Affirmative Action profile, by ethnic category, on the subcontractor's employees proposed to be utilized to do the subcontract work. 11. Furnish an Affirmative Action profile, by ethnic category, on the low bidder's employees proposed to be utilized to do the contract work. 40 1 of 4 MBE/WBE FORM - 10/02 Date: To: City of Yakima, Engineering Division 129 No. 2nd Street Yakima, WA 98901 Attn: Mr. K. Wendell Adams, P.E., City Engineer Re: Jerome Avenue Irrigation Project — Phase 2 City of Yakima Project No. 1950 We are submitting the following information and documentation regarding Minority and Women Work Force Utilization and Women and Minority Business Enterprises as defined under Section 1- 02.15, Pre -Award Information of the Special Provisions. 7. (A) Identify the MBE's or WBE's used to fulfill the City's WMBE goal of 10 %. Name of MBE/WBE Certification No. Bid items above MBE/WBE will accomplish Percent of bid items to total bid (without sales tax): cyo Name of MBE/WBE Certification No. Bid items above MBE/WBE will accomplish Percent of bid items to total bid (without sales tax): Total percent of MBE/WBE bid items in project (without sales tax): % 41 • 2 of 4 MBE/WBE FORM - 10/02 Note: If total percent of MBE/WBE bid items in project are not at or above the City's goal of 10% provide the information and documentation required in section 7. (B) 7. (B). Identify the MBE's or WBE's contacted for subcontractor work: 7. (B) 1. Name of MBE/WBE Certification No. Contact Person: Phone Number: Bid items above MBE/WBE was requested to quote: Reasons for not electing: Documentation regarding MBE/WBE contact is attached: YES NO 7. (B) 2. Name of MBE/WBE Certification No. Bid items above MBE/WBE was requested to quote: Reasons for not selecting: Documentation regarding MBE/WBE contact is attached: YES NO 7. (B) 3. Name of MBE/WBE • Certification No. Bid items above MBE/WBE was requested to quote: Reasons for not electing: Documentation regarding MBE/WBE contact is attached: YES NO 42 3 of 4 MBE/WBE FORM - 10/02 7. (B) 4. Name of MBE/WBE Certification No. Bid items above MBE/WBE was requested to quote: Reasons for not electing: Documentation regarding MBE/WBE contact is attached: YES NO 7. (B) 5. Name of MBE/WBE Certification No. Bid items above MBE/WBE was requested to quote: Reasons for not electing: Documentation regarding MBE/WBE contact is attached: YES NO 8. Identify the subcontractors with the percentage of work they will do. Subcontractor Name Percent of Work 43 4 of 4 MBE/WBE FORM - 10/02 9. Furnish an Affirmative Action profile, by ethnic category, on the subcontractor's employees proposed to be utilized to do the subcontract work. Subcontractor Name: Ethnic Category Number of Employees Black Hispanic American Indian or Alaskan Native Asian or Pacific Islander Other: White Subcontractor Name: Ethnic Category Number of Employees Black Hispanic American Indian or Alaskan Native Asian or Pacific Islander Other: White 10. Furnish an Affirmative Action profile, by ethnic category, on the bidders employees proposed to be utilized to do the contract work. Ethnic Category Number of Employees Black Hispanic American Indian or Alaskan Native Asian or Pacific Islander Other: White (Contractor) By 44 AWARD AND EXECUTION OF CONTRACT [City of Yakima] Contract Bond Section 1 -03.4 is revised to read: The bond shall further indemnify and hold the City of Yakima, its employees, agents, and elected or appointed officials, 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 City. CONTROL OF WORK Conformity With And Deviations From Plans And Stakes Section 1 -05.4 is supplemented with the following: [City of Yakima] Contractor Surveying - Utilities Copies of the Contracting Agency provided primary survey control data are available for the bidder's inspection at the office of the Project Engineer. The Contractor shall be responsible for setting, maintaining, and resetting all necessary construction surveying. Except for the survey control data to be furnished by the Contracting Agency, calculations, surveying, and measuring required for setting and maintaining the necessary lines and grades shall be the Contractor's responsibility. Detailed survey records shall be maintained, including a description of the work performed, the methods utilized, and the control points used. The record shall be adequate to allow the survey to be reproduced. The meaning of words and terms used in this provision shall be as listed in "Definitions of Surveying and Associated Terms" current edition, published by the American Congress on Surveying and Mapping and the American Society of Civil Engineers. The survey work shall include but not be limited to the following: 1. Verify the primary horizontal and vertical control furnished by the Contracting Agency, and expand into secondary control by adding stakes and hubs as well as additional survey control needed for the project. Provide descriptions of secondary control to the Contracting Agency. 2. Establish, the centerlines of all alignments, by placing hubs, stakes, or marks on centerline or on offsets to centerline at all curve points (PCs, PTs, and Pls) and at points on the alignments spaced no further than 50 feet. 3. Establish and maintain all necessary horizontal and vertical stakes for surface restoration of roadway, curb & gutter, sidewalk, asphalt, driveways etc... removed or altered during construction. 4. Establish intermediate elevation benchmarks as needed to check work throughout the project. 5. For all other types of construction included in this provision, (including but not limited to channelization and pavement marking) provide staking and layout as necessary to adequately locate, construct, and check the specific construction activity. The Contractor shall provide the Contracting Agency copies of any calculations and staking data when requested by the Engineer. To facilitate the establishment of these lines and elevations, the Contracting Agency will provide the Contractor with primary survey control information consisting of descriptions of primary control points used for the horizontal and vertical control. Primary control points 45 will be described by reference to the project alignment and elevation datum utilized by the project. The Contractor shall ensure a surveying accuracy within the following tolerances: Vertical Horizontal Utility stakes ±0.10 feet ±0.10 feet Surface restoration Roadway, Curb & Gutter, Sidewalk, Asphalt Paving ±0.05 feet ±0.10 feet The Contracting Agency may spot - check the Contractor's surveying. These spot will not change the requirements for normal checking by the Contractor. When staking the utility alignment and stationing, the Contractor shall perform independent checks from different secondary control to ensure that the points staked are within the specified survey accuracy tolerances. Contract work to be performed using contractor - provided stakes shall not begin until the stakes are approved by the Contracting Agency. Such approval shall not relieve the Contractor of responsibility for the accuracy of the stakes. Payment Payment will be incidental to the contract. No additional payment will be made for Contractor Surveying — Utilities. LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC State Taxes Section 1 -07.2 is supplemented with the following: (March 13, 1995) The work on this contract is to be performed upon lands whose ownership obligates the Contractor to pay Sales tax. The provisions of Section 1- 07.2(1) apply. Fish And Wildlife and Ecology Regulations [City of Yakima] General Section 1- 07.5(1) is supplemented with the following: The Contractor shall be liable for the payment of all fines and penalties resulting from failure to comply with the federal, state, and local pollution control regulations. [City of Yakima] Air Quality Section 1- 07.5(4) is supplemented with the following: The local air pollution authority is the Yakima County Clean Air Authority, 509 -574- 1410. 46 [City of Yakima] And S imilar Facilities (WSDOT & APWA) Section 1 -07.17 is revised to read: Private utilities, or their contractors, will furnish all work necessary to adjust, relocate, replace, or construct their facilities. Such adjustment, relocation, replacement, or construction may be done during the prosecution of the work for this project. The following addresses and telephone numbers of utility companies known or suspected of having facilities within the project limits are supplied for the Contractor's convenience: U.S. West Communications 8 W 2nd Avenue, Room 304 Yakima, Washington 509 - 575 -7183 TCI Cablevision 1005 N 16th Avenue Yakima, Washington 98902 509 - 575 -1697 City of Yakima Water Division 2301 Fruitvale Blvd. Yakima, Washington 98902 509 - 575 -6154 City of Yakima Wastewater Division 2220 E. Viola, Yakima, Washington 98901 509 - 575 -6077 Cascade Natural Gas Corporation 401 N 1st Street, Yakima, Washington 98901 509 -457 -5905 Pacific Power PO Box 1729 Yakima, Washington 98907 509 - 575 -3146 The Contractor shall notify the Upper Yakima Valley Utilities Coordinating Council -Area 5, telephone number 1- 800 - 553 -4344, at least 48 hours prior to start of excavation so that underground utilities may be marked. Public Liability And Property Damage Insurance (APWA Only) Section 1 -07.18 is supplemented with the following: [City of Yakima] General Requirements The policy of insurance shall specifically name the City of Yakima, their agents, employees, and elected or appointed officials as additional insured for this project. The tenth paragraph is revised to read: The Contractor shall forward to the City the additional insured endorsement as requested in the Evidence of Insurance Section. Coverages and Limits All coverage's combined single limit shall be $1,000,000 per occurrence. The commercial general liability policy will contain a "per Job Aggregate" Endorsement. If this endorsement is not provided, an additional $2,000,000 umbrella limit will be required over and above the $1,000,000 underlying. A commercial general liability deductible of $5,000 or less is acceptable. The contractor will be responsible for the payment of that deductible for any losses, which occur. Higher retention or deductible limits may be acceptable on prior approval by the City. Providing coverage in these stated amounts shall not be construed to relieve the Contractor from liability in excess of such limits. Evidence of Insurance The Certificate of Insurance as required in this section shall be signed by a duly authorized agent of the company. Also, the additional insured endorsement shall be signed by the agent and specifically name the City of Yakima, their agents, employees, and elected or appointed officials as additional insured for this project. If a broker is involved, the Certificate and Endorsement will be signed by a duly authorized agent of the company. 47 Public Convenience And Safety Construction Under Traffic Section 1- 07.23(1) is supplemented with the following: (March 13, 1995) The construction safety zone for this project is FIVE (5) feet from the outside edge of the traveled way. During nonworking hours equipment or materials shall not be within the safety zone unless it is protected by permanent guard rail or temporary concrete barrier. The use of temporary concrete barrier shall be permitted only if the Engineer approves the installation and Incation. During the actual hours of work, unless protected as described above, only materials absolutely necessary to construction shall be within the safety zone and only construction vehicles absolutely necessary to construction shall be allowed within the safety zone or allowed to stop or park on the shoulder of the roadway. The Contractor's nonessential vehicles and employees private vehicles shall not be permitted to park within the safety zone at any time unless protected as described above. Deviation from the above requirements shall not occur unless the Contractor has requested the deviation in writing and the Engineer has provided written approval. PROSECUTION AND PROGRESS Progress Schedule [City of Yakima] The first and second paragraphs of Section 1 -08.3 are revised as follows: The Contractor shall prepare and submit to the Engineer a Construction Progress and Completion Schedule using the Bar Graph or Critical Path Method. Items in the Schedule shall be arranged in the order and sequence in which they will be performed. The Schedule shall conform to the working time and time of completion established under the terms of the Contract and shall be subject to modification by the Engineer. The schedule shall be drawn to a time scale, shown along the base of the diagram, using an appropriate measurement per day with weekends and holidays indicated. The Construction Progress Schedule shall be continuously updated and, if necessary, redrawn upon the first working day of each month or upon issuance of any Change Order which substantially affects the scheduling. Copies (2 prints or 1 reproducible) of newly updated Schedules shall be forwarded to the Engineer, as directed, immediately upon preparation. Section 1 -08.3 is supplemented with the following: Th Contractor s hall c a wee a schedule to the C En before 9:00 a.m. on the Friday prior to the week indicated on the schedule. If the Contractor proceeds with work not indicated on his weekly activity schedule, or in a sequence differing from that which he has shown on his schedule, the Engineer may order the Contractor to delay unscheduled activities until they are included on a subsequent weekly activity schedule. Time For Completion [City of Yakima] Section 1 -08.5 is supplemented with the following: The Contract time shall be SIXTY (60) working days. 48 MEASUREMENT AND PAYMENT F [City of Yakima] orce Account Section 1 -09.6 is supplemented with the following: The work shall consist of repair of any incidental damages to landscaping, fencing, private irrigation, topsoil, turf or other miscellaneous items within or adjacent to the project area. Work under this section shall be designated and directed by the Engineer. This may include complete replacement of items that are beyond repair as determined by the Engineer. Payment will be made for the following bid items: "Repair or Replacement ", by force account. For the purpose of providing a common proposal for all bidders, and for that purpose only, the City has estimated the force account for "Repair or Replacement ", and has arbitrarily entered the amount for the pay item in the proposal to become a part of the total bid by the Contractor. The Contractor is advised that this bid item may or may not be utilized in this project. TEMPORARY TRAFFIC CONTROL Traffic Control Management Traffic Control Supervisor (City of Yakima) Section 1- 10.2(1)B, revise the first sentence to read: A TCS shall be on the project whenever traffic control devices and or flaggers are required to fulfill the requirements of the Contractor's approved Traffic Control Plan or as authorized by the Engineer. Traffic Control Plans [City of Yakima] Section 1- 10.2(2) is revised to read: The Contractor is responsible for the preparation of the traffic control plan(s) showing a method of handling traffic and meeting the requirements of section 7 -17. The Contractor shall show the necessary construction signs, flaggers, and other traffic control devices required for the project and the plan(s) shall be in accordance with the established standards for plan development as shown in the MUTCD, Part VI. The traffic control plan(s) shall be submitted to the Engineer for approval at least ten calendar days in advance of the time the new plan will be implemented. Conformance To Established Standards Section 1- 10.2(3) is supplemented with the following: (April 30, 2001) The following devices are deemed compliant with the crashworthiness requirements of NCHRP 350 and are approved for use on the project: Approved Category II Devices Type I & II Barricades Manufacturer Model Number WLI Industries Safety Cade Type II Bent Manufacturing Unicade 49 Bent Manufacturing Waffle Barricade Bent Manufacturing Type II Plywood or Plastic Panel Eastern Metal Type I & II Barricades Plasticade Products Fibercade Type II Plasticade Products Plasticade Type II Dicke Tool Company Type I Plastic Barricade TrafFix Devices, Inc. Plastic Folding Type I Barricade The Roadmaker Company Type II Plastic Barricade Three D Traffic Works, Inc. TD2000 Works Barricade Protection Services, Inc. Type I & II Barricades Flex -O -Lite Type I Barricade United Rentals Highways Type I & II Barricades Bureau of Highway Safety Penn. Type III Barricade The Cortina Companies Type I Plastic Barricades Type Ill Barricades Manufacturer Model Number Bent Manufacturing Type III Barricade Recycled Plastic Products Hollow Core Plastic Barricade Yodock Wall Company Yodock 2001m Type III Barricade Cantel of Medford, Inc. EZ -UP Type III Barricade Davidson Plastics Corp. T3B Type III Barricade Approved Portable Signs and Stands Manufacturer Model Number Montana DOT DWG# 618 -02 (Plywood) WLI SafetyCor Sign System (Plastic) Texas DOT Skid Mounted Sign Support (Plywood) Reflexite /Eastern Metals DF 400 & DF 4700 TX (Endurance plastic) (Aluminum signs are not approved for use with the above listed stands at this time) Flagging, Signs, And All Other Traffic Control Devices Traffic Control Labor [City of Yakima] The first sentence of the third paragraph of Section 1- 10.3(1) is revised to read: Delete the phrase "Traffic Control Labor" and replace it with "Maintenance and Protection of Traffic ". The fourth paragraph is revised to read: Delete the first sentence. Delete the phrase "Traffic Control Labor" in the second sentence and replace it with "Maintenance and Protection of Traffic ". Construction Signs (August 6, 2001) Section 1- 10.3(3) is revised to read as follows: All signs required by the approved traffic control plan(s) as well as any other appropriate signs prescribed by the Engineer shall be furnished by the Contractor. The Contractor shall provide the posts or supports and erect and maintain the signs in a clean, neat, and presentable condition until the necessity for them has ceased. All nonapplicable signs shall be removed or completely covered with metal, plywood, or an Engineer approved product specifically manufactured for sign covering during 50 periods when they are not needed. When the need for these signs has ceased, the Contractor, upon approval of the Engineer, shall remove all signs, posts, and supports from the project and they shall remain the property of the Contractor. All orange background signs shall utilize materials, and be fabricated in accordance with, Section 9 -28. All new orange background signs and all W20 -7a "Flagger Ahead" signs shall be fabricated with Type IV or Type VII fluorescent orange sign sheeting. Work zone signs other than W20 -7a " Flagger Ahead" fabricated with Type I or II sign sheeting may be used when available from existing sign inventories until December 31, 2002. All post mounted signs with Type IV or VII sheeting shall use a nylon washer between the twist fasteners (screw heads, bolts, or nuts) and the reflective sheeting. There shall be no intermixing of signs with non - fluorescent orange reflective sign sheeting and signs with fluorescent orange reflective sign sheeting on the same sign post. Construction signs will be divided into two classes. Class A construction signs are those signs that remain in service throughout the construction or during a major phase of the work. They are mounted on posts, existing fixed structures, or substantial supports of a semi - permanent nature. Sign and support installation for Class A signs shall be in accordance with the Contract Plans or the Standard Plans. Class B construction signs are those signs that are placed and removed daily, or are used for short durations which may extend for one or more days. They are mounted on portable or temporary mountings. In the event of disputes, the Engineer will determine if a construction sign is considered as a Class A or B construction sign. If it is necessary to add weight to signs for stability, only a bag of sand that will rupture on impact shall be used. The bag of sand shall: (1) be furnished by the Contractor, (2) have a maximum weight of 40 pounds, and (3) be suspended no more than 1 foot from the ground. Payment for setup and take down of Class B signs will be limited to the labor cost to do the work described in Section 1- 10.3(1), and for transportation described in Section 1- 10.3(2). Signs, posts, or supports that are lost, stolen, damaged, destroyed, or which the Engineer deems to be unacceptable while their use is required on the project, shall be replaced by the Contractor without additional compensation. 51 (April 28, 1997) Section 1- 10.3(3) is supplemented with the following: Wood Sign Posts Use the below charts to determine post size for Class A construction signs. One Post Installation Post Size Min. Sign Sq. Ft. Max. Sign Sq. Ft. 4x4 - 16.0 4x6 17.0 20.0 6x6 21.0 25.0 6x8 26.0 31.0 Two Post Installation (For signs 5 feet or greater in width) 4x4 - 16.0 4x6 17.0 36.0 6x6 37.0 46.0 6x8 47.0 75.0 * * The Engineer shall determine post size for signs greater than 75 square feet. Temporary Traffic Control Devices [City of Yakima] The second sentence of Section 1- 10.3(5) is revised to read: Delete the phrase "Temporary Traffic Control Devises" and replace it with "Maintenance and Protection of Traffic ". Measurement [City of Yakima] The second paragraph of Section 1 -10.4 is revised to read: "Maintenance and Protection of Traffic" shall cover all traffic control labor as set forth in Section 1- 10.3(1), except the labor for Traffic control Supervisor, and furnishing all temporary traffic control devices as set forth in Section 1- 10.3(5) as required by the approved Traffic Control Plan. • Payment (APWA Only) [City of Yakima] Section 1 -10.5 is supplemented to add the following pay item: "Maintenance and Protection of Traffic," per Lump Sum The minimum bid amount "Maintenance and Protection of Traffic," shall be the minimum dollar amount shown on the Proposal Bid Sheet, per lump sum. The lump sum contract price shall be full compensation for furnishing and maintaining Baggers, modifying or adapting the Traffic Control Plan, furnishing, maintaining, moving and removing temporary traffic control signs and devises, traffic control vehicle, pilot car, and other traffic control measures required by the Approved Traffic Control Plan. No further compensation will be • made. Any "Maintenance and Protection of Traffic" costs over the contractor's lump sum bid, shall be the contractor's responsibility and shall be considered incidental to other bid items. 52 DIVISION 2 EARTHWORK REMOVAL OF STRUCTURES AND OBSTRUCTIONS Description Section 2 -02.1 is supplemented with the following: [City of Yakima] The work shall specifically include the removal of existing asphalt pavement, curb and gutter, sidewalks, catch basins and grates and frames, drainage manholes and any other materials identified to be removed on the plans within the construction limits shown on the plans, or any other items identified by the Engineer to be removed. Construction Requirements Section 2 -02.3 is supplemented with the following: [City of Yakima] Prior to removal, the Contractor shall use a vertical sawcut to delineate the areas of pavement removal from those areas that pavement is to remain. Concrete curb and gutter and sidewalks shall be removed to the nearest convenient joint if practical. If not practical to remove to the nearest joint, the Contractor shall sawcut these structures in a neat vertical and straight transverse horizontal line to provide a matching joint for the new construction. The materials to be removed under this section shall become the property of the Contractor. The Contractor shall haul the removed materials from the project. Damage caused to that portion of the pavement, curb and gutter or sidewalk that is to remain, due to the Contractor's operation, shall be repaired by the Contractor at the Contractor's expense and to the satisfaction of the Engineer. Removal of Pavement, Sidewalks, and Curbs Section 2- 02.3(3) is supplemented with the following: [City of Yakima] Item 1 is revised to read: Haul all broken pieces to an off - project site to be obtained by the Contractor. Item 3 is revised by adding the following to the end of the sentence: "or to the nearest joint as directed." Payment [City of Yakima] Section 2 -02.5 is revised with the following: Payment for Removal of Pavement, Sidewalk, and Curbs within the excavation area for the pipeline shall be incidental to " Pipe for Irrigation Main, In. Diam." Per linear foot. 53 WATERING Construction Requirements Section 2 -07.3 is supplemented with the following: [City of Yakima] The Contractor shall secure permission from and comply with all requirements of the City of Yakima Water Division before obtaining water from fire hydrants. The Contractor shall notify the Engineer as soon as such permission is granted. The Contractor shall use hydrant wrenches only to open hydrants. While using hydrants, the contractor shall make certain that the hydrant valve is fully open in order to prevent damage to the hydrant valve. A metered hydrant connection furnished by the water utility shall be used as an auxiliary valve on the outlet line for control purposes. Fire hydrant valves shall be closed slowly to avoid a surge in the system causing undue pressure on the water lines. The Contractor shall carefully note the importance of following these directions. If a hydrant is damaged due to the Contractor or an employee of the Contractor, the Contractor shall immediately notify the water utility so that the damage can be repaired as quickly as possible. Upon completing the use of the hydrants, the Contractor shall notify the water utility so that the hydrants may be inspected for possible damage. Any damage resulting from the use of the hydrants by the Contractor will be repaired by the water utility, and the cost thereof shall be withheld, if necessary, from the final payment to the Contractor. The Contractor shall furnish all equipment and tools, except the metered hydrant connection, that may be necessary to meet the requirements of the water distribution agency pertaining to hydrant use. Violation of these requirements will result in fines and will lay the Contractor liable for damage suits because of malfunctioning of damaged fire hydrants, in the event of fire. Measurement [City of Yakima] Section 2 -07.4 is revised with the following: Water shall be measured with the metered hydrant connection provided by the City of Yakima Water Division. Payment [City of Yakima] Section 2 -07.5 is revised with the following: Water will be furnished by the City of Yakima Water Division without charge. The Contractor shall convey the water from the nearest convenient hydrant or other source at his expense. 54 STRUCTURE EXCAVATION Measurement [City of Yakima] Within the subsection Horizontal Limits of Section 2 -09.4, the second paragraph is revised with the following: The Horizontal Limits shall be as shown on the plans. Within the subsection Shoring or Extra Excavation of Section 2 -09.4, the second sentence is revised with the following: Shoring or Extra Excavation Class B will be measured by the linear foot along the measured length of the pipe placed. Payment Section 2 -09.5 is revised with the following: [City of Yakima] "Shoring or Extra Excavation Class B ", per linear foot. Replace "per square foot ", wherever it appears, with "per linear foot ". 55 DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS ASPHALT CONCRETE PAVEMENT Materials [City of Yakima] Section 5 -04.2 is supplemented with the following: Asphalt concrete pavement used on this project shall be Class A. Asphalt Cement shall be PG 64 - 28 meeting the requirements of AASHTO MP1. Construction Requirements Mix Design Within section 5- 04.3(7)A, Delete reference to section 9- 03.8(6)A and supplement with the following: [City of Yakima] The Contractor shall provide a mix design, performed in accordance with WSDOT Method 702 (Hveem mix design) to the Engineer for approval at least 5 working days prior to any paving operation. The use of more than 30 percent of recycled material in the asphalt concrete pavement on this project shall not be permitted. Control Section 5- 04.3(10)B is revised with the following: [City of Yakima] For asphalt concrete Classes A, B, E, F, and G, where paving is in traffic lanes, including lanes for ramps, truck climbing, weaving, speed changes, and left turn channelization and the specified compacted course thickness is grater than 0.10 foot, the acceptable level of compaction shall be a minimum of 91 percent of the maximum density as determined by WSDOT Test Method 705 /AASHTO T209. The level of compaction attained will be determined as the average of not less than 5 nuclear density gauge tests taken on the day the mix is placed (after completion of the finish rolling) at randomly selected locations within each lot. The quantity represented by each lot will be no greater than a single day's production or approximately 400 tons, whichever is less. Control lots not meeting the minimum density standard shall be removed and replaced with satisfactory material. At the option of the Engineer, noncomplying material may be accepted at a reduced price. Cores may be used as an alternative to the nuclear density gauge tests. When cores are taken by the Engineer at the request of the Contractor, the request shall be made by noon of the first working day following placement of the mix. The Engineer shall be reimbursed for the coring expenses at the rate of $75 per core when the core indicates the acceptable level of compaction within a lot has not been achieved. At the start of paving, if requested by the Contractor, a compaction test section shall be constructed as directed by the Engineer to determine the compatibility of the mix design. Compatibility shall be based on the ability of the mix to attain the specified minimum density (91 percent of the maximum density determined by WSDOT Test Method 705 /AASHTO T209). Following determination of compatibility, the Contractor is responsible for the control of the compaction effort. If the Contractor does not request a test section, the mix will be considered compatible. Asphalt Concrete Classes A, B, E, F and G constructed under conditions other than listed above shall be compacted on the bases of a test point evaluation of the 56 compaction train. The test point evaluation shall be performed in accordance with instructions from the Engineer. The number of passes with an approved compaction train, required to attain the maximum test point density, shall be used on all subsequent paving. The Contractor shall provide adequate platforms to enable samples to be obtained without the Engineer entering the hauling vehicle. Acceptance testing for compliance of asphalt content will use the Nuclear Asphalt Gauge Procedure: WSDOT Test Method 722 -T. Acceptance testing for compliance of gradation will use the Quick Determination of Aggregate Gradation Using Alternate Solvent Procedure: WSDOT Test Method 723 -T. Asphalt concrete Class D and pre - leveling mix shall be compacted to the satisfaction of the Engineer. In addition to randomly selected locations for tests of the control lot, the Engineer reserves the right to test any area which appears defective and to require the further compaction of areas that fall below acceptable density readings. These additional tests shall not impact the compaction evaluation of the entire control lot. Surface Smoothness [City of Yakima] The last paragraph of Section 5- 04.3(13) is revised to read as follows: When utility appurtenances such as manhole rings and covers and valve boxes are encountered or are to be located within the asphalt pavement area, these items are either to be removed or not put in place until after the paving operation has been completed. The location of each utility appurtenance and all Monuments shall be referenced prior to the start of paving operations and a temporary covering shall be placed over the appurtenances to facilitate the continuous paving operation. After paving has been completed, the Contractor shall furnish, install and adjust new castings on all new and existing public utility structures, and new Monument Cases for all monuments as shown on the plans. Utility Castings shall not be adjusted until the pavement is completed, at which time the center of each structure and each monument shall be relocated from the references previously established by the Contractor. The asphalt concrete pavement shall be cut and removed to a neat circle, the diameter of which shall be equal to the outside diameter of the rim plus 2 feet. The new rim shall be placed on cement concrete blocks or adjustment rings and wedged up to the desired grade. The base materials shall be removed and Class 3000 cement concrete shall be placed within the entire volume of the excavation up to, but not to exceed, 1 -1/2 " below the finished pavement surface. On the following day, the concrete, the edges of the asphalt concrete pavement and the outer edge of the casting shall be painted with hot asphalt cement. Class G asphalt concrete shall then be placed and compacted with hand tampers and a patching roller. The completed patch shall match the existing paved surface for texture, density and uniformity of grade. The joint between the patch and existing pavement shall then be painted with hot asphalt cement or asphalt emulsion and shall be immediately covered with dry paving sand before the asphalt cement solidifies. 57 Asphalt Concrete Approach [City of Yakima] Section 5- 04.3(15) is supplemented with the following: "or reconstructed," after the word "constructed ". Paving Under Traffic [City of Yakima] The last paragraph of section 5- 04.3(17) is revised with the following: Change the phrase "except temporary pavement markings_" to "including temporary pavement markings," Measurement [City of Yakima] Section 5 -04.4 is supplemented with the following: Asphalt Concrete for Pavement Repair shall consist of Class 'A' Asphalt Concrete with PG 64 -28, and shall be measured by the square yard in place. Quality Assurance Price Adjustment Section 5 04.5(1) is deleted. Price Adjustments for Quality of AC Mix Section 5 04.5(1)A is deleted. Price Adjustments for Quality of AC Mix Section 5 04.5(1)A is deleted. Payment [City of Yakima] Section 5 -04.5 is supplemented with the following: "Asphalt Conc. for Pavement Repair ", per square yard. 58 DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS GENERAL PIPE INSTALLATION REQUIREMENTS Materials [City of Yakima] Section 7 -08.2 is supplemented with the following: Crushed Surfacing Top Course for Trench Backfill 9- 03.9(3) Construction Requirements Excavation and Preparation of Trench [City of Yakima] Trenches Section 7- 08.3(1)A is revised with the following: Delete paragraph 8. [City of Yakima] Bedding the Pipe The second paragraph of section 7- 08.3(1)C is supplemented with the following: All pipe shall be bedded as shown on the Typical Trench Section of the City of Yakima Standard Details. Backfilling Section 7- 08.3(3) is supplemented with the following: [City of Yakima] Where directed by the Engineer and /or indicated on the plans, specifically at all street crossings, trenches shall be backfilled for the full depth of the trenches with Crushed Surfacing Top Course for Trench Backfill unless otherwise specified. Measurement [City of Yakima] Section 7 -08.4 is supplemented with the following: Crushed Surfacing Top Course for Trench Backfill shall be measured by the Ton. Payment [City of Yakima] Section 7 -08.5 is supplemented with the following: Add the following pay items: "Crushed Surfacing Top Course for Trench Backfill, per Ton. "Shoring or Extra Excavation Class B ", per linear foot 59 PIPE INSTALLATION FOR WATER MAINS [City of Yakima] Section 7 - 11 is supplemented with the following: Change references of "water mains" to "irrigation mains ". Materials [City of Yakima] Section 7 -11.2 is supplemented with the following: SDR 51 Pipe for Irrigation Main must meet the following requirements: PIP pressure -rated PVC pipe (27 -inch diameter) must meet material requirements of ANSI /ASAE S376.1 and SCS 430 -DD. The pipe sizes are made with an integral bell utilizing a gasket for sealing, meeting the requirements as defined in ASTM F477. Measurement [City of Yakima] Section 7 -11.4 is supplemented with the following: Measurement for payment of SDR 51 Pipe for Irrigation Main will be by the linear foot of pipe laid and tested and shall be along the pipe through fittings, valves, and couplings. Payment [City of Yakima] Section 7 -11.5 is supplemented with the following: Add the following bid item: "SDR 51 Pipe for Irrigation Main, 27 Inch Diameter ", per linear foot. 60 CONTRACT THIS AGREEMENT, made and entered into in triplicate, this day of , 2002, by and between the City of Yakima, hereinafter called the Owner, and Goodman & Mehlenbacher Ent., Inc. a Washington Corporation, hereinafter called the Contractor. WITNESSETH: That in consideration of the terms and conditions contained herein and attached and made a part of this agreement, the parties hereto covenant and agree as follows: I. The Contractor shall do all work and furnish all tools, materials, labor and equipment for THE BID AMOUNT OF: $410,224.47 for both schedule A & schedule B, for Jerome Avenue Irrigation Project — Phase 2, Project No. 1950, all in accordance with, and as described in the attached plans and specifications and the 2002 Standard Specifications for Road, Bridge, and Municipal Construction which are by this reference incorporated herein and made a part hereof, and shall perform any alterations in or additions to the work provided under this contract and every part thereof. Work shall start within ten (10) days after the Notice to Proceed and shall be completed in 60 working days. The first chargeable working day shall be the 11th working day after the date on which the City issues the Notice to Proceed. If said work is not completed within the time specified, the Contractor agrees to pay to the Owner the sum specified in the Standard Specifications for each and every day said work remains uncompleted after expiration of the specified time, as liquidated damages. The Contractors shall provide and bear the expense of all equipment, work and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in this contract and every part thereof, except such as are mentioned in the specifications to be furnished by the City of Yakima. II. The City of Yakima hereby promises and agrees with the Contractor to employ, and does employ the Contractor to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the attached plans and specifications and the terms and conditions herein contained and hereby contracts to pay for the same according to the attached specifications and the schedule of unit or itemized prices hereto attached, at the time and in the manner and upon the conditions provided for in this contract. III. The Contractor for himself, and for his heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all the covenants herein contained upon the part of the Contractor. IV. It is further provided that no liability shall attach to the City of Yakima by reason of entering into this contract, except as expressly provided herein. IN WITNESS WHEREOF the parties hereto have caused this agreement to be executed the day and year first herein above written. Countersigned: CITY OF YAKIMA CONTRACTOR this day of 2002. , a Corporation Contractor By: City Manager Attest: (Print Name) City Clerk Its (President, Owner, etc.) Address: 61 62 PERFORMANCE BOND BOND TO THE CITY OF YAKIMA KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, a Corporation as Principal and a corporation organized and existing under the laws of the State of 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 in the penal sum of $ 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, the Ordinances of the CITY OF YAKIMA. DATED at Yakima, Washington, this day of , 20 Neverless, the conditions of the above obligations are such that: WHEREAS, pursuant to action taken by the Yakima City Council on , 20 , the City Manager and City Clerk of the CITY OF YAKIMA has let or is about to let to the said the above bounded Principal, a certain contract, the said contract being numbered , and providing for which contract is referred to herein and is made a part hereof as though attached hereto), and, WHEREAS, the said Principal has accepted, or is about to accept, the said contract, and undertake to perform the work therein provided for in the manner and within the time set forth; NOW THEREFORE, if the said , shall faithfully perform all of the provisions of said contract in the manner and within the time therein set forth, or within such extensions of time as may be granted under said contract, and shall pay all laborers, mechanics, sub - contractors and material men, and all persons who shall supply said principal or sub - contractors with provisions and supplies for the carrying on of said work, and shall hold said CITY OF YAKIMA, its employees, agents, and elected or appointed officials, harmless from any damage occasioned to any person or property by reason of any carelessness or negligence on the part of said principal, or any sub - contractor in the performance of said work and shall indemnify and hold the CITY OF YAKIMA, its employees, agents, and elected or appointed officials, harmless from any damage or expense by reason of failure of performance as specified in said contract or from defects appearing or developing in the material or workmanship provided or performed under said contract 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. (Contractor) By: (Print Name) Approved as to form: Its: (President, Owner, etc...) (City Attorney) (Surety) By: (Print Name) Its: 63 64 ACORD CERTIFICATE OF LIABILITY INSURANCE I �" `Y"'' 1 DAT E. POItCER 1 RO THIS CERTIFICATE TS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UQON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND. EXTEND OR ALTER THE COVERAGE AFFORDED B Y THE AGENT { POLICIES BEL O'N. ADDRESS INSURERS AFFORDING COVERAGE ;Ammo ;INSURYRA A - VII or better admitted carrier_ CONTRACTOR _•NSufsEREl A VII or better admitted carrier ADDRESS INSUP,EPC _. _.___ _________ ___ _ __ • INSLIR R II _ - - ! INSURER 1 COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE II UE1ED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT- TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT W.TH RESPECT TO W1 -1 :CH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSLARA.ICE AFFORDED BY THE POLICIES DES; IIIOEO HEREIN IS SUBJECT To ALL THE TERMS, EXCLUS_ONS AND CONDITIONS OP S CF4 POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. _ Ml9R TTPR # rJ 1YAAAt[R POLICY nuL etrt POUCT EFFECTIVE POLIO T E%ARAT•OS "'� A DATA At• Star% NAItotr anj LRAMS A _GENCRALtLE U 1). ADC 123 X01/01199 O1 /01 /00 EAJTC � s 1,000,000 • X I CCMAE4 GENERAL :IAgf ITT I I FIRE DM AGE IArr mr ln__11 50,000 _v_ i coon mice 1 Down ' i ' Y XP EO EYAtv &Ae F.H(M) S 5 7 000 _ %t Per Job Aggregate 1 Ptft ONAL A00 1 111RAAnv 51, 000,000 _ GET•i•AL AGGREGATE : 12,000,000 GENT. AGGREGATE LIMIT APPLIES PER I i FRCCUCTS , CCIVP,CP AGO • 11 , 000, 000 . -- LIMIT C Y I - I FNC • ' LOC r _ I .... E iAUroe/MALUINWT ' DEP 456 ; 01/01/99 • 01 /01/00 COOIS OSr .ELraIT si,Q00,000 R. AAaAUID 1E04IPCe•!II I ALL OWN EC AU TDS ( EK 0 1 SCHECCLED AUTOS IPH u i HIFEOAUTOS — � { iNer YINJURY j i b ` i+^ t+. r.Y.Ia .. GARAO! LIAbILITT I I AUTO O.KT • EA ACCIDENT 1 —. ANY AUTO ( GTHFR EA ACS - S _ _ - - AiJTOOSt• ■ , 5 EXCESS LIAIILTTY EACH OCCUIEENCE ' 5 L_ j CCCLJR j CLAMS MADE AGGREGATE 1 ITtr.•Crrtli 1 I 5 RETtNT.ON $ 1 __-- AT U. IV. H. 11'ONEIIS COM AND ' T C ilY j ,�_{'S__ -_= La A EMPLOYFR ABC 123 01/Oi/94 01101 /00 . EACHACC ,D Enr — is i3O{)0 I ELCISEASE. 1,000,000 I „sit . . —. �_ . 't,.. LNt ASC • Par: TIMr 1 _ - I OTHER , 0 ! • a D CRIPTION Of OPERATION KT LSOCATNSAEN *CLESEACLUSIONS \• III .II • • RSEMEIITISPECIAL PRO$S•ONS City of Yakima, its Agents, Employees, and elected or appointed officials as additional insured's for project # - _ CERTIFICATE HOLDER ADDITIONAL PISURED; INSURER LETTER CANCELLATION City of Yakima SHOVI.O P'O ART OF THE AJTOYE CESCAIBED LKZIEE BE CANC ELLEOEE ORE THE EXPIRATION DATE THEREOF. THE L::LIN{. NustR MT'. ��jM• IL - DAYS Wturivi 129 N. 2od Street NOTICE TO THE CERTIFICATE HOLDER HAYED TO THE LEF7.iY R 451MUL= Yakima, WA. 98901 1R%ILMA EiLIrat111 XXX 061171 ZII AUTHOPU_SO REPAESLNTATIVE Signed by Agent ACORD 25-S (7197) O ACORD CORPORATION 1488 65 • 66 COMMERCIAL LIABILITY 1ST REPRINT COL —ENDORSEMENTS JUNE 1991 POLICY NUMBER: ABC 123 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED— OWNERS, LESSEES OR CONTRACTORS (FORM B) Nse This endorsement modifies insurance provided under the following: dc COMMERCIAL GENERAL LIABILITY COVERAGE PART. SCHEDULE 1 Name of Person or Organization: CITY OP YA1(L1A ITS AGENTS, EMPLOYEES , AND ELECTED OR APPOINTED OFFICIALS (If no entry appears above, information required to complete this endorsement will be shown in the Declara- tions as applicable to this endorsement.) WHO IS AN INSURED (Section li) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of "your work" for that insured by or for you. Agent Signature , Date CG 20 10 11 85 Copyright. Insurance Services Office, Inc., 1984 C 2t • 10 1.1 • 85 V1.I1.208 67 68 MINIMUM WAGE AFFIDAVIT STATE OF WASHINGTON ) ) ss COUNTY OF YAKIMA I, the undersigned, having been duly sworn, depose, say and certify that in connection with the performance of the work, payment for which this voucher is submitted, I have paid the following rate per hour to each classification of laborers, workmen, or mechanics, as indicated upon the attached list, now referred to and by such reference incorporated in and made an integral part hereof, for all such employed in the performance of such work; and no laborer, workman or mechanic so employed upon such work has been paid less than the prevailing rate of wage or less than the minimum rate of wages as specified in the principal contract; that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. Contractor Subscribed and sworn to before me on this day of , 20 Notary Public in and for the State of Washington residing at 69 70 PREVAILING WAGE RATES Department of labor & Industries Statement Prevailing Wage Rates for Yakima County DOLT - Manufacture & Fabrication Notice Benefit Code Key PREVAILING WAGE RATES The prevailing rate of wages to be paid to all workmen, laborers, or mechanics employed in the performance of any part of this contract shall be in accordance with the provisions of Chapter 39.12 RCW, as amended. The rules and regulations of the Department of Labor and Industries are by reference made a part of this contract as though fully set forth herein. The current schedule of prevailing wage rates for the locality or localities where this contract will be performed, as determined by the Industrial Statistician of the Department of Labor and Industries, are included in these contract documents. Inasmuch as the contractor will be held responsible for paying the prevailing wages, it is imperative that all contractors familiarize themselves with the current wage rates, as determined by the Industrial Statistician of the Department of Labor and Industries, before submitting bids based on these specifications. In case any dispute arises as to what are the prevailing rates of wages for work of a similar nature and such dispute cannot be adjusted by the parties in interest, including labor and management representatives, the matter shall be referred for arbitration to the Director of the Department of Labor and Industries of the State and his decision therein shall be final and conclusive and biding on all parties involved in the dispute as provided for by RCW 39.12.060 as amended. Current prevailing wage rules and data can be furnished by the Industrial Statistician upon request. You may submit your request to: Department of Labor and Industries ESAC Division PO Box 44540 Olympia, Washington 98504 -4540 Telephone: 360- 902 -5335 71 72 State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section - Telephone (360) 902 -5335 PO Box 44540, Olympia, WA 98504 -4540 Washington State Prevailing Wage Rates For Public Works Contracts The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, workers' wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements is provided on the Benefit Code Key. YAKIMA COUNTY Effective 03 -03 -02 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $24.25 1M 5D BOILERMAKERS JOURNEY LEVEL $38.71 1B 5N BRICK AND MARBLE MASONS JOURNEY LEVEL $31.57 1M 5A CABINET MAKERS (IN SHOP) JOURNEY LEVEL $8.45 1 CARPENTERS ACOUSTICAL WORKER $28.45 1M 5D BRIDGE, DOCK AND WARF CARPENTERS $35.01 1M 5D CARPENTER $28.19 1M 5D CREOSOTED MATERIAL $28.29 1M 5D DRYWALL APPLICATOR $28.19 1M 5D FLOOR FINISHER $28.32 1M 5D FLOOR LAYER $28.32 1M 5D FLOOR SANDER $28.32 1M 5D MILLWRIGHT $36.01 1M 5D PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING $35.21 1M 5D SAWFILER $28.32 1M 5D SHINGLER $28.32 1M 5D STATIONARY POWER SAW OPERATOR $28.32 1M 5D STATIONARY WOODWORKING TOOLS $28.32 1M 5D CEMENT MASONS JOURNEY LEVEL $16.85 1 DIVERS & TENDERS DIVER $75.57 1M 5D 8A DIVER TENDER $37.85 1M 5D DREDGE WORKERS ASSISTANT ENGINEER $35.67 1B 5D 8L ASSISTANT MATE (DECKHAND) $35.23 1B 5D 8L BOATMEN $35.67 1B 5D 8L ENGINEER WELDER $35.72 1B 5D 8L LEVERMAN, HYDRAULIC $37.11 1B 5D 8L MAINTENANCE $35.23 1B 5D 8L MATES $35.67 1B 5D 8L OILER $35.33 1B 5D 8L DRYWALL TAPERS JOURNEY LEVEL $25.44 1P 5A ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL $20.99 73 YAKIMA COUNTY Effective 03 -03 -02 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ELECTRICIANS - INSIDE JOURNEY LEVEL $37.21 1J 5Z ELECTRICIANS - MOTOR SHOP CRAFTSMAN $15.37 2A 6C JOURNEY LEVEL $14.69 2A 6C ELECTRICIANS - POWERLINE CONSTRUCTION CABLE SPLICER $44.01 4A 5A CERTIFIED LINE WELDER $40.40 4A 5A GROUNDPERSON $29.62 4A 5A HEAD GROUNDPERSON $31.13 4A 5A HEAVY LINE EQUIPMENT OPERATOR $40.40 4A 5A JACKHAMMER OPERATOR $31.13 4A 5A • JOURNEY LEVEL LINEPERSON $40.40 4A 5A LINE EQUIPMENT OPERATOR $34.44 4A 5A POLE SPRAYER $40.40 4A 5A POWDERPERSON $31.13 4A 5A ELECTRONIC & TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $12.07 1 ELEVATOR CONSTRUCTORS CONSTRUCTOR $31.29 4A 6Q MECHANIC $42.25 4A 6Q MECHANIC IN CHARGE $46.63 4A 6Q PROBATIONARY CONSTRUCTOR $16.27 4A 6Q FABRICATED PRECAST CONCRETE PRODUCTS CRAFTSMAN $8.65 1 LABORER $6.90 1 PRODUCTION WORKER $7.15 1 FENCE ERECTORS FENCE ERECTOR $21.64 1 FLAGGERS JOURNEY LEVEL $22.53 1M 5D GLAZIERS JOURNEY LEVEL $18.43 1B 61 HEAT & FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $35.93 1F 5C HEATING EQUIPMENT MECHANICS MECHANIC $18.45 1J 5A HOD CARRIERS & MASON TENDERS JOURNEY LEVEL $24.73 1M 5D INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC $15.65 1 INDUSTRIAL POWER VACUUM CLEANER JOURNEY LEVEL $9.07 1 INSPECTION /CLEANING /SEALING OF SEWER & WATER SYSTEMS BY REMOTE CONTROL CLEANER OPERATOR, FOAMER OPERATOR $9.73 1 GROUT TRUCK OPERATOR $11.48 1 HEAD OPERATOR $12.78 1 TECHNICIAN $6.90 1 TV TRUCK OPERATOR $10.53 1 INSULATION APPLICATORS JOURNEY LEVEL $32.91 1 74 YAKIMA COUNTY Effective 03 -03 -02 *************************************************************************** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code IRONWORKERS JOURNEY LEVEL $37.17 1B 5A LABORERS ALL CLASSIFICATIONS $18.12 1 LABORERS - UNDERGROUND SEWER & WATER GENERAL LABORER $24.25 1M 5D PIPE LAYER $24.73 1M 5D LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS $7.38 1 LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $15.45 1 LANDSCAPING OR PLANTING LABORERS $7.63 1 LATHERS JOURNEY LEVEL $28.19 1M 5D MACHINISTS (HYDROELECTRIC SITE WORK) MACHINIST • $16.84 1 METAL FABRICATION (IN SHOP) FITTER $12.00 1 LABORER $10.31 1 MACHINE OPERATOR $11.32 1 PAINTER $12.00 1 WELDER $11.32 1 MODULAR BUILDINGS JOURNEY LEVEL $14.11 1 PAINTERS JOURNEY LEVEL $16.75 1 PLASTERERS JOURNEY LEVEL $35.63 1R 5A PLAYGROUND & PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $7.63 1 PLUMBERS & PIPEFITTERS JOURNEY LEVEL $40.40 1Q 5A POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $33.59 1T 5D 8L BACKHOE, EXCAVATOR, SHOVEL (3 YD & UNDER) $36.05 1T 5D 8L BACKHOE, EXCAVATOR, SHOVEL (OVER 3 YD & UNDER 6 YD) $36.49 1T 5D 8L BACKHOE, EXCAVATOR, SHOVEL (6 YD AND OVER WITH ATTACHMENTS) $36.99 1T 5D 8L BACKHOES, (75 HP & UNDER) $35.69 1T 5D 8L BACKHOES, (OVER 75 HP) $36.05 1T 5D 8L BARRIER MACHINE (ZIPPER) $36.05 1T 5D 8L BATCH PLANT OPERATOR, CONCRETE $36.05 1T 5D 8L BELT LOADERS (ELEVATING TYPE) $35.69 1T 5D 8L BOBCAT $33.59 1T 5D 8L BROOMS $33.59 1T 5D 8L BUMP CUTTER $36.05 1T 5D 8L CABLEWAYS $36.49 1T 5D 8L CHIPPER $36.05 1T 5D 8L COMPRESSORS $33.59 1T 5D 8L CONCRETE FINISH MACHINE - LASER SCREED $33.59 1T 5D 8L CONCRETE PUMPS $35.69 1T 5D 8L CONCRETE PUMP -TRUCK MOUNT WITH BOOM ATTACHMENT $36.05 1T 5D 8L CONVEYORS $35.69 1T 5D 8L CRANES, THRU 19 TONS, WITH ATTACHMENTS $35.69 1T 5D 8L 75 YAKIMA COUNTY Effective 03 -03 -02 (See Benefit Code Key) Over • PREVAILING Time Holiday Note Classification WAGE Code Code Code CRANES, 20 - 44 TONS, WITH ATTACHMENTS $36.05 1T 5D 8L CRANES, 45 TONS - 99 TONS, UNDER 150 FT OF BOOM (INCLUDING JIB $36.49 1T 5D 8L WITH ATACHMENTS) CRANES, 100 TONS - 199 TONS, OR 150 FT OF BOOM (INCLUDING JIB WITH $36.99 1T 5D 8L ' ATTACHMENTS) CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM (INCLUDING JIB WITH $37.49 1T 5D 8L ATTACHMENTS) CRANES, A- FRAME, 10 TON AND UNDER $33.59 1T 5D 8L CRANES, A- FRAME, OVER 10 TON $35.69 1T 5D 8L CRANES, OVER 300 TONS, OR 300' OF BOOM INCLUDING JIB WITH $37.99 1T 5D 8L ATTACHMENTS CRANES, OVERHEAD, BRIDGE TYPE (20 - 44 TONS) $36.05 1T 5D 8L CRANES, OVERHEAD, BRIDGE TYPE (45 - 99 TONS) $36.49 1T 5D 8L CRANES, OVERHEAD, BRIDGE TYPE (100 TONS & OVER) $36.99 1T 5D 8L CRANES, TOWER CRANE UP TO 175' IN HEIGHT, BASE TO BOOM $36.99 1T 5D 8L CRANES, TOWER CRANE OVER 175' IN HEIGHT, BASE TO BOOM $37.49 1T 5D 8L CRUSHERS $36.05 1T 5D 8L DECK ENGINEER/DECK WINCHES (POWER) $36.05 1T 5D 8L DERRICK, BUILDING $36.49 1T 5D 8L DOZERS, D -9 & UNDER $35.69 1T 5D 8L DRILL OILERS - AUGER TYPE, TRUCK OR CRANE MOUNT $35.69 1T 5D 8L DRILLING MACHINE $36.05 1T 5D 8L ELEVATOR AND MANLIFT, PERMANENT AND SHAFT -TYPE $33.59 1T 5D 8L EQUIPMENT SERVICE ENGINEER (OILER) $35.69 1T 5D 8L FINISHING MACHINE /BIDWELL GAMACO AND SIMILAR EQUIP $36.05 1T 5D 8L FORK LIFTS, (3000 LBS AND OVER) $35.69 1T 5D 8L FORK LIFTS, (UNDER 3000 LBS) $33.59 1T 5D 8L GRADE ENGINEER • $35.69 1T 5D 8L GRADECHECKER AND STAKEMAN $33.59 1T 5D 8L HOISTS, OUTSIDE (ELEVATORS AND MANLIFTS), AIR TUGGERS $35.69 1T 5D 8L HORIZONTAL/DIRECTIONAL DRILL LOCATOR $35.69 1T 5D 8L HORIZONTAL/DIRECTIONAL DRILL OPERATOR $36.05 1T 5D 8L HYDRALIFTS /BOOM TRUCKS (10 TON & UNDER) $33.59 1T 5D 8L HYDRALIFTS /BOOM TRUCKS (OVER 10 TON) $35.69 1T 5D 8L LOADERS, OVERHEAD (6 YD UP TO 8 YD) $36.49 1T 5D 8L LOADERS, OVERHEAD (8 YD & OVER) $36.99 1T 5D 8L LOADERS, OVERHEAD (UNDER 6 YD), PLANT FEED $36.05 1T 5D 8L LOCOMOTIVES, ALL $36.05 1T 5D 8L MECHANICS, ALL $36.05 1T 5D 8L MIXERS, ASPHALT PLANT $36.05 1T 5D 8L MOTOR PATROL GRADER (FINISHING) $36.05 1T 5D 8L MOTOR PATROL GRADER (NON- FINISHING) $35.69 Ar 35.69 1T 5D 8L RAI I/'VI,I(_` RAA/'LIINE NAlll C TI IAIAICI DRILL AND /OR SHIELD G aT Gn OI IVIL VI\IIYV Ivl/"�v, Illy , vIVLI. -, I Vl�l vl...� VI\ILL /'�IVV /VI\ JI IILLV WJV .YJ I 1 JV OL OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING $33.59 1T 5D 8L OPERATOR PAVEMENT BREAKER $33.59 1T 5D 8L PILEDRIVER (OTHER THAN CRANE MOUNT) $36.05 1T 5D 8L PLANT OILER (ASPHALT CRUSHER) $35.69 1T 50 8L POSTHOLE DIGGER, MECHANICAL $33.59 1T 5D 8L POWER PLANT $33.59 1T 5D 8L PUMPS, WATER $33.59 1T 5D 8L QUAD 9, D -10, AND HD -41 $36.49 IT 5D 8L 76 YAKIMA COUNTY Effective 03 -03 -02 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING EQUIP $36.49 1T 5D 8L RIGGER AND BELLMAN $33.59 1T 5D 8L ROLLAGON $36.49 1T 5D 8L ROLLER, OTHER THAN PLANT ROAD MIX $33.59 1T 5D 8L ROLLERS, PLANTMIX OR MULTILIFT MATERIALS $35.69 1T 5D 8L ROTO -MILL, ROTO- GRINDER $36.05 1T 5D 8L SAWS, CONCRETE $35.69 1T 5D 8L SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING $36.05 1T 5D 8L OFF -ROAD EQUIPMENT ( UNDER 45 YD) SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING $36.49 1T 5D 8L OFF -ROAD EQUIPMENT (45 YD AND OVER) SCRAPERS, CONCRETE AND CARRY ALL $35.69 1T 5D 8L SCREED MAN $36.05 1T 5D 8L SHOTCRETE GUNITE $33.59 1T 5D 8L SLIPFORM PAVERS $36.49 1T 5D 8L SPREADER, TOPSIDE OPERATOR - BLAW KNOX $36.05 1T 5D 8L SUBGRADE TRIMMER $36.05 1T 5D 8L TRACTORS, (75 HP & UNDER) $35.69 1T 5D 8L TRACTORS, (OVER 75 HP) $36.05 1T 5D 8L TRANSFER MATERIAL SERVICE MACHINE $36.05 1T 5D 8L TRANSPORTERS, ALL TRACK OR TRUCK TYPE $36.49 1T 5D 8L TRENCHING MACHINES $35.69 1T 5D 8L TRUCK CRANE OILER/DRIVER ( UNDER 100 TON) $35.69 1T 5D 8L TRUCK CRANE OILER/DRIVER (100 TON & OVER) $36.05 IT 5D 8L WHEEL TRACTORS, FARMALL TYPE $33.59 1T 5D 8L YO YO PAY DOZER $36.05 1T 5D 8L POWER EQUIPMENT OPERATORS- UNDERGROUND SEWER & WATER (SEE POWER EQUIPMENT OPERATORS) POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $29.97 4A 5A • SPRAY PERSON $28.35 4A 5A TREE EQUIPMENT OPERATOR $28.75 4A 5A TREE TRIMMER $26.62 4A 5A TREE TRIMMER GROUNDPERSON $19.48 4A 5A REFRIGERATION & AIR CONDITIONING MECHANICS MECHANIC $22.90 1 RESIDENTIAL BRICK & MARBLE MASONS JOURNEY LEVEL $19.72 1 RESIDENTIAL CARPENTERS JOURNEY LEVEL $14.58 1 RESIDENTIAL CEMENT MASONS JOURNEY LEVEL $16.85 1 RESIDENTIAL DRYWALL TAPERS JOURNEY LEVEL $19.08 1 RESIDENTIAL ELECTRICIANS JOURNEY LEVEL $21.98 1 RESIDENTIAL GLAZIERS JOURNEY LEVEL $11.48 1 RESIDENTIAL INSULATION APPLICATORS JOURNEY LEVEL $10.00 1 77 YAKIMA COUNTY Effective 03 -03 -02 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code RESIDENTIAL LABORERS JOURNEY LEVEL $8.00 1 RESIDENTIAL PAINTERS JOURNEY LEVEL $11.42 1 RESIDENTIAL PLUMBERS & PIPEFITTERS JOURNEY LEVEL $16.97 1 RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) $23.92 1B 5A RESIDENTIAL SOFT FLOOR LAYERS JOURNEY LEVEL $17.55 1 ROOFERS JOURNEY LEVEL $25.77 1B 51 USING IRRITABLE BITUMINOUS MATERIALS $28.77 1B 51 SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) $34.29 1B 5A SIGN MAKERS & INSTALLERS (NON - ELECTRICAL) JOURNEY LEVEL $14.65 1 SOFT FLOOR LAYERS JOURNEY LEVEL $15.79 1 SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL $6.90 1 SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL $18.87 1 STAGE RIGGING MECHANICS (NON STRUCTURAL) JOURNEY LEVEL $13.23 1 SURVEYORS CHAIN PERSON $9.25 1 INSTRUMENT PERSON $12.05 1 PARTY CHIEF $15.05 1 TELEPHONE LINE CONSTRUCTION - OUTSIDE CABLE SPLICER $24.74 2B 5A HOLE DIGGER/GROUND PERSON $13.18 28 5A INSTALLER (REPAIRER) $23.66 2B 5A JOURNEY LEVEL TELEPHONE LINEPERSON $22.91 2B 5A SPECIAL APPARATUS INSTALLER I $24.74 2B 5A SPECIAL APPARATUS INSTALLER II $24.21 2B 5A TELEPHONE EQUIPMENT OPERATOR (HEAVY) $24.74 2B 5A TELEPHONE EQUIPMENT OPERATOR (LIGHT) $22.91 2B 5A TELEVISION GROUND PERSON $12.42 2B 5A TELEVISION LINEPERSON /INSTALLER $17.02 2B 5A TELEVISION SYSTEM TECHNICIAN $20.54 2B 5A TELEVISION TECHNICIAN $18.33 2B 5A TREE TRIMMER $22.91 2B 5A TERRAZZO WORKERS & TILE SETTERS JOURNEY LEVEL $24.86 2M 5A TILE, MARBLE & TERRAZZO FINISHERS FINISHER $20.56 4A 5A TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $27.67 1K 5A TRUCK DRIVERS ASPHALT MIX $14.19 1 DUMP TRUCK $25.81 1 78 YAKIMA COUNTY Effective 03 -03 -02 *************************************************************************** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code DUMP TRUCK & TRAILER $25.81 1 OTHER TRUCKS $25.81 1 TRANSIT MIXER $25.81 1 WELL DRILLERS & IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $11.15 1 OILER $9.20 1 WELL DRILLER $17.68 1 79 80 o � 1 i 0 +'y 1N a pY RECE!VE' F STATE OF WASHINGTON APR — 2 2002 DEPARTMENT OF LABOR AND INDUSTRIES ��IG1Pd;�;e�1�G PREVAILING WAGE PO BOX 44540, OLYMPIA, WASHINGTON 98504 -4540 (360) 902 -5335 FAX (360) 902 -5300 ** *NOTICE * ** The Washington State Supreme Court ruled in Everett Concrete v. Department of Labor and Industries that workers employed in the fabrication or manufacture of items specifically produced for public works projects are covered under Chapter 39.12 RCW. The law establishes that the applicable prevailing wages which must be paid to laborers, workers and mechanics are the wages that have been established for the county in which the actual physical work is performed. Because the fabrication or manufacture is performed off -site, this may not be the same county in which the job site is located. Because contract awarding agencies must include the prevailing wages in their contract or bid specifications for all potential bidders, the off -site wages for every county in the state must be included. This insures that manufacturers located in other counties will be provided with the wages that apply to them. The following is a list of work that may include the fabrication or manufacture of items produced specifically for a public works project. This list is not intended to include standard items that are always available and may be purchased on the general market. Questions regarding whether the production of a specific item is covered should be directed to the office of the Industrial Statistician. Cabinet, Sash, Door and Furniture Making (wood) Fabricated Precast Concrete Products (Structural, Architectural and Utility concrete) Industrial Engine and Machine Mechanics Metal Fabrication (In -shop) - (Ironworkers, Boilermakers) Modular Buildings (Including customized prefabricated housing) Sheet Metal Work (Air ducts, ventilation systems, except round flex hose) Sign Making and Installation (Electrical and non - electrical) octiBt8 81 82 State of Washington Department of Labor and Industries Prevailing Wage Section - Telephone (360) 902 -5335 • PO Box 44540, Olympia, WA 98504 -4540 Washington State Prevailing Wage Rates The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, workers' wage and benefit rates must add to not Tess than this total. A brief description of overtime calculation requirements is provided on the Benefit Code Key. CABINET MAKERS (IN SHOP) EFFECTIVE 03 -03 -02 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code Counties Covered: ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, KITTITAS, LINCOLN, OKANOGAN, PEND OREILLE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA JOURNEY LEVEL $8,45 1 Counties Covered: CLALLAM, CLARK, COWLITZ, GRAYS HARBOR, ISLAND, JEFFERSON, KITSAP, KLICKITAT, LEWIS, MASON, PACIFIC, SAN JUAN, SKAGIT, SKAMANIA, SNOHOMISH, THURSTON, WAHKIAKUM AND WHATCOM JOURNEY LEVEL $13.12 1 Counties Covered: KING JOURNEY LEVEL $11.71 1 Counties Covered: PIERCE JOURNEY LEVEL $11.69 1 Counties Covered: SPOKANE JOURNEY LEVEL $9.72 1 83 84 State of Washington Department of Labor and Industries Prevailing Wage Section - Telephone (360) 902 -5335 PO Box 44540, Olympia, WA 98504 -4540 Washington State Prevailing Wage Rates The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works. projects, workers' wage and benefit rates must add to not Tess than this total. A brief description of overtime calculation requirements is provided on the Benefit Code Key. FABRICATED PRECAST CONCRETE PRODUCTS EFFECTIVE 03-03 -02 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code Counties Covered: ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND OREILLE, STEVENS, WALLA WALLA AND WHITMAN ALL CLASSIFICATIONS $9.96 1 Counties Covered: CHELAN, KITI1TAS, KLICKITAT AND SKAMANIA ALL CLASSIFICATIONS $8.61 1 Counties Covered: CLALLAM, CLARK, COWUTZ, GRAYS HARBOR, ISLAND, JEFFERSON, KITSAP, LEINIS, MASON, PACIFIC, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WAHKIAKUM ALL CLASSIFICATIONS $13.50 1 Counties Covered: KING ARCHITECTURAL AND PRESTRESSED CONCRETE - All $11.05 1 Classifications ALL OTHER CONCRETE PRODUCTS - Carpenter $18.77 1B 6S ALL OTHER CONCRETE PRODUCTS - Clean -up $17.99 1B 6S ALL OTHER CONCRETE PRODUCTS - Fabricator $18.24 1B 6S ALL OTHER CONCRETE PRODUCTS - Gunite $18.24 1B 6S ALL OTHER CONCRETE PRODUCTS - Maintenance $18,77 1B 6S ALL OTHER CONCRETE PRODUCTS - Operator $18.24 1B 6S . ALL OTHER CONCRETE PRODUCTS - Welder $1824 1B 6S ALL OTHER CONCRETE PRODUCTS - Wet Pour $17.99 1B 6S ALL OTHER CONCRETE PRODUCTS - Yard Patch $17.99 1B 6S Counties Covered: PIERCE ALL CLASSIFICATIONS $10.00 1 Counties Covered: SPOKANE LABORER $6.90 1 MACHINE OPERATOR $10.33 1 85 FABRICATED PRECAST CONCRETE PRODUCTS EFFECTIVE 03 -03 -02 (See Benefit Code Key) Over PREVAILING lime Holiday Note Classification WAGE Code Code Code Counties Covered: WHATCOM CARPENTER $11.43 1 CONCRETE FINISHER $12.53 1 LABORER $8.43 1 REBAR $14.60 1 Counties Covered: YAKIMA CRAFTSMAN $8.65 1 LABORER $6.90 PRODUCTION WORKER $7.15 1 86 State of Washington Department of Labor and industries Prevailing Wage Section - Telephone (360) 902 -5335 PO Box 44540, Olympia, WA 98504 -4540 Washington State Prevailing Wage Rates The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, workers' wage and benefit rates must add to not Tess than this total. A brief description of overtime calculation requirements is provided on the Benefit Code Key. METAL FABRICATION (IN SHOP) EFFECTIVE 03-03 -02 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code Counties Covered: ADAMS, ASOTIN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, KITTITAS, LINCOLN, OKANOGAN, PEND OREILLE, STEVENS, WALLA WALLA AND WHITMAN FITTER/WELDER $12.76 1 LABORER $8 1 MACHINE OPERATOR $12.66 1 PAINTER $10.20 1 Counties Covered: BENTON LABORER $7.06 1 MACHINE OPERATOR $10.53 1 PAINTER $9.76 1 WELDER $16.70 1 Counties Covered: CHELAN FITTER • $15.04 1 LABORER $8.77 1 MACHINE OPERATOR $9.71 1 PAINTER $9 1 WELDER $12.24 1 Counties Covered: CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, LEWIS, MASON, PACIFIC, SAN JUAN AND SKAGIT FITTER/WELDER $15.16 1 LABORER $11.13 1 MACHINE OPERATOR $10.66 1 PAINTER $11.41 1 Counties Covered: CLARK FITTER $22.72 1J 6U LABORER $16.57 1J 6U LAYEROUT $23.06 1J 6U MACHINE OPERATOR $17.08 1J 6U PAINTER $19.65 1J 6U WELDER $21.54 1J 6U 87 METAL FABRICATION (IN SHOP) EFFECTIVE 03-03 -02 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code Counties Covered: COWLITZ FITTER $22.39 1B 6V LABORER $17.62 1B 6V MACHINE OPERATOR $22.39 1B 6V WELDER $22,39 1B 6V Counties Covered: GRANT FITTER/WELDER $10.79 1 PAINTER $7.45 1 Counties Covered: KING FITTER $15.86 1 LABORER $9.78 1 MACHINE OPERATOR $13.04 1 PAINTER $11.10 1 WELDER $15.48 1 Counties Covered: KITSAP FITTER $28.96 1 LABORER $6.90 1 MACHINE OPERATOR $13.83 1 WELDER $13.83 1 Counties Covered: KUCKITAT, SKAMANIA AND WAHKIAKUM FITTER/WELDER $16.99 1 LABORER $10.44 1 MACHINE OPERATOR $17.21 1 PAINTER $17.03 1 Counties Covered: PIERCE FITTER $15.25 1 LABORER $9.25 1 MACHINE OPERATOR $13.98 1 WELDER $13 98 1 W �V.VV Counties Covered: SNOHOMISH FITTER/WELDER $15.38 1 LABORER $9,79 1 MACHINE OPERATOR $8,84 1 PAINTER $9,98 1 88 METAL FABRICATION (IN SHOP) EFFECTIVE 03 -03 -02 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code Counties Covered: SPOKANE FITTER $12.59 1 LABORER $7 1 MACHINE OPERATOR $13.26 1 PAINTER $10.27 1 WELDER $10.80 1 Counties Covered: THURSTON FITTER $21.29 1R 6T LABORER $13.52 1R 6T LAYEROUT $23.22 1R 6T MACHINE OPERATOR $16.43 1R 6T WELDER $19.34 1R 6T Counties Covered: WHATCOM FITTER/WELDER $13.81 1 LABORER $900 1 MACHINE OPERATOR $13.81 1 Counties Covered: YAKIMA FITTER $12.00 1 LABORER $10.31 1 MACHINE OPERATOR $11.32 1 PAINTER $12.00 1 WELDER $11.32 1 89 State of Washington Department of Labor and Industries Prevailing Wage Section - Telephone (360) 902 -5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage Rates The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, workers' wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements is provided on the Benefit Code Key. MODULAR BUILDINGS EFFECTIVE 0343.02 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code Counties Covered: CHELAN, DOUGLAS, KITTITAS AND YAKIMA JOURNEY LEVEL $14.11 1 Counties Covered: GRAYS HARBOR, LEWIS, MASON, PACIFIC AND THURSTON CABINET ASSEMBLY $9.98 1 ELECTRICIAN $9 1 EQUIPMENT MAINTENANCE $9,98 1 PLUMBER $9.98 1 PRODUCTION WORKER $9.75 1 TOOL MAINTENANCE $9.98 1 UTILITY PERSON $9.98 1 WELDER $9,98 1 Counties Covered: KING AND KITSAP CABINET ASSEMBLY $11.56 1 ELECTRICIAN $11.56 1 EQUIPMENT MAINTENANCE $11.56 1 PLUMBER $11.56 1 PRODUCTION WORKER $9.26 1 TOOL MAINTENANCE $11.56 1 UTILITY PERSON $11.56 1 WELDER $11.56 1 Counties Covered: SNOHOMISH JOURNEY LEVEL $9.00 1 90 State of Washington Department of Labor and Industries Prevailing Wage Section - Telephone (360) 902 -5335 PO Box 44540, Olympia, WA 98504 -4540 Washington State Prevailing Wage Rates The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, workers' wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements is provided on the Benefit Code Key. SHEET METAL WORKERS EFFECTIVE 03-03-02 (See Benefit Code Key) Over PREVAIUNG Time Holiday Note Classification WAGE Code Code Code Counties Covered: ADAMS, ASOTIN, CHELAN, DOUGLAS, FERRY, GRANT, UNCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS AND WHITMAN JOURNEY LEVEL (FIELD OR SHOP) $31.33 18 5A Counties Covered: BENTON, COLUMBIA, FRANKLIN, GARFIELD, KITTITAS, KLICKITAT, WALLA WALLA AND YAKIMA JOURNEY LEVEL (FIELD OR SHOP) $34.29 18 5A Counties Covered: CLALLAM, COWUTZ, GRAYS HARBOR, ISLAND, KING, KITSAP, LEWIS, MASON, PACIFIC, PIERCE, SNOHOMISH, THURSTON AND WAHKIAKUM JOURNEY LEVEL (FIELD OR SHOP) $39,68 1J 6L Counties Covered: CLARK AND SKAMANIA JOURNEY LEVEL (FIELD OR SHOP) $38.60 1B 5A Counties Covered: JEFFERSON JOURNEY LEVEL (FIELD OR SHOP) $33.53 1 Counties Covered: SAN JUAN, SKAGIT AND WHATCOM JOURNEY LEVEL (FIELD OR SHOP) $35.65 1J 5G 91 State of Washington Department of Labor and Industries Prevailing Wage Section - Telephone (360) 902 -5335 PO Box 44540, Olympia, WA 98504 -4540 Washington State Prevailing Wage Rates The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, workers' wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements is provided on the Benefit Code Key. . 1l .1.1l... .l...1l ►1. 11l SIGN MAKERS & INSTALLERS (ELECTRICAL) EFFECTIVE 03 -03 -02 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code Counties Covered: ADAMS, FERRY, LINCOLN, PEND OREILLE, SPOKANE, STEVENS AND WHITMAN JOURNEY LEVEL $13.91 1 Counties Covered: CHELAN, DOUGLAS, GRANT AND OKANOGAN JOURNEY LEVEL $24.63 1 Counties Covered: CLALLAM AND JEFFERSON JOURNEY LEVEL $19.29 1 Counties Covered: CLARK JOURNEY LEVEL $19.27 1 Counties Covered: • COWLITZ AND WAHKIAKUM JOURNEY LEVEL $16.88 1 Counties Covered: GRAYS HARBOR, LEWIS, MASON, PACIFIC AND THURSTON JOURNEY LEVEL $18 1 Counties Covered: ISLAND, SKAGIT AND WHATCOM JOURNEY LEVEL $16.03 1 Counties Covered: KING SIGN INSTALLER $23.36 1 SIGN MAKER $16.84 1 Counties Covered: KITSAP JOURNEY LEVEL $20.58 1 92 SIGN MAKERS & INSTALLERS (ELECTRICAL) EFFECTIVE 03-03 -02 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code Counties Covered: KLICKITAT AND SKAMANIA JOURNEY LEVEL $16.83 1 Counties Covered: PIERCE AND SNOHOMISH JOURNEY LEVEL $26.17 1 Counties Covered: SAN JUAN JOURNEY LEVEL $9 1R 93 State of Washington Department of Labor and Industries Prevailing Wage Section - Telephone (360) 902 -5335 PO Box 44540, Olympia, WA 98504 -4540 Washington State Prevailing Wage Rates The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, workers' wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements is provided on the Benefit Code Key. SIGN MAKERS & INSTALLERS (NON - ELECTRICAL) EFFECTIVE 03=03-02 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code Counties Covered: ADAMS, FERRY, LINCOLN, PEND OREILLE, STEVENS AND WHITMAN JOURNEY LEVEL $13.91 1 Counties Covered: ASOTIN, BENTON, COLUMBIA, FRANKLIN, GARFIELD, GRANT, KITTITAS, WALLA WALLA AND YAKIMA JOURNEY LEVEL $14.65 1 Counties Covered: CHELAN, DOUGLAS AND OKANOGAN JOURNEY LEVEL $16.14 1 Counties Covered: CLALLAM AND JEFFERSON JOURNEY LEVEL $12.15 1 Counties Covered: CLARK JOURNEY LEVEL $29.02 1H 5A Counties Covered: COWLITZ AND WAHKIAKUM JOURNEY LEVEL $16.74 1 Counties Covered: GRAYS HARBOR, MASON AND PACIFIC JOURNEY LEVEL $18.04 1 Counties Covered: ISLAND AND WHATCOM JOURNEY LEVEL $26.55 1 Counties Covered: KING SIGN INSTALLER $17.31 1 SIGN MAKER $15.61 1 94 SIGN MAKERS & INSTALLERS (NON - ELECTRICAL) EFFECTIVE 03 -03 -02 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code Counties Covered: KITSAP JOURNEY LEVEL $9.27 1 Counties Covered: KLICKITAT AND SKAMANIA JOURNEY LEVEL $16.83 1 Counties Covered: LEWIS, SKAGIT AND SNOHOMISH JOURNEY LEVEL $29.67 1M 5D Counties Covered: PIERCE JOURNEY LEVEL $15.31 1 Counties Covered: SAN JUAN JOURNEY LEVEL $9.75 1 Counties Covered: SPOKANE JOURNEY LEVEL $300 1 Counties Covered: THURSTON JOURNEY LEVEL $14.04 1 95 96 BENEFIT CODE KEY - EFFECTIVE 03 -03 -02 *************************************************************************************** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** ** 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. 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 ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL ALSO 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. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. D. THE FIRST EIGHT (8) HOURS ON SATURDAYS OF A FIVE - EIGHT HOUR WORK WEEK AND THE FIRST EIGHT (8) HOURS WORKED ON A FIFTH CALENDAR DAY, EXCLUDING SUNDAY, 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 EIGHT (8) HOURS PER DAY ON SATURDAY; ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS IN A FIFTH CALENDAR WEEKDAY OF A FOUR - TEN HOUR SCHEDULE; ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH FRIDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. F. THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. G. THE FIRST TEN (10) HOURS WORKED ON SATURDAYS AND THE FIRST TEN (10) HOURS WORKED ON A FIFTH CALENDAR WEEKDAY IN A FOUR - TEN HOUR SCHEDULE, SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. H. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS OR EQUIPMENT BREAKDOWN) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. J. THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS 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. L. ALL HOURS WORKED ON SATURDAYS, 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. 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. 97 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. P. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) AND SUNDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL 13E PAID AT DOUBLE THE HOURLY RATE OF WAGE. Q. 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 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. 1. S. ALL HOURS WORKED ON SUNDAYS BETWEEN THE HOURS OF 12:O0AM SUNDAY AND 6:OOAM MONDAY AND ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. T. ALL HOURS WORKED ON SATURDAYS, EXCEPT MAKE -UP DAYS, SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED AFTER 6:OOPM SATURDAY TO 6:00AM MONDAY AND ON HOLIDAYS 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 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. W. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS (EXCEPT MAKE -UP DAYS) 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. 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. A. THE FIRST SIX (6) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF SIX (6) HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO 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. D. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT STRAIGHT TIME IN ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. E. ALL HOURS WORKED ON SATURDAYS OR HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS OR ON LABOR DAY 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. 98 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. J. ALL HOURS WORKED ON SUNDAYS 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 THE HOLIDAY PAY. ALL HOURS WORKED ON UNPAID HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. M. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. O. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. 4. 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). 5. 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). G. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7). H. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, AND CHRISTMAS (6). I. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6). 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). O. PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6). 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: SEVEN (7) PAID HOLIDAYS. V. PAID HOLIDAYS: SIX (6) PAID HOLIDAYS. W. PAID HOLIDAYS: NINE (9) PAID HOLIDAYS. 99 X. HOLIDAYS: AFTER 520 HOURS - NEW YEAR'S DAY, THANKSGIVING DAY AND CHRISTMAS DAY. AFTER 2080 HOURS - NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, CHRISTMAS DAY AND A FLOATING HOLIDAY (8). Y. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, PRESIDENTIAL ELECTION DAY, THANKSGIVING DAY, THE FRIDAY FOLLOWING THANKSGIVING DAY, AND CHRISTMAS DAY (8). Z. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). 6. A. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). C. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (9). D. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY BEFORE OR THE DAY AFTER CHRISTMAS DAY (9). • H. 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). I. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). L. 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) 6. Q. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY. UNPAID HOLIDAY: PRESIDENTS' DAY. S. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, AND CHRISTMAS DAY (8). T. PAID HOLIDAYS: NEW YEARS 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). U. HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS DAY, CHRISTMAS DAY (9). V. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, CHRISTMAS DAY, EMPLOYEE'S BIRTHDAY, AND ONE DAY OF THE EMPLOYEE'S CHOICE (10). W. PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, DAY BEFORE CHRISTMAS DAY (10). X. 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, DAY BEFORE OR AFTER CHRISTMAS DAY, EMPLOYEE'S BIRTHDAY (I1). NOTE CODES 100 • 8. A. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE -HALF TIMES THE DIVERS RATE OF PAY. 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 175' - $2.25 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 175' TO 250' - $5.50 PER FOOT FOR EACH FOOT OVER 175 FEET OVER 250' - DIVERS MAY NAME THEIR OWN PRICE, PROVIDED IT IS NO LESS THAN THE SCALE LISTED FOR 250 FEET C. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE -HALF TIMES THE DIVERS RATE OF PAY. 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. • 101 102 PROPOSAL Proposal Form Item Proposal Bid Sheet Bid Bond Form Non- Collusion Declaration Non - Discrimination Provision Subcontractor List Women and Minority Business Enterprise Policy Council Resolution Affirmative Action Plan Bidders Certification Subcontractors Certification Proposal Signature Sheet Bidders Check List PROPOSAL To the City Clerk Yakima, Washington This certifies that the undersigned has examined the location of: Jerome Avenue Irrigation Project - Phase 2 CITY OF YAKIMA PROJECT NO. 1950 and that the plans, specifications and contract governing the work embraced in this improvement, and the method by which payment will be made for said work, is understood. The undersigned hereby proposes to undertake and complete the work embraced in this improvement, or as much thereof as can be completed with the money available in accordance with the said plans, specifications and contract, and the following schedule of rates and prices. NOTE: Unit prices for all items, all extensions, and total amount of bid, shall be shown, and be written in ink or typed. Show unit prices in figures only. Figures written to the right of the dot (decimal) in the dollars column shall be considered as cents. 103 104 ITEM PROPOSAL BID SHEET - SCHEDULE A Jerome Avenue Irrigation Project - Phase 2 CITY OF YAKIMA PROJECT NO. 1950 ITEM PROPOSAL ITEM QTY UNIT UNIT PRICE AMOUNT NO. PAYMNET SECTION DOLLARS DOLLARS 1 SPILL PREVENTION PLAN 1 LS 1 -07.15 2 REPAIR OR REPLACEMENT 1 FA $ 5,000.00 $ 5,000.00 1 -09.6 3 MOBILIZATION 1 LS 1 -09.7 4 MAINTENANCE & PROTECTION OF TRAFFIC (Min Bid $7,500.00) 1 LS 1 -10.5 5 TRAFFIC CONTROL SUPERVISOR 280 HR 1 -10.5 6 CONSTRUCTION SIGNS CLASS A 500 SF 1 -10.5 7 CONTROL DENISTY FILL - TRENCH BACKFILL 160 CY 2 -09.5 8 ASPHALT CONCRETE PAVEMENT REPAIR 3400 SY 5 -04.5 9 SAW CUT, PER INCH DEPTH 8300 LF 5 -04.5 10 SHORING OR EXTRA EXCAVATION CLASS B 2805 LF 7 -10.5 11 SDR 51 PIPE FOR IRRIGATION MAIN, 27 IN. DIAM. 2760 LF 7 -11.5 SDR 51 PIPE FOR IRRIGATION MAIN, 21 IN. DIAM. 12 40 LF 7 -11.5 SDR 51 PIPE FOR IRRIGATION MAIN, 12 IN. DIAM. 13 5 LF 7 -11.5 14 27 "x27 "x12" SDR 51 PIP TEE 1 EA 7 -12.5 15 27 "x27 "x21" SDR 51 PIP TEE 1 EA 7 -12.5 27" DIA. 45 DEGREE ELBOW 16 2 EA 7 -12.5 27" DIA. 11 -1/4 DEGREE ELBOW 17 2 EA 7 -12.5 18 30 "x27" COUPLING 2 EA 7 -12.5 19 21 "x20" COUPLING 1 EA 7 -12.5 1" DIA. AIR - VACUUM RELIEF VALVE 20 1 EA 7 -12.5 21 CEMENT CONCRETE CURB & GUTTER 1930 LF 8 -04.5 CEMENT CONCRETE SIDEWALK, 4 IN. DEPTH 22 100 SY 8 -14.5 SUB TOTAL SALES TAX (7.9 %) TOTAL — SCHEDULE A 105 106 ITEM PROPOSAL BID SHEET - SCHEDULE B Jerome Avenue Irrigation Project - Phase 2 CITY OF YAKIMA PROJECT NO. 1950 ITEM PROPOSAL ITEM QTY UNIT UNIT PRICE AMOUNT NO. PAYMNET SECTION DOLLARS DOLLARS 1 SPILL PREVENTION PLAN 1 LS 1 -07.15 2 REPAIR OR REPLACEMENT 1 FA $ 5,000.00 $ 5,000.00 1-09.6 3 MOBILIZATION 1 LS 1 -09.7 4 MAINTENANCE & PROTECTION OF TRAFFIC (Min Bid $5,000.00) 1 LS 1 -10.5 5 TRAFFIC CONTROL SUPERVISOR 160 HR 1 -10.5 6 CONSTRUCTION SIGNS CLASS A 200 SF 1 -10.5 7 ASPHALT CONCRETE PAVEMENT REPAIR 2300 SY 5 -04.5 11 SAW CUT, PER INCH DEPTH 9800 LF 5 -04.5 CRUSHED SURFACING TOP COURSE - TRENCH BACKFILL 12 190 TON 7 -08.5 13 SHORING OR EXTRA EXCAVATION CLASS B 2730 LF 7 -10.5 14 SDR 51 PIPE FOR IRRIGATION MAIN, 27 IN. DIAM. 2730 LF 7 -11.5 SUB TOTAL SALES TAX (7.9 %) TOTAL — SCHEDULE B SCHEDULE A TOTAL • SCHEDULE B TOTAL TOTAL PROJECT BID 107 108 BID BOND FORM Herewith find deposit in the form of a certified check, cashiers check, cash, or bid bond in the amount of $ which amount is not less than five percent of the total bid. Sign Here BID BOND KNOW ALL MEN BY THESE PRESENTS: That we, , as principal, and , as Surety, are held and firmly bound unto the City of Yakima, as Obligee, in the penal sum of Dollars, for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for , according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the call for bids, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the amount of this bond. SIGNED, SEALED AND DATED THIS DAY OF , 20 Principal Surety , 20 Received return of deposit in the sum of $ 109 110 NON - COLLUSION DECLARATION 1, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: 1. That the undersigned person(s), firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. 2. That by signing the signature page of this proposal, I am deemed to have signed and have agreed to the provisions of this declaration. NOTICE TO ALL BIDDERS To report bid rigging activities call: • I. 800. 424.9071 The U.S. Department of Transportation (USOOT) operates the above toll -free "hotline" Monday through Friday, 8:00 a.m. to 5:00 p.m., eastern time. Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the "hotline" to report such activities. The "hotline" is part of USDOT's continuing effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the USDOT Inspector General. All information will be treated confidentially and caller anonymity will be respected. 111 • • 112 NON - DISCRIMINATION PROVISION During the performance of this contract, the contractor agrees as follows: (1) The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex or national origin. Such action shall include, but not be limited to the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. *(2) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex or national origin. *(3) The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the agency contracting officer, • advising the labor union or workers' representative of the contractor's commitments under Section 202 of Executive Order No. 11246 of September 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. "(4) The contractor will comply with all provisions of Executive Order No. 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. *(5) The contractor will furnish all information and reports required by Executive Order No. 11246 of September 24, 1965, and by the rules regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. "(6) In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any such rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order No. 11246 of September 24, 1965, and such other sanctions may be imposed and remedies involved as provided in Executive Order No. 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. "(7) The contractor will include the provisions of Paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders 01 the Secretary of Labor issued pursuant to Section 204 of Executive Order No. 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as the contracting agency may direct as a means of enforcing such provisions including sanctions for noncompliance: Provided however, that in the event the contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the contracting agency, the contractor may request the United States to enter into such litigation to protect the interests of the United States." 113 114 SUBCONTRACTOR LIST Prepared in compliance with ROW 39.30.060 (To be submitted with the Bid Proposal) The following listed bid items (listed in numerical order) for this project have been proposed for subcontracting to subcontractors as indicated: Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Bid Items to be performed by the Prime Contractor: ( ) Prime Contractor Name Item Numbers 115 116 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. • 117 118 RESOLUTION NO. D - 48 1 6 A RESOLUTION adopting a "Women And Minority Business Enterprise Policy" for the City of Yakima. WHEREAS, the City of Yakima is the recipient of federal and state assistance which assistance carries with it the obli- gation of contracting with Women And Minority Business Enter- prises for the performance of public works, and WHEREAS, it is the intention of the City of Yakima that Women And Minority Business Enterprises shall have the maximum practicable opportunity to participate in the performance of such public works, and WHEREAS, the City of Yakima is determined to maximize Women And Minority Business Enterprise opportunities for parti- cipation in its competitive bidding process through the adoption of the "Women And Minority Business Enterprise Policy" statement attached hereto, now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Council hereby adopts the "Women And Minority Business Enterprise Policy ", a copy of which is attached hereto and by reference made a part hereof. �1(�J ADOPTED BY THE CITY COUNCIL this .� day of f i,c._e_..- , 1983. v t Aw, A , OreAm&A-colliQ Mayor ATTEST: City Clerk 119 120 AFFIRMATIVE ACTION PLAN The bidders, contractors and subcontractors will not be eligible for award of a contract under this Advertisement for Bids unless it certifies as prescribed, that it adopts the minimum goals and timetable of minority and women workforce utilization and specific affirmative action steps as set forth by the City of Yakima, This is directed at increasing minority and women workforce utilization by means of applying good faith efforts to carrying out such steps. However, no contractor or subcontractor shall be found to be in noncompliance solely on account of its failure to meet its goals within its timetables, but such contractor shall be given the opportunity to demonstrate that it has instituted all of the specific affirmative action steps specified by the City of Yakima, and has made every good faith effort to make these steps work toward the attainment of its goals, all to the purpose of expanding minority and women workforce utilization on all of its projects in the City of Yakima, Washington. In all cases, the compliance of a bidder, contractor or subcontractor will be determined in accordance with its respective obligations under the terms of these Bid Conditions. All bidders and all contractors and subcontractors performing or to perform work on projects subject to these Bid Conditions hereby agree to inform their subcontractors of their respective obligations under the terms and requirements of these Bid Conditions, including the provisions relating to goals of minority and women employment and training. Specific Affirmative Action Steps Bidders, contractors and subcontractors subject to this contract must engage in affirmative action directed at increasing minority and women workforce utilization, which is at least as extensive and as specific as the following steps: a. The contractor shall notify community organizations that the contractor has employment opportunities available and shall maintain records of the organizations' response. b. The contractor shall maintain a file of the names and addresses of each minority and women worker referred to him and what action was taken with respect to each such referred worker, and if the worker was not employed, the reasons therefore. If suchworker was not sent to the union hiring hall for referral or if such worker was not employed by the contractor, the contractor's file shall document this and the reasons therefore. c. The contractor shall promptly notify the City of Yakima Engineering Division an Contract Compliance Officer when the union or unions with whom the contractor has collective bargaining agreement has not referred to the contractor a minority or woman worker sent by the contractor or the contractor has other information that the union referral process has impeded him in his efforts to meet his goal. d. The contractor shall participate in training programs in the area, especially those funded by the Department of Labor. e. The contractor shall disseminate his EEO policy within his own organization by including it in any policy manual; by publicizing it in company newspapers, annual reports, etc., by conducting staff, employee and union representatives' meetings to explain and discuss the policy; by posting of the policy; and by specific review of the policy with minority employees. f. The contractor shall disseminate his EEO policy externally by informing and discussing it with all recruitment sources; by advertising in news media, specifically including minority news media; and by notifying and discussing it with all subcontractors and suppliers. 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. 121 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. 1. 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 no have a discriminatory effect. n. The contractor shall make certain that all facilities and company activities are non - segregated. o. The contractor shall continually monitor all personnel activities to ensure that his EEO policy is being carried out. p. The contractor shall solicit bids for subcontracts from available minority and women subcontractors, engaged in the trades covered by these Bid Conditions, including circulation of minority and women contractor associations. q. Non cooperation: In the event the union is unable to provide the contractor with a reasonable flow of minority and women referrals within the time limit set forth in the collective bargaining agreements, the contractor shall, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex or national origin, making full efforts to obtain qualified and /or qualifiable minorities and women. (The U.S. Department of Labor has held that it shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority or women employees.) In the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246 and 23 CFR Part 230 as amended, and the Standard Specifications, such contractor shall immediately notify the City of Yakima Engineering Department or the City of Yakima Compliance Officer. • 122 BIDDERS 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: certifies that: (BIDDER) 1. It intends to use the following listed construction trades in the work under the contract and; as to those trades for which it is required by these Bid Conditions to comply with these Bid Conditions, it adopts the minimum minority and women workforce utilization goals and the specific affirmative action steps for all construction work (both federal and non - federal) in the Yakima, Washington area subject to these Bid Conditions, those trades being: and; 2. It will obtain from each of its subcontractors and submit to the contracting or administering agency prior to the award of any sub - contract under this contract the Subcontractor Certification required by these Bid Conditions. (Signature of Authorized Representative of Bidder) 123 SUBCONTRACTORS CERTIFICATION Subcontractors' Certification is not required at the time of bid. This Certification must be completed by each subcontractor prior to award of any subcontract. certifies that: (SUBCONTRACTOR) 1. It intends to use the following listed construction trades in the work under the subcontract and; As to those trades for which it is required by these Bid Conditions to comply with these Bid Conditions, it adopts the minimum minority and women workforce utilization goals and the specific affirmative action steps for all construction work (both federal and non - federal) in Yakima, Washington, subject to these Bid Condition, those trades being: and; 2. It will obtain from each of its subcontractors prior to the award of any subcontract under this subcontract the Subcontractor Certification required by these Bid conditions. (Signature of Authorized Representative of Subcontractor) 124 Materially and Responsiveness The certification required to be made by the bidder pursuant to these Bid Conditions is material, and will govern the bidder's performance on the project and will be made a part of his bid. Failure to submit the certification wilt render the bid non responsive. Compliance and Enforcement Contractors are responsible for informing their subcontractor (regardless of tier) as to their respective obligations under the conditions of the contract here (as applicable). Bidders, contractors and subcontractors hereby agree to refrain from entering into any contract or contract modification subject to Executive Order 11246, as amended on September 24, 1965, with a contractor debarred from, or who is determined not to be a responsible' bidder for, government contracts and federally assisted construction contracts pursuant to Executive Order. The bidder, contractor or subcontractor shall carry out such sanctions and penalties for violation of the equal opportunity clause including suspension, termination and cancellation of existing subcontracts as may be imposed or ordered by the administering agency, the contracting agency or the Office of Federal Contract Compliance pursuant to the Executive Order. Any bidder, or contractor or subcontractor who shall fail to carry out such sanctions and penalties shall be deemed to be in non - compliance with these Bid Conditions and Executive Order 11246, as amended. Nothing herein is intended to relieve any contractor or subcontractor during the term of its contract on this project from compliance with Executive Order 11246, as amended, and the Equal Opportunity Clause of its contract. Violation of any substantial requirement in the affirmative action plan by a contractor or subcontractor covered by these Bid Conditions including the failure of such contractor or subcontractor to make a good faith effort to meet it fair share of the trade's goals of minority and women workforce utilization, and shall be grounds for imposition of the sanctions and penalties provided at Section 209 (a) of Executive Order 11246, as amended. Each agency shall review its contractors' and subcontractors' employment practices during the performance of the contract. If the agency determines that the affirmative action plan no longer represents effective affirmative action, it shall so notify the Office of Federal Contract Compliance which shall be solely responsible for any final determination of that question and the Consequences thereof. In regard to these conditions, if the contractor or subcontractor meets its goals or if the contractor or subcontractor can demonstrate that it has made every good faith effort to meet those goals, the contractor of the subcontractor shall be presumed to be in compliance with Executive Order 11246, as amended, the implementing regulations and its obligations under these Bid Conditions and no formal sanctions or proceedings leading toward sanctions shall be instituted unless the agency otherwise determines that the contractor or subcontractor is not providing equal employment opportunities. In judging whether a contractor or subcontractor has met its goals, the agency will consider each contractors or subcontractor's minority and women workforce utilization and will not take into consideration the minority and women workforce utilization of its subcontractors. Where the agency finds that the contractor or subcontractor has failed to comply with the requirement of Executive Order 11246, as amended, the implementing regulations and its obligations under these Bid Conditions, the agency shall take such action and impose such sanctions as may be appropriate under Executive Order and the regulations. When the agency proceeds with such formal action, it has the burden of proving that the contractor has not met the requirements of these Bid Conditions, but the contractor's failure to meet his goals shall shift to him the requirement to come forward with evidence to show that he has met the "good faith" requirements of these Bid Conditions by instituting at least the Specific Affirmative Action steps listed above and by making every good faith effort to make those steps work toward the attainment of its goals within its timetables. The pendency of such formal proceedings shall be taken into consideration by Federal agencies in determining whether such contractor or subcontractor can comply with the requirements of Executive Order 11246, as amended, and is therefore a "responsible prospective contractor" within the meaning of the Federal Procurement Regulations. It shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority and women employees. 125 The procedures set forth in these conditions shall not apply to any contract when the head of the contracting or administering agency determines that such contract is essential to the national security and that its award without following such procedures is necessary to the national security. Upon making such a determination, the agency head will notify, in writing, the Director of the Office of Federal Contractor Compliance within thirty days. Requests for exemptions from these Bid Conditions must be made in writing, with justification, to the: Director Office of Federal Contractor Compliance U.S. Department of Labor Washington, D.C. 20210 and shall be forwarded through and with the endorsement of the agency head. Contractors and subcontractors must keep such records and file such reports relating to the provisions of these Bid Conditions as shall be required by the contracting or administering agency or the Office of Federal Contractor Compliance. 126 PROPOSAL The bidder is hereby advised that by signature of this proposal he /she is deemed to have acknowledged all requirements and signed all certificates contained herein. A proposal guaranty in an amount of five percent (5 %) of the total bid, based upon the approximate estimate of quantities at the above prices and in the form as indicated below, is attached hereto: CASH IN THE AMOUNT OF CASHIER'S CHECK 0 DOLLARS CERTIFIED CHECK El ($ ) PAYABLE TO THE STATE TREASURER PROPOSAL BOND IN THE AMOUNT OF 5% OF THE BID ** Receipt is hereby acknowledged of addendum(s) No.(s) & SIGNATURE OF AUTHORIZED OFFICIAL (S) 0-5`G S pV FIRM NAME (ADRESS) PHONE NUMBER STATE OF WASHINGTON CONTRACTORS LICENSE NUMBER FEDERAL ID No. I 1 1 1 1 1 1 I 1 I Note: (1) This proposal form is not transferable and any alteration of the firm's name entered hereon without prior permission from the Secretary of Transportation will be cause for considering the proposal irregular and subsequent rejection of the bid. (2) Please refer to section 1 -02.6 of the standard specifications, re: "Preparation of Proposal," or "Article 4" of the Instructions to Bidders for building construction jobs. (3) Should it be necessary to modify this proposal either in writing or by electronic means, please make reference to the following proposal number in your communication. • 127 128 BIDDER'S CHECK LIST The bidder's attention is especially called to the following forms, which must be executed, as required, and submitted on the form purchased from the City and bound in the Contract Documents: A. PROPOSAL The unit prices, extensions and total amounts bid must be shown in the spaces provided. B. PROPOSAL SIGNATURE SHEET To be filled in and signed by the bidder. C. BOND ACCOMPANYING BID This bid form is to be executed by the bidder and the surety company unless bid is accompanied by a certified check. The amount of this bond shall be not less than 5% of the total amount bid and may be shown in dollars or on a percentage basis. D. SUBCONTRACTOR LIST The form must be filled in. Failure to provide this information WILL NOT render the bid non - responsive. E. PREQUALIFICATION FORM The Prequalification form must be filled in and signed by the bidder. Failure to do so WILL render the bid non- responsive. F. AFFIRMATIVE ACTION PLAN It is requested that The Bidder's Certification of the "Affirmative Action Profile" in the MBE/WBE form be filled in and signed by the bidder. Failure to provide this information WILL NOT render the bid non - responsive. The following forms are to be executed after the contract is awarded: A. CONTRACT This agreement is to be executed by the successful bidder. B. PERFORMANCE BOND To be executed by the successful bidder and his /her surety company. C. CERTIFICATE OF INSURANCE Refer to attached Informational Certificate of Insurance and Additional Insured Endorsement. Also refer to Section 1- 07.18 (APWA) of the Standard Specifications and Special Provisions. 129 130 PLANS & DETAILS Construction Details Construction Plans NOTES W4-2(L) W20 - 51R1 520 -1 r or reverse cone taper to Black on Orange ROAD I. Flashing warning lights and /or flogs shall be IL ENO show end of work area RIGHT LAN used to call attention to early warning signs ROAD YORE' CLOSEO H DRX when specified in contract. AHEAD AHEAD 020 -2a Buffer Vehicle with 2. See Buffer Data Table. Use of buffer vehicle 500' MAX TMA (optional! L X X I X is ended. e shall be total f t may be a work room vehicl If 100' (See Note 21 buffer recomm vehicle is usetl, minimum f end of taper to work ar R rol y 1 1 — 41RN — t'-B • y 4 4 ahead distance) plus length of vehicle, plus "8" (buffer space). If buffer vehicle is not used, 1 %W OR K // Ir • A 1 minimum distance shall be " "8" * ( °° ARE/ e ° • I I I « 41 1 1 1 1 I 4 4 4 4 CHANNELIZING DEVICE SPACING (FT) MPH Taper Tangent * * 35/50 30 60 25/30 20 40 j * I. BUFFER DATA Buffer Space GOON L1 CAEL Speed (MPH1 25 30 35 40 45 50 An G C N (CY U S E SIGN SPACING TABLE B (FT) = 55 85 120 170 220 200 Speed X 45/50 MPH 500`* Buffer Vehicle Roll Ahead Distance 4 Yard Dump Truck Stationary 35/40 MPH 350't 24,000 LB5 Operation TRAFFIC CONTROL PLAN 25/30 MPH 200't R (FTI = 100 MINIMUM TAPER LENGTH = L IN FEET 40. Lane Posted Speed (MPH) ,� Width (feet) 25 30 35 40 45 50 . '' H ti. LEGEND 'InkaL 10 105 L 50 205 270 450 500 1 MO JIIIE ,.Im I nee Channelizing Devices STANDARD PLAN K -7 11 115 165 225 295 495 550 4a9 Sequential Arrow Sign 12 125 180 245 320 540 500 APPROVED FOR PUBLICATION Typicalapplication - daytime operation of short duration LNlfard Mansfietd 3497 /97 on 0 four -lane divided roadway where orle lane Is closed. slArE •SI5N 00115(0 DA1E ras11)NOON STATE OW(01NENT Of TPWISFORTAIIO, OLY,?IA. NOS0INOTON J 5 1/2" 1/2" R 1" R 1" BATTER 1/2" R ;• 1 R N - • 6 1/2 •• • •e . ., ! li t •. • os <• ' " ' ' EXCAVATION LIMITS ARE 6" BEHIND •• AND 6" IN FRONT FOR REMOVING 3 AND REPLACING EXISTING CURB 6" 18' 6" & GUTTER. CEMENT CONCRETE BARRIER CURB SECTION --- ^ 1 1/2" R 1 1 m • 6 1/2" , :• : •, .: • 7 m e :• I 18" F I ' CURB SECTION 0 DRIVEWAYS AND RAMPS NOTE 1. WSDOT CLASS 3000 CONCRETE WITH COARSE AGGREGATE GRADING NO. 5. CEMENT CONCRETE BARRIER CURB City of Yakima — Engineering Division APPROVED: 9.15.99 CITY OF YAKIMA - STANDARD DETAIL I CEMENT CONC BARRIER CURB I R1 133 12 O,) Tip COLD JOINT CURB & GUTTER 1" CSTC (COMPACTED DEPTH) WSDOT CL 3000 CONCRETE W/ COARSE AGGREGATE GRADING NO. 5 DISTANCE VARIES — SEE PLAN y � . YMC 8.64.070 N — CONSTRUCTION JOINT CONSTRUCTION JOINT R10 RESIDENTIAL DRIVEWAY APPROACH NTS City of Yakima — Engineering Division APPROVED: 9.15.99 CITY OF YAKIMA - STANDARD DETAIL I RESIDENTIAL DRWY APPROACH I R10 135 FOR HANDICAP RAMP SIZE AND POSITION, SEE APPLICABLE STANDARD DETAILS. THROUGH JOINTS ON EACH SIDE OF AND AROUND EACH UTILITY APPURTENANCE. • NOTES 1. THROUGH JOINTS WITH 3/8" JOINT MATERIAL SHALL BE PLACED AT 20' INTERVALS OR MATCH EXISTING CURB JOINTS. 2. 1 1/2' DEEP DUMMY JOINTS SHALL BE SCORED INTO THE CONCRETE AT ALTERNATING 10' INTERVALS. 3. 'V" GROOVES SHALL BE PLACED AT 5' INTERVALS. 4. ALL JOINTS. "V" GROOVES, AND EDGES SHALL BE FINISHED WITH AN EDGER HAVING A 1/4" RADIUS. 5. SEE PLANS FOR WIDTH AND POSITION OF SIDEWALK. R12 SIDEWALK JOINTING DETAIL NTS City of Yakima — Engineering Division APPROVED: 9.15.99 CITY OF YAKIMA - STANDARD DETAIL I SIDEWALK JOINTING I R12 137 • SEE PLANS " COLD JOINT 4" 5 — —0.02 NOr COMPACTED EARTH 1" MINIMUM COMPACTED DEPTH CRUSHED SURFACING TOP COURSE 4 STANDARD SECTION SEE PLANS s 4" - / S = 0.02 FT/FT --IN— WI sY COMPACTED EARTH s " 1" MINIMUM COMPACTED DEPTH CRUSHED SURFACING TOP COURSE THICKENED SIDEWALK SECTION NOTE 1. WSDOT CLASS 3000 CONCRETE WITH COARSE AGGREGATE GRADING NO. 5. R14 TYPICAL SIDEWALK SECTIONS NTS City of Yakima — Engineering Division APPROVED: 9.15.99 CITY OF YAKIMA - STANDARD DETAIL I TYPICAL SIDEWALK SECTIONS I R14 139 SAW CUT TO NEAT LINE VARIES EX. ASPHALT adr • 4' t • • 2" MIN. CLASS "G" ASPHALT CONCRETE (COMPACTED DEPTH) 4" CRUSHED SURFACING TOP COURSE (COMPACTED DEPTH) PATCH 0 CONCRETE CURB & GUTTER SAW CUT TO NEAT LINE VARIES EX. ASPHALT Ar W '' s) : CONCRETE .• 1 NY r 2" MIN. CLASS "G" ASPHALT CONCRETE (COMPACTED DEPTH) 4" CRUSHED SURFACING TOP COURSE (COMPACTED DEPTH) PATCH 0 CONCRETE SIDEWALK R15 ` SPHALT CONCRETE PATCH NTS City of Yakima — Engineering Division APPROVED: 9.15.99 CITY OF YAKIMA - STANDARD DETAIL I ASPHALT CONCRETE PATCH I R15 141 E1CSTING PAVEMENT - DEPTH VARIES ASPHALT CONCRETE PATCH UNITS 1' -0 EXCAVATION UNE 1' -O 1' -0 I (MIN) Q 1 y ALTERNATE BACK SLOPE AT CONTRACTORS ��— OPTION AND AT NO ADDITIONAL COST TO DIE / CITY OF YAKIMA ACP CLASS 'A' • 1.5 11MES DEPTH OF DOSIING — ASPHALT. 3- MINIMUM COMPACTED DEPTH. 2 EQUAL LIFTS —8 CSBC (COMPACTED DEPTH) ASPHALT CONCRETE SURFACED COSTING SURFACE - DEPTH VARIES GRAVEL SURFACE PATCH - LIMITS 1' -0' EXCAVATION UNE 1' -0 1' -O' - - a (MIN) CL Y ,i1= 'r � f ALTERNATE SAO( SLOPE AT CONTRACTORS rep—OPTION AND AT NO ADDITIONAL COST TO THE CITY OF YAKIMA 2' CSTC (COMPACTED DEPTH) GRAVEL SURFACED UNSURFACED AREAS PATCH EXISTING GROUND UNITS 1' -0' EXCAVATION LINE 1'-0' 1' -0 �(MIN) Q. l a ` + + + + + + + + + + + + + + + + + W O + + + t + + + + t + + + + , + + + t + + + + + + + + + + + + - + + + + + Ar ALTERNATE BACK SLOPE AT CONTRACTORS / +e—OP110N AND AT NO AOOITIONAI COST TO THE CITY OF YAKIMA 12 MINIMUM (COMPACTED DEPTH) NATIVE MATERIAL FREE FROM ROCKS STORE IN STOCKPILE YMEN REMOVED DURING TRENCHING. UNSURFACED AREAS NOTE 1. CONTRACTOR SHALL BE RESPONSIBLE FOR ALL SURFACE RESTORATION INCLUDING YADER REPAIR SECTIONS RESULTING FROM ALTERNATE BACK SLOPE AT TRENCH SIDES ell SURFACE REPAIR DETAIL City of Yakima - Engineering Division APPROVED: 9.15.99 CITY OF YAKIMA - STANDARD DETAIL I SURFACE REPAIR DETAIL I R24 143 SEE DETAIL R24 FOR TRENCH PATCHING i i — .. EXCAVATION UMIT .—i.► 1 fla 18" - ..1 OVER 18" ib. me 8 24" I.D. ID - a a 12" UP TO 12" n. -.. 1. , ~ 24" I.D. z 2 • COMPACTED BACK FILL 1 e G EHALL • MEET BEDDIN THE REQUIREM RIAL ENTS O OF CLASS 'C' PER SE F 9 —Q3.18 UNLE THE ENGIER 1 O DETERMINES THAT CONDIT IONS NE O O REQUIRE ANOTHER CLASS. ti CI N .700 ..> a� UNDISTURBED EARTH NOTES 1. ACTUAL SLOPE OF TRENCH SIDES TO BE DETERMINED BY THE CONTRACTOR TO FIT THE METHOD OF CONSTRUCTION AND ALL SAFETY REQUIREMENTS. 2. MECHANICAL COMPACTION SHALL BE REQUIRED FOR ALL TRENCHES. W3 TYPICAL TRENCH SECTION NTS City of Yakima — Engineering Division APPROVED 4-1 8-02 CITY OF YAKIMA - STANDARD DETAIL I TYPICAL TRENCH SECTION I W3 145 7 AL lir Mk Za* if E . 2(L) / 2 • II 01 II ' 7 4iPir .r "r te; E `/I o `1! w „ �� I y +fl`C!l`� TEES / BENDS SIDE VIEW (TYPICAL ALL BLOCKING) 1 v , „Wk NOTES PLUG (USE MECH. CAP 1. FORM CONCRETE TO ALLOW REMOVAL BOLTS. na FOR SUP JOINT PIPE. 2. ALL FITTINGS AND /OR PIPE MAKING DIRECT CONTACT VI II �1* WITH CONCRETE SHAU. BE WRAPPED T 4 ML POLYETHYLENE SHEETING PRIOR TO PLACEMENT SQUARE STEEL PLATE OF CONCRETE. 1/4" THICK .Y = ,�, .r 3. (D) IS NOMINAL PIPE DIAMETER. THE TABLE OF END AREAS IS BASED ON AN ALLOWABLE SOIL BEARING N / PRESSURE OF 1500 pet THE ENGINEER SHALL --... <t ail DETERMINE THE REQUIRED END AREAS. 4. ALL CONCRETE IS TO BE CLASS "B" CONCRETE AND M `,��`' I 5 TO BE POURED IN PLACE (L) PLUGS & CAPS MINIMUM END AREAS PIPE SIZE (D) TEES & PLUGS 45' BENDS 22 1/2' BENDS 6" 5.1 eq. ft. 3.9 sq. ft 2.0 sq. fL 8" 8.8 sq. ft. 6.7 sq. ft. 3.4 sq. ft. 10" 14.3 sq. ft. 11.0 sq. ft. 5.6 eq. ft. 12" 20.4 eq. ft. 15.7 sq. ft. 7.9 sq. ft. 14" 27.7 sq. ft. 21.2 sq. ft. 10.7 sq. ft. 16" 35.8 sq. ft. 27.5 eq. ft. 13.9 sq. ft. lel TYPICAL CONCRETE BLOCKING City of Yakima - Engineering Division APPROVED: 7.9.99 CITY OF YAKIMA - STANDARD DETAIL I TYPICAL CONCRETE BLOCKING I W6 147 STANDARD METER COVER r RING & LIDS Z X q OUTLET OF VENT MUST BE SCREENED m VAL MATIC MODEL 201C OR EQUAL. 90' BEND MIP x CTS COMBINA11ON AIR — VACUUM VALVE. — 1" DIA. x 3" BRASS NIPPLE 1" DIA. x 6" ' BRASS NIPPLE f _ 18" DIA. 80 PIP PVC PIPE 1" RIGHT ANGLE APPROXIMATELY 32" LONG. METER BALL VALVE pli -� 1•x1 "x1' BRASS TEE 1" METER ADAPTER '� • •,•! _• • '. - 2" DIA. PIPE OF A LENGTH 1 1" x THREADS •',- '• -,•• TO SUPPORT A/V ASSEMBLY IP f• • s.• ;:. ....-1-.. :• BRICK FOR SUPPORT BASE. CLEAN GRANULAR MATERIAL _•.. -- .- •:' •.e TO DISPERSE WATER -• ° • . :' .: 1" TYPE K COPPER LINE OR CROSS LINKED POLYETHYLENE NOTE 1. BLOW OFT ASSEMBLY AND 11LE TO BE E ll°11 SET BEHIND CURB LINE OR BACK OF SIDEWALK —ye— 1" CORPORATON BALL VALVE w 0 W8 AIR- VACUUM RELIEF VALVE NTS City of Yakima — Engineering Division APPROVED; 8.29.01 CITY OF YAKIMA - STANDARD DETAIL I AIR - VACUUM RELIEF VALVE I W8 149 r 1 CITY OF YAKIMA - ENGINEERING DIVISION JERomE AVENUE IRRIGATION PROJECT _ PHASE 2 25th A venue to 6th Avenue CITY PROJECT NUMBER 1950 t - vc. u. RIVER RD z z DIVISOR W G P10RMON SI \ 1 \ = MURPHY S? : f „AE "� PLAN DISCLAIMER LOCKOUT BLVD _- W J -F gr w U ST ' o E sI In . E .. UNDERGROUND FEATURES SHOWN HEREON REPRESENT H w l ST, E �. BEST AVAILABLE INFORMATION AS OBTAINED FROM LOCAL '' ` " RECORDS AND VISIBLE SURFACE EVIDENCE. THE CONTRACTOR t IN 4:- +tiN LAUREL ST I; IS CAUTIONED TO VERIFY THE LOCATION AND DEPTH OF ALL � E L O I� ! e • ' UNDERGROUND FACILITIES. STATE LAW REQUIRES THAT ALL - _ � ROJ CT CA mVO E W ii \ E XCAVATION WORK MUST BE PROCEEDED BY NOTIFICATION TO EErt ALL OWNERS OF UNDERGROUND FACILITIES THROUGH A ONE • i I ; _ ` jE ROME AvENUE W11pW R[ ' NUMBER LOCATOR SERVICE: 1- 800 - 553 -4344 • -- /� ; j MILLER • , -c _ - -�{ . , , - - - j I _ • � s>vA� A ve � / 3 ,� SVWI AVE __ _- ! -- - -- SCHOOL z 1 J / SCHEDULE B SCHEDULE:A - ..t - ... -. - - - CHERRY AV4 = ...1 - - 1 i : G R DOSEVf1T I - ___ ROOSEVEIi AVE I -, 0 .. . vw..r FI j F -A 2 - - - - $ s . , y ,� •.: $. ,, Q`l W A al ti1 1o.. � �. _ L v o -�___ O WA R um,uCr AVE . . _ __ ' OS kIREY AVE <MC kHAEY AVE -` 4 iER ,TS.-C' -C' F was i C (. 2 . : i i z qk OMEIEID AVE GARFl(LD AK : I Li] % rii w "NCDw AVE W UNOOU A E C fty f Y kima ,i y„ i PARK JUTE.. A 29619 gg 4• ,. +'HS cvH` AVM � A �'EGISTER '� • .. MoNROC AYE .. 9 - - -- ,S,,s vl �� a PB mu A E r I ANAL E s z i '-- BROWNS AVE - B.ROYMF AVE EXPIRES 11/17/2003 - SUMMRVIEVV AV £ ' : f, :PARK' , ROOSLT sr �` nrua sr ELEMENEVETARY .. .. EUiORE sr SCHOOL +^ - sz. E . ' 4 eEEMart A[ ^ W Y A . . . 'a - , F , ..- eNE SR VICINITY MAP NOT TO SCALE 10.14.02 J l r i • , c , - - 2 , , •••: • 1 . , w . . , D - • Z I . s STA 11 +61.00 c) . ,;- ,. .. .. .. „ . .. ., . STA 11+71.00, 14' LT 0 1 , - \ , 1 . _,, co :: .1-- :: ,,:, , i I (I) 1 ., .:,,,'''''' 1 ,, 1 ;":,-:' : - s', . . f,":,:i , Vel,'''6 . 1 •:.`icC...,?.. i; r kri, -1\ .. ;: .. .., 14 ),,i1; ' ': I • ,.-. l - ,,,,,,-:,- - i- , , .,, . .,„ , ..,..,- , ..A.„) ,,,,,, , ,.. , .r.1 '-,_ 1 // . - ';''. s ' ' '';'• l:ff•Vg,i't , ' • ,,,,.. ,,.... , .,.,,.... -. ... -. ,i,., , ' _ :r1, ' . I CO '— E a c ti■ CI) 2 ,I, 4— a) 8 2 :. , _ - 1, , .-,,... ' ...•-';•..,-;,--_ - •- ,;.• '',.. \ ••.:-; - ';:,-,1:61::::'' :i N ,f f',.; ,,. ,,,, , -A • .,s. u) 0 C JA 2 ,.....- - - ' 1 - - ' -. -- ... .„.,..: .;.;,- :, !,., ,,, . ..., I , ._ . — .}.— . >1 CD 0 d , X :I—. c z E • , i i , s:,, , ,j-t;1-- , ,,, ., ,,-:.; ,, A, , ' .1 • )•_,,, I -,- , ' -- ' ....4.....,- • .,-.. ' 15 W 0 W . . . , . . , : ; , r ',:,'' : ' ''' i i.: ,?' , , fv 4 *'-' - - . - /3.,,p, .,,;,!*, ,:„=„o;-..V.,, , es) , -,. L . . . ': ' , ,c - 13+00 14+0o z .. . ,. , 12+00 s & .' .' ' - I V.2.t. 89 9 25 E ,,,, ,i, 5-, .' ,,, , ., -... . , . ..; . . .- - . , . , , ' . , ' • . ' • I • 10-00 .: - - . 0 .1„;:";':!:•''-::. -';•:!::;';''.''', ' *•-• :, I ' I S- ' " E 7 ' III ' -7 -. I II -I I 2 -I ' - '' • ' - . I'. I'‘II''''''II'': II,;.'1I;N:,..1'.::.I„ .:,l ': ‘' Atoi,,e,.,','-',T,,-;,'.'N—U.E: JEROME , ,..„. . ,. , ,1i eupel. ,,,. e'4 ; A 'Z '' P''' .:, . r■it,.i.,,) V ' , ' 1 SURVEY CONTROL NAIL " , • I I I : ' ; . I ' p Y.,, ,,,,, 1 I STA 13+30.00 ' ' :1 •'•• ',, ' BEGIN PROJECT STATIONING EL 1109.58 CNI L - SURVEY BASELINE u3 CX3 ' . STA 10+00.00 1 .,0" .4., o y WAsii, a) c) L.r) CONSTRUCTION NOTES ; :4 ra -I+ 'IA 0... = --, > 2 0 REMOVE AND REPLACE EXISTING IRRIGATION PIPE w/ NEW 27" SDR 51 PIP. 4 , •, „ ,,.. 0_ . _= t'5" / 29819 g a) 0 CONNECT NEW 27" SDR 51 PIP TO EXISTING 30" PVC IRRIGATION PIPE w/ 30"x27" REDUCER. ..o 0 SAW CUT EXISTING ASPHALT. .roNAL cb a) cr EXPIRES 11/17/2003 'cz a) c>.) — >- 2 < ..— a) -c > je C\J C) SEE SPECIFICATIONS FOR CLARIFICATION 1114 < 1114 0 0 . 0 CD 1- CO 1-- l .-I- + : N. ,- CO C .., + • /- EXISTING PROFILE @ BASELINE 0 — c\I — o ,- o - < — 1— 1110 cn _ EX. SEWER MANHOLE 1110 • - E 7 ) 1 1 1 1 -I - ---- - -- I --_____________________ - - I I Tii *I .8 -L I I EX. WATER I I 1106 0... 0 m > 1 EX. WATER I' I I 1106 )r EX. 8' WATER NEW 27"SDR 51 PIP@-070061 ft/ft L 1-- 1 NEW 27" SDR 51 PIP @ -0.0002 ft/ft . EX 30" PVC IRRIGATION 1 0_ cc — .. 1 I ., . 1102 1 1 -, l— .=T•7 r-LLL co 3 0 _ 1102 _ EX. 34' WOOD STAVE IRRIGATION 1 mt„.0.,.:.:3ir,m,,,,,zcutmin...17m2r," n_ UJ 03 • • I I I 1 H 1 1 2 13 i __. __ __ __ __ __ __ __ __ __ __ __ __ . 10+00 11+00 12+00 13+00 14+00 15+00 • ... . .. . - 1 • 0 CO 1 W 'a - s ; .. a ,.L.-.„ .� y r • • 1 �, a t •,-- " i C, r � a k \''y , 3? . iri�i - = rr , f:-.fir, �r (/ 11.1 " C '< c CO , .�; "i v y v. • �/ ,. ;, f v� .. a;r ., {' . :d;y,. � „ fib : .x.'•= . - 0 a 0 i T: I;V •_ �� .. .. J `iY ._, .v4 4 *w :i ' 3`., - j ,. N t`," ' '`, ". U of '/ '''‘,.i\!,....,./.3.-",".,,,,7,!.7.7"i'..' ''h,�e• .., • .. : ; ? : 1 l - h.': h b i�;. ,-- 2 U L �y..�. `' � .�. j{, r . - it -. v , { ! ! r \ " + �� r i.t !T. : ' i�.�W . . . . . J `, . - i' ? h•4. 0 cn m O _ - t >S 1. • • r � - i h ' ,ie - !� *.i !.� .7, - - 7 — L cNi ' LLl ' � > > ^i P. "t i� 1 +00T. _ 17 + 1 8 +00 ;SF °'te _� �__-« + C z E 1 19 +00 s , " 1 .$ 39' 59' 25" E _ ;4 , > 11 I'`�• . - _. . - " -- a f " F JEROME ;; I > ' N y3 F s t r 7 ' ` F 3 r ,� y AVENUE ," •. • "3 4f -1' e;' :A: {✓•' (' 1 I ~Q \ P' � 1 s stf ` 1 fir` Q w 1 { 111 F M O .' 1 1 1 1 Y S '' + kA 1 1 i rx{ t- � „, r:' 1 1 1 1 I 1 N a) NI ADq 0-'4- >PL CONSTRUCTION NOTES � P „,,, oF ,.A , ,.4,� � s S) o ' C: 1. Ca REMOVE AND REPLACE EXISTING IRRIGATION PIPE w/ NEW 27” SDR 51 PIP. / L o o SAW CUT EXISTING ASPHALT. zaetB v 0' = � S S I�NAL E �� l O 1 d CO EXPIRES 11 /1 7/2003 I E Y ca Q SEE SPECIFICATIONS & PROPOSAL FOR CLARIFICATION ° , - SCHEDULE B 1112 < N b a) E 0 ._ EXISTING PROFILE @ BASELINE - - � 1 112 1108 - 1108 0 _ / EX. SEWER MANHOLE `� II W 1104 -- - - ---- II a. o = > 1104 __ -,. NEW 27" SDR 51 PIP — = o ,k : -,.. ,, .., . .,. „ = __ — -�., ...�.:: "_,,, 'ry -- ;::� r-• � .. z .,r, E IRRIGATION - - O ..�. :. r ^ -.. .;..... STAV O O _., _;..::.. - •*."rr �: ....: P - � 0 0061 EX. 34” D � - N 1100 _ � , _ _..3:� , .. > , r - T_, -, . 1100 • II II I I 3 15+00 16 +00 17 +00 18 +00 19 +00 20 +00 13 i N 0 ";i ; . J t/) s `.. k ,:-!•, 1 '' .;,'• ••;" ' ••%•• 4., ..""'', ..'.•'' j__..',- ' = `• { A'-',A - �.. - .>!1 X,, #( }.. �€,' ?` it s 3 y ' . w \ -�- c • :.rr� • : ..r� ' 11 • aYj : ' ..r: i =' . • .'.r. i : E ! 21 +00 23 +00 V 9' 25- L V � \ : . r , 1 �E A VENUE H —� , . _ .,:.7 iSsf "k. t ; l: . Y � \1 ��xi »> }3RZ:;{s #t. „If-, , . \ :;.; H '�I }9 i i d' ' - .1 ti �„ { :r. � ` � r d- 7 , y ,. °r Q .. ., ' t: t r . F t --' ` ;;; li' £,, V p9 ..ii 0t 4'; � r "- -��� ' - \ .. t •� • G f..! "v i � f �. v " 1 y. :., fL^"�' 1. \ J / t '; / " u t ` r t 1 �1 ll .'. :..; :,,"::°!,;-, d's t -_ n- F 1 1 1 4✓ �';� I 6. 1 1 1 i 1 I CV I Io - 14- vt cp I CONSTRUCTION NOTES �P " "S' ° �t r o in REMOVE AND REPLACE EXISTING IRRIGATION PIPE w/ NEW 27 "SDR 51 PIP. , ; 1 o Q z MI CD SAW CUT EXISTING ASPHALT. R �tir l � c - SSIQNAL 22 0 1 O O L L Cm a) cv EXPIRES 11/17/2003 I 'L Y cv CD -.II SCHEDULE B .. Q >— SEE SPECIFICATIONS & PROPOSAL FOR CLARIFICATION 1110 1110 < N v a) O O E o L EXISTING PROFILE @ BASELINE N o 1 106 � W 1106 0 _ 7 d> 0 II W it -- N C 7=N .o 0 0_ D 2 > • 1102 1102 gin::..,,,- �::�� -. T- - - - - -- - - -- - .t .'... -_... 4 . ..^...... yr .r- ... .. __ . NEW z. as co 0 1098 �, , ... , W 27 , : ,:1. " 1098 CL - — — — _ _ _ :. 3 .a...: SDR 51 PIP 0.00 c I- c i _ — — — _ m 3 "r ;a »i. =�, K:.r' :.3h.`, -' "•'.? }'` EX 34" WOOD STAVE Z,:: TIOtV 4 20 +00 21 +00 22 +00 23 +00 24 +00 25 +00 13 • r Li C :.' D 12 w O , xi :l.:::;i:::\ , :; - :',?, , , co 2 . i fib; W 7- I_ in � J . 4- N �— • —r::r • .,.1�, .0 ..6..r •tip:- , . .:..., . i �V " 3...,+...y •�;; . . 1� '..r \r (n O C_ v) 3 W :� - - -� �,� - j.- ?zs +oo - - �� +a�_ za +oo -;: - ` 30 X m x ,,/,>=, 1 Mir )1 07 J% 'Y , .III r S 89' S9'257�E _ , 4 , � I - - I - I f 1 - w 0 LLI m - _ __ _ _ - • _ - E VEN U E • - - .... N .89' _E- . - i ' �,vr.. . _. Z r a 1, .i: o s �t ' `JEROME N 1 - 0 4' - �M.4' x . SURVEY CONTROL SPIKE ' ;'; STA 26 +53.57 ' i � ; :f < :',:s.' ::r,c cla I I I EL 1102.54 0 N CV CONSTRUCTION NOTES xr � \N___,.. W °� '7 s jn. "v�. 4. a) REMOVE AND REPLACE EXISTING IRRIGATION PIPE wl NEW 27" SDR 51 PIP. ..0 � ' • -- Q z 9 SAW CUT EXISTING ASPHALT. �� R CO - `SIGNAL 1"tiyG O I ` I_ TRENCH BACKFILL THIS INTERSECTION TO BE FULL DEPTH CRUSHED = cv SURFACING TOP COURSE. EXPIRES 11/17/2003 E co CD SCHEDULE B Q SEE SPECIFICATIONS & PROPOSAL FOR CLARIFICATION o 1108 1108 Q N 5 a) E 0 0 O 0 N oi 0 EXISTING PROFILE @ BASELINE 1104 Q 1104 0 W EX. SEWER MANHOLE N 7 U II w I I �, I t c : I I ?i . C U --- -- O L N O a) 1100 I I 1100 ° ° I I CD Li= CD CD 1096 s t. - -- - - -- -- — 7,—,7—,—,—,— .:..... ...::. , . — — — 1096 _ I•,:I 1 �. .:* "WOODS AVE I, ,... r. ":r"i °;T_y r _ up :d¢� ,:c��'- 'b'sf':e3, STAVE IRRIGATION N - _ 7' "!s- :7.,,� -mom (n + 7 SDR — — — E ._ — W 5 _ — 2 R 1 a 1 I - - - -- —.. t @ 0 . 0 064ft/ft II — — - 5 25 +00 26 +00 27 +00 28 +00 29 +00 30 +00 13 D ' -0, . sli ' ,' i'.' #':,- „r ;'1 ' , .,)';',' . }.` Y"� ta' , .; P �C. r ' CO, Q ', •ar _ N l , \ ., N. E CI 1 i .. . _SC C a° o 1 ill W T fk uT } S r{ r h rt " .3 • L s H C w %. _ D • r x i�x t I 6 o L. . fn f i ✓ rn O C ° rn . - �. ai4 ,.,..� :;, - ' v.th7, \N \ j1 j 7° �i>uit, ; '`S^Y. � ":;� ;ti i °I "tai c °,3 O • � � ! n� �.�.� . - ' i , ,f ,., ; . = t ' . \ ' �o s a:. .— (c%.-. L Mili.rr,. . �.r_.: „ , I— �+ m U l • 32 + -33 +0 L . 1 "f,.4,2‘.:.4',t'',',;;?,‘ 4 . _35- m x W - - — I — • y ,; I - – I – I ' } , -� ;, , ._'T r ..._ ,I- – – W V W . ' ; ' ;a';w ,- - , , - - . - N 89'52'45" E . - .. r 1 `�. o- t . - . - _ < . N 89'S E I., z > ° JEROM N AVE NiJE ° U � x M Y - > - - ., '- _ _ ' : � 'I - , ,P " , ".'pie. �*fai ,��_ - Rw £ n . __ ,T 0 - . I Q ..� • SURVEY CONTROL MON - r,� >a. -i ce d r - ^e�- 'G'._ � Q f-- ...J ii Y la P 'a �i 'NV /. 3 V P / O j r \ ' / , STA 33 +22.43 ---/// co EL 1098.18 (NI NOTES �P �� w " AD q � s °,- . o LO REMOVE AND REPLACE EXISTING IRRIGATION PIPE w/ NEW 27 "SDR 51 PIP. '` o Q z SAW CUT EXISTING ASPHALT. � 7b i ? A, ftlyi•EPO c 1 TRENCH BACKFILL THIS INTERSECTION TO BE FULL DEPTH CRUSHED ''%, 43N. E CG 0) a SURFACING TOP COURSE. EXPIRES 11 /17/2003 L = E a� a3 .. SCHEDULE B 1.-- Q SEE SPECIFICATIONS & PROPOSAL FOR CLARIFICATION �°, 1104 1104 < N v a) E EXISTING PROFILE @ BASELINE o 17 o CD — 3 00 N ti 1100 - -- – _ CO 0 1100 in EX. CATCH BASIN Q EX. SEWER MANHOLE - ' — W EX. DRAIN MANHOLE 2 •— EX. DRAIN MANHOLE EX. CATCH BASIN p� U II – – W "' @ II II II . m p N 'N -C II II II III a. a => 1096 • II II II III 1096 I:: <: ac... '' ... .....:�.... — _ — X WATER M me.. , - ....., -,.. _ — -: _ ... — __ �. _ z :`m:4"'?f° - ' $ _t rt....; ,",. EX 34 W OOD S TAVE IRRIGATION NEW 27 . , .:-:, --,, ??.>m. c_ - .., • _r; - — — — O L i :,:, ... , .- a. ,.:.,._ SDR 51 PI; ; — _ — '*;;` " =n y.. :....,,. - - S:.u�':' _ - -_ "' - WATER rrtili 1092 -- y� -Y - - - - - - -- — I 1092 CO PIP @ 0 �� EX 8' DRAIN 1 I I ` --" 1 � H — ,�.,.,,...,— EX. 8 DRAIN _ - ,_. "S'`}.°„"$_' .d,. .n —;.; EX. B "DRAM O II — — II 6 • 30+00 31 +00 32 +00 33 +00 34 +00 35 +00 13 • 0 O 1 .. ; STA 39 +50.00, 10.5' L7 > W , W r L1J Y 0 I r - -- j - e te. _ � Al i, o • w 36 +00 - N 37 +00 _ _ I _ N 38 +00 _ e 39+00 4 . \� 4p- :H. ` ` a >T• { v m ,..;;;T-(rri-eity..\ N I > ._ �7 O - N J _ / cm, t � � EROME N " A V E N E S 39 +8 \ �`� ° rt , ,o ... _ ::. ---e4 ., . : - 4,;,;,4 r i fig SURVEY AP ¢ nom' %� - STA 39 +85.99 STA 39 +83.00, 11.0' RTC 4 > N CONSTRUCTION NOTES !v �1� —DZ— °' Py W A1):1144::::4.- q� 0 cu REMOVE AND REPLACE EXISTING IRRIGATION PIPE w/ NEW 27 "SDR 51 PIP. TRENCH BACKFILL THIS INTERSECTION TO BE FULL DEPTH CONTROLLED `����� ° °A � - a DENSITY FILL. 0 SAW CUT EXISTING ASPHALT. ;� "- o ��:, ° Q z C4> INSTALL NEW 30 "SDR PIP 45° ELBOW AND CONCRETE THRUST BLOCKING PER CITY OF YAKIMA STANDARD. �o,� s l �o a) � E��' p p� a) as EXPIRES 11 /17/2003 •L a5 _ SCHEDULE B • SEE SPECIFICATIONS & PROPOSAL FOR CLARIFICATION _ _ SCHEDULE A _ Q SEE SPECIFICATIONS &PROPOSAL 1102 FOR CLARIFICATION 1102 ) cNi a� E EXISTING PROFILE @ BASELINE 1 098 — EX. SEWER MANHOLE rIZS EX. DRAIN MANHOLE 1098 — EX. DRAIN MANHOLE O EX. DRAIN EX. SEWER MANHOLE MANHOLE �1 - _ - — EX. CATCH BASIN EX, DRAIN fn e lI T' _ —EX DRAIN MANHOLE EX. SEWER MANHOLE MANHOLE I - - ' -- � - EX CATCH BASIN 6 II - II II r - .. 1 • m o Ej Q .N II II I I I • o => 1094 I I I I �,�I `I I r 1094 _ I� _ -- — -- _ — _ —_ 1 — _ —_ - -- Li i � I EX. 34' WOOD " STAVE IRRIGATION . •. �` V•• . ... Ir, .„ "J ',8 �: - '— -- '— -- — — — EX B_WATER _ _ _ — 1 a) RIGA " -" — I I TION I A': r;tf:`- 'n`NS >, «... _ %'T`'•a"cX:"'.., _ _ — _ _ _ _ -- 1 - 1 I — _ • O O I I I ' SLR r"IP�" 1137 Il/ft � � _ .. .. .. ..> .- .. . .. , _, . .- ,''.I<:x:'. .. _. ^,. , .. . r,:_,- .�.,, � �' 1 -- — -_ • L4 . r cr. ( { ar{' Yi: s T 'r`. ^':.i >� • - . I >' :: " ^' M 1090 — F — F ". t' rnv ,.. � 1 EX.8 "DRAIN ... 1090 • Q �— �_L -_ — - - g=r ,p:-„ .°- ;.'s, ^,,. _ : :'7v:� - _ EX. 34" WOOD CO I IA EX.B "SEWER 1 - .?a " - �'m, _ — I I 1 EX 27• DRAIN N. 35 +00 36 +00 37 +00 38 +00 39 +00 40 +00 13 1 1 o En • w€ Y w to c _ w �. 8 } o i .,- , - - w r. — _ 4- ij u) O O — r -do fi 4...:... - 41 + 00' . , e . .00 45 U W . ... x z E • �— r+ ., 'mi s *1YA — _ ..e. ,. 1' , ,,.. - 4 + N 89 43+00 - Z y N �. —.. 5 t�'�Jt� .. _ _ _ _ :. _ —_ .. _ - _ ,t:r ' _ . Ft z t tp .- I tL 5E i8 i ' _ _ LLI O I � . L • • • . ; _ _ _.- :' 04-----4 d I `.. O / O �� I flI I - 1 t r:,<,cf t I I P' J N CO 0 - /7 ^1D CONSTRUCTION NOTES 4 _ , W ^ sto v CL ° �� N r ' in 5 = REMOVE AND REPLACE EXISTING IRRIGATION PIPE w/ NEW 27 "SDR 51 PIP. ( 9> CONTRACTOR TO ABANDON IN PLACE, THE EXISTING 30" STEEL IRRIGATION MAIN � ' I ' o Q z PERMANENTLY CAPPING BOTH ENDS, FROM APPROX. STA 39 +85 TO 40 +75. o Zs B C - - ti SAW CUT EXISTING ASPHALT. 3 a�, ° ti s ` S IONAL S14(' O 0 ' a_ 8> CONTRACTOR TO ABANDON IN PLACE, THE EXISTING 30" WOOD STAVE IRRIGATION a) MAIN PERMANENTLY CAPPING BOTH ENDS, FROM APPROX. STA40 +75T044 +25. (EXPIRES 11/17/2003 L E —,,a, 0N A _ = Q ,?_ co SEE SPECIFICATIONS & PROPOSAL FOR CLARIFICATION ° 1102 0 1102 < N t5 o O N °o EXISTING PROFILE @ BASELINE o a w -- N o • - - el ch 1098 v) < 0 1098 U) w 2 �' 6,, U II II — _ W @ II II N 1094 II 1094 0_ ° _ > EX. 30" STEEL • .. ..:... ... .......,.. _ — — .:.tee: ,. _, ...�.,. >:.:,........... -.,.. NEW - — 7 SDR 51 PIP © - 0.0041 ft/ft Ex. 3o °w 2 .- .:::.F . .> r � wy d 1090�i -t.<i :'Y:C;z w,.:i• + % *.'X — — — — WOOD STAVE IRRIGATION • :,,,..; >.,.:, 1 090 MS CO 0 - - ,: .. -�:.,.r. °ss.: -.r -. ,-o,. ' ,.,.�... ... .. n_ -:4 .. . , ._�,. - ,..o .n.. �4S' r7a EX. 30 WOOD STAVE IRRIGs 8 •-- -"^': �gv^ - •"• °, nay, ;s aq >.s • �:�T f�•�r,•, •'� r '. — EX. DRAIN MANHOLE 8 • 40 +00 41 +00 42 +00 43 +00 44 +00 45 +00 13 • , / ____ _ _ __ I / / , a3 : SURVEY AP 1 1 1 STA 47 +85.00 _' 1 ' 1 W STA 45 +37 4 A ;. `: ,:,, • H 40, 11' RT ; >E ro / ' ? w, , O Y , N o L 9 E ,. , j 'i ., -�.• VV { 00 ': 46 +00 - +47 +00 - . - . • • - W 48+ b `•': z� - - Vi i....:. - --'. b 50 W N Y AVE NU E. - - I - I - I - t - N 7 - - - - - W r I I I U m - .. --- -- -- ► - - - - - - - - ' -- < - - 89'58' E - - - - - - ' - ., „ - - - .. ... .. - _. Z d � N 89'59'15" E O \fi _- --.__� , . I -- I \ .: : Joe 0 4 I \ } 2 ',;;''' '''---,, '‘, / , , . >' ;p'r °, , r;4h t. . ff.'s ,i 3 I 1 . Q // 0 STA 45 +50.00, 14.0' RT STA 47 +82.50, 14.0' RTC 6 / / W N J N /D- 14-Dt -- 2 CONSTRUCTION NOTES � P� � w " A�4 �s ° CD o ,�P = in 0 REMOVE AND REPLACE EXISTING IRRIGATION PIPE w/ NEW 27" SDR 51 PIP. ( 6) INSTALL NEW 30 "x30 "x12" SDR 51 PIP TEE AND 5 LF OF 12" SDR 80 PIP .. , I y: °� o in o Q z ° TO CONNECT TO EXISTING 12" IRRIGATION VALVE. ,o T » p - 3 SAW CUT EXISTING ASPHALT. "P 29819 R S T I � v c sStONAL sl 'G ti O 1 O 0 INSTALL NEW 30" SDR PIP 11 -1/4° ELBOW AND CONCRETE THRUST BLOCKING PER c N at CITY OF YAKIMA STANDARD. (EXPIRES 11/17/2003 �17�200 E E 0 -....2 oci _ SCHEDULE A ..— = Q , SEE SPECIFICATIONS & PROPOSAL FOR CLARIFICATION, 1098 1098 < N O a) E 0 EX. SEWER MANHOLE — - t� O O O O H + co + 1 EXISTING PROFILE @ BASELINE 1094 I I � a � 0 1094 0 �' o- II I F ¢ - � �'rl II 0 �W U I W I I c I I U O S F : : ,:.. a. o NEW 27" SDR 51 PIP @ - 0.0002 ft/tt 1 1090 - 1090 - c '`,,.',??^z:... >. ATION 1 1 - EX. WATER ,,, cosrA,, — u 1 P/P � � EX 6' WATER — — — — — _. — — — — — _ _ 4= o o° RIG , , . CL In in 1086 ::.: 1 086 Q NEW 27 SDR 51 PIP @ - 0,0032 ft/ft c o • 4f < -*, EX. IRRIGATION EX. 30' WOOD STAVE IRRIGATION bi • ■ 45 +00 46 +00 47 +00 48 +00 49 +00 50 +00 1 3 .- , ' I 1 C 0 . _ u) - > • • • • t • • • CL1 • - • 1 • • 1 • I 1 1 CI , 7 , „c„,/, P ,I. „‘ -2 o) Lii :,,v.: ,,,, ,i...,.'sec,f;t:',11„_.,,•,t':it.5r c 15 ' CZ . 2 .t. .>! _ ., . , ,,,.. ,15 g , I ' 0,1 w : • As, ' ''')4:: .. • .:. ' , ■:, :, ..,,.. '' CD -,:, -6 .-s A, -4, , • .;' c r d,,-;:` '\ x. C: '-' s lI C 2' , __ . 4 ' '`,:?.., '';" ..■ •••• — "" . ''''' — 0.) § 2 '; ' , ' 4 - '"' ''''ir ' r; , '.: , , , _ , c, kt:,-. 0 '''''??''' - 1 7 )- s.:l'iCs- I- >.% 0 JEROME , ,,,,,,- , , „ b ''i t'4 - AV ENU . , ,,,, , i ,,,,,. 1 .,: : ,, ..., x 52+09 ' i 53+00 i ' ' , „ „ „ ', - : 54+80_ . , 4 ,, , 55- W C.) U1 E0 1 -7 " ' N 895915' E , — I - 0 •••••....•. ■I•alm o ■1■1■•• ■ Is■aom • ■;•mor • •■••••■• • ••■•■••• • ■■••■•■••• • ••••••••••• • i •••■■•■ .• ammo i I ■•' e .■•••••••■ 0, j ••=r • / 4> .-•■■•.-1,,... . 45 ) —. ... ' : , - .. ... ... .... 2 ° I I-- • i _ _ s 1 . ,, >oo . ,„0,.... 2 1 < f , , . 1 T c...... ,..,4.„,..... 3 1 , V CO .. 1 ,.k . AD4 _C CONSTRUCTION NOTES *--\"- a -sit, 'lid .s.i. a 1 (1) CD e " -'-- q Lo t.5 = 0 a) a) 0 REMOVE AND REPLACE EXISTING IRRIGATION PIPE w/ NEW 27 SDR 51 PIP. ' . I 41 , .—. >. d It Z9819 a_ 0 SAW CUT EXISTING ASPHALT. 3 *4 '0E87E9 0 %—<.* = CO - 4'6, .A N' 0 r .., (5 6‘10NAL l''C' --17-1 f I °- cm cu , EXPIRES 11/17/2003 . E...- - E i_ = •— — a) •-,1 a) > >._ SCHEDULE A < SEE SPECIFICATIONS & PROPOSAL FOR CLARIFICATION 1094 1094 < 0 E 0 c, 0 EXISTING PROFILE @ BASELINE + • 10 c 1090 CO < N— 1090 I- w - - EX SEWER MANHOLE U) _ _______________ ______--------_ _ - cr) 0 II I I Li Cr) ( H I I 15 0 715 .- c) 11 - 6 - co • 8 •,y, 1086 11 a. 0 x > 1086 _ . E6' - li - — _ X VVATER — — • — — — — — — ------------------- EX 6" WATER — - 7 =,.. 7T7m 7:7- 77 7 NEW 27" SDR 51 PIP @ -0.0032 ft/ft .1 ' CL o Lo tr) < 1082 , 1082 ces NEW 27" SDR 51 PIP @ 0.0022 ft/ft .....,.. , I''•mm.747.-m-1-: I I --- —' - mosm--•=.1m, -T. -:- -;•,-_ (t ( o I I • ---I I-- : ('). 50+00 51+00 52+00 53+00 54+00 55+00 13 .. i N. 1 W c SURVEY CONTROL MON Q 1 1 1 STA 56 +96.71 1 1 1 J 1 - j / 1 1 1 EL 1089.49 1 1 1 - - 1 1 ?At W „ . \ f N ;�i t %3'uF ' „ . , k\ 'rr <:' Q 7+i .<. ` . W L c C� 1 ( -4. _r :.' „' R � Uz ( ,,,t13' : o %/. - "1 \`^ ! -- _ } .4< #} __ -- T _�_ . __x: U 'ss !k', +C ;4 W y._ CD c o °s A 500 ! 56 +00 + 00 56 +00 59 +00 ~:1: F 60- W rn Y ,�.., s AV E NUE ; x ° 8 y ' �$ 1 5 " -E_t' N 89 E J Z • i . i ,./ +(t \ \ t cr ' V o f. " 7,,7, t 7 1 , ' , . 1 . I \ , / ! . . Ifl�.q. '' . l ' i STA 56 +97.00, 13.0' RT .4 ' U N 1 1 117.14- re_ u) cz CONSTRUCTION NOTES � ° W xAS" �� �s' REMOVE AND REPLACE EXISTING IRRIGATION PIPE w/ NEW 27 "SDR 51 PIP. /' / 1 o Q z ,4 -2'91619 SAW CUT EXISTING ASPHALT. �� .,c , R . ft; ea -v c CO a a) i - sS IONAL V"\-1('\ 0 O I a. INSTALL NEW AIR- VACUUM RELIEF VALVE PER CITY OF YAKIMA STANDARD DETAIL. a) ca EXPIRES 11/17/2003 I .L — a) B ---..• SCHEDULE A .. Q ,y SEE SPECIFICATIONS & PROPOSAL FOR CLARIFICATION > _.0 > 1094 Q N 1094 o N o� EXISTING PROFILE @ BASELINE o O O in co Q N- 1 090 - EX. SEWER MANHOLE W 1090 _ O _ - - 0 II - a) 6 U 11 II W_ �° R I I " °' o N § N CL D = > 1086 ii 1086 -I I - – – — EX. 6"WATER 1 ._ — — _ — _ @ 0.0022 ft/ft — NEW 27” SDR 51 PIP 1 ..,..:.. -:.. .. .: .,.. , > � :- - t - ,- �-- w.- �;•:.....,,.... , . o EX. 30' WOOD STAVE IRRIGATION EX. 30 WOOD STAVE IRRIGATION EW 27" SDR 51 I @ 0 004 °' in CID y y ,_.. . .; ..: ^. ., ff .,..... .. ... ....e , . . .: > ,.r „m;.:., s.. .:. .r•s ., - :ia...: ':.,;.a;.i :::.....: ^., i r.;; ” 0 ft/ft Q 1082 — Q ... _, �•�::...,... -. :. _..,_�.._.�..., .,_.. �..__...�....- - .. t.. 108 I I , 11 55 +00 56 +00 57 +00 58 +00 59 +00 60 +00 13 ' ,; , , , , s ,,.: :,, ; . i : := ,,, c O ` 1 1 '• ' �9 �� -t '` :; ,y;i ;, n'.F }ti''�� i t' • f-' L c 2 i d A »�o�. �y' s W o .a \ r^ -� _ b r a t ��yy,,�� 3' C " t ; ~ \, ,�: . 'S ' .. SFr {,� i t ; ' s « _ • W m rn oz -t3 - - - - , % `i' : . r:. e,a / / A �� , \ xr;r,• `; (n 0 _ <n , 00 i 7,� �z '� 61+00 J - E RO ; r ... • . _ 6 +00 - i r.. : ' . �� ' • � : j , 63 , • i. Z' A' � ` EN U E 6� +00 .. .. - , .. fi5 W jO J ''/V r ' ) 8 5 59 1 5 E ,i. �.�rr. . : .r.�� _ 7+ 0 � i ri - - -- • + O 1 - ✓ fi S N Fv- 74 - OZ- y W• A 0 CONSTRUCTION NOTES � ° "" 445, ° , - o i U REMOVE AND REPLACE EXISTING IRRIGATION PIPE w/ NEW 27 "SDR 51 PIP. ' ,�1;'� •o z SAW CUT EXISTING ASPHALT. ��� �STE°v a> ass f�NAL E��� p 1 .- as _ate ma) ca 4. EXPIRES /� 7/2QQ3 I 1= C E (B _ SCHEDULE A I.. Q SEE SPECIFICATIONS & PROPOSAL FOR CLARIFICATION a) c 1092 1092 Q N v ap o °o o EXISTING PROFILE @BASELINE o c) 7 + o • ai a> _ Q° 1088 – _ — 1088 0 II ,,, Co II U C C O U o — _ _ _ O N O a> 1084 ---------- - - - - -- ---- - - - - -- 1084 CD NEW 27" R51 PIP -0.0040 ,::4.: >.... — WATER - - - -- - -_ — _ _-_ — -- _ — -- _ .0040 ft/ft , .... , r:..... -. - _ -...- - -- - - - - - o - - - 0 EX. 30" WOOD ` SDR 51 PIP @ ...u. ,..; �:, .;'�^•�- '.:.s.<..i:..' "�.*, AVE IRRIGATION NEW 27 1080 T > W - p , p064 ft/ft Q Tz 12 60 +00 61 +00 62 +00 63 +00 64 +00 65 +00 13 • 1 1 C O NOTE: in 1 © 6TH AVENUE HAS A CONCRETE ROAD SURFACE UNDER THE EXISTING E 0 F- ; ;; w I , SURVEY CONTROL NAIL ASPHALT SURFACE. BOTH MUST BE SAW CUT TO A NEAT LINE. THE O) w ;�`` z STA 66 +39 QUANTITIES PROVIDED IN THE BID SUMMARY FOR SAW CUT PER INCH to 1 -- P 1 ti EL 1085 .t1- ' 14 DEPTH HAVE TAKEN THIS INTO ACCOUNT. O m g W . / -: Q `'- N U 2 (1 � h , 0 C > G D _ N i J E RO M E- AVE-- -- 6 6 + -� g o y - ` I _ 89'59 "15" 0 STA 66 +57.50, 13.0' RT U W r! • - • • • _ -1 r -- - , i 1 • U I I , �I i O A - I�; „ STA 66 +32.80, 13.0' RT N 10- 14 - 02— CONSTRUCTION NOTES P a � CL W. qp 4,4' O p 1fASy S . 0 c> 0 REMOVE AND REPLACE EXISTING IRRIGATION PIPE w/ NEW 27" SDR 51 PIP. 10 CONNECT NEW 27" SDR 51 PIP TO EXISTING 30" IRRIGATION VALVE. ,` y ky ' a) a� 41 o Q zo 0 SAW CUT EXISTING ASPHALT. 0 TRENCH BACKFILL THIS INTERSECTION TO BE FULL DEPTH CONTROLLED • ' 29819 .' ' - — U kEtrsTBO DENSITY FILL. o �� s S l NAL E ! INSTALL NEW 30'x30' x21 ' SDR 51 PIP TEE AND 40 LF OF 21' SDR 51 PIP AND 21 "x20" COUPLING TO CONNECT TO EXISTING 20" IRRIGATION VALVE. o ` EXPIRES 1 1/17/2003 I . L E SCHEDULE A c SEE SPECIFICATIONS & PROPOSAL FOR CLARIFICATION > Lo .", 1090 1090 < N c3 4) z- EXISTING PROFILE @ BASELINE o 0 " a) N- + • 1086 ---- -- co ,- 1086 0 0 u) w_ o c 0 11 L 1 TO II U C O U O .� N O cv O O 1082 EX WATER - 1082 a- ° _ — — — — -1 I— 4= O a - 0 0 0 NEW 27" SDR 51 PIP @ -0.0064 ft/ft I I a. it Q 1078 ;. > &: ._ ,: z::. 3..:;�,_ ..._,,.,.. 1078 °.5 - - -- ��. �l I.. Q o W 0 EX. IRRIGATION — .--, 13 65 +00 66 +00 67 +00 68 +00 13 l