Loading...
HomeMy WebLinkAboutR-2006-020 Huibregtse, Louman Associates, Inc. Agreement (re: Level 2 - Domestic Water System Improvement Project)A RESOLUTION RESOLUTION NO. R-2006-2° authorizing the City Manager to execute an engineering and consulting services agreement with Huibregtse, Louman Associates, Inc. for engineering and consulting services associated with the Level 2 — Domestic Water System Improvement Project. WHEREAS, the City of Yakima Water/Irrigation Division requires engineering and consulting services associated with the Level 2 — Domestic Water System Improvement Project, and WHEREAS, the City of Yakima Water Division representatives complied with the provisions of RCW 39.80 which concerns the procurement of engineering and architectural services by a city; and WEREAS, Huibregtse, Louman Associates, Inc. has the necessary expertise and experience to perform and provide the required surveying services and is willing to do so in accordance with the attached agreement; and WHEREAS, the City Council deems it to be in the best interest of the City to enter into an agreement with Huibregtse, Louman Associates, Inc. for engineering and consulting services associated with the Level 2 — Domestic Water System Improvement Project, now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Manager is hereby authorized and directed to execute the attached and incorporated engineering and consulting services agreement with Huibregtse, Louman Associates, Inc. for engineering and consulting services associated with the Level 2 — Domestic Water System Improvement Project. ADOPTED BY THE CITY COUNCIL this 21s1 day of Fe• ary 2006. A A 61/1 ATTEST: David Edler, Mayor City Clerk 200 (0--7c) AGREEMENT BETWEEN CITY OF YAKIMA, WASHINGTON AND HUIBREGTSE, LOUMAN ASSOCIATES, INC. FOR PROFESSIONAL SERVICES THIS AGREEMENT, made and entered into on this „Z,�"ef day of dG 2006, by and between the City of Yakima, Washington, with principal offices at 129 North Sec • nd Street, Yakima, WA 98901, hereinafter referred to as "CITY", and HUIBREGTSE, LOUMAN ASSOCIATES, INC., 801 North 39th Avenue, Yakima, WA 98902 and which corporation and its principal engineers performing this Agreement are licensed and registered to do business in the State of Washington, hereinafter referred to as "ENGINEER," for LEVEL 2 - DOMESTIC WATER SYSTEM IMPROVEMENT PROJECT Design Services, herein called the "PROJECT." WITNESSETH: RECITALS WHEREAS, CITY desires to retain the ENGINEER to provide engineering services for design and construction of LEVEL 2 - DOMESTIC WATER SYSTEM IMPROVEMENT PROJECT, as described in this Agreement and subsequent Amendments thereto; and WHEREAS, ENGINEER represents that it has available and offers to provide personnel with expertise and experience necessary to satisfactorily accomplish the work within the required time and that it has no conflicts of interest prohibited by law from entering into this Agreement; NOW, THEREFORE, CITY and ENGINEER agree as follows: SECTION 1 INCORPORATION OF RECITALS 1.1 Agreement. The above recitals are incorporated into these operative provisions of the SECTION 2 SCOPE OF SERVICES 2.0.1 ENGINEER agrees to perform those services described hereafter. Unless modified in writing by both parties, duties of ENGINEER shall not be construed to exceed those services specifically set forth herein. 2.0.2 ENGINEER shall use its best efforts to maintain continuity in personnel and shall assign Michael T. Battle, PE, as Project Manager and Principal -in -Charge throughout the term of this Agreement unless other personnel are approved by the CITY. 2.1 Basic Services: ENGINEER agrees to perform those tasks described in Exhibit A, entitled "City of Yakima - LEVEL 2 - DOMESTIC WATER SYSTEM IMPROVEMENT PROJECT, PHASE 1" (WORK) which is part of this Agreement as if fully set forth herein, for Phase 1 water system improvements shown in Exhibit C, OVERALL PHASED IMPROVEMENTS MAP. Additional phases of work shown on Exhibit C will be performed only as mutually agreed upon by the CITY and ENGINEER as Addenda to this Contract. G:\JAN\YAK I MA -J C5\48 -AG R.wpd 1 2.2 Additional Services: CITY and ENGINEER agree that not all WORK to be performed by ENGINEER can be defined in detail at the time this Agreement is executed, and that additional WORK related to Project and not covered in Exhibit A may be needed during performance of this Agreement. CITY may, at any time, by written order, direct the ENGINEER to revise portions of the PROJECT WORK previously completed in a satisfactory manner, delete portions of the PROJECT, or request that the ENGINEER perform additional WORK beyond the scope of the PROJECT WORK. Such changes hereinafter shall be referred to as "Additional Services." 2.2.1 If such Additional Services cause an increase or decrease in the ENGINEER'S cost of, or time required for, performance of any services under this Agreement, a contract price and/or completion time adjustment pursuant to this Agreement shall be made and this Agreement shall be modified in writing accordingly. 2.2.2 Compensation for each such request for Additional Services will be negotiated by the CITY and the ENGINEER according to the provisions set forth in Exhibit D and, if so authorized, shall be considered part of the PROJECT WORK. The ENGINEER shall not perform any Additional Services until so authorized by CITY and agreed to by the ENGINEER in writing. 2.3 The ENGINEER must assert any claim for adjustment in writing within thirty (30) days from the date of receipt by the ENGINEER of the written notification of change or of providing services related to an asserted change, whichever is earliest. SECTION 3 CITY'S RESPONSIBILITIES 3.1 CITY -FURNISHED DATA: The CITY will provide to the ENGINEER all technical data in the CITY'S possession relating to the ENGINEER'S services on the PROJECT including information on any pre-existing conditions known to the CITY that constitute hazardous waste contamination on the PROJECT site as determined by an authorized regulatory agency. 3.2 ACCESS TO FACILITIES AND PROPERTY: The CITY will make its facilities reasonably accessible to ENGINEER as required for ENGINEER'S performance of its services and will provide labor and safety equipment as reasonably required by ENGINEER for such access. 3.3 TIMELY REVIEW: The CITY will examine the ENGINEER'S studies, reports, sketches, drawings, specifications, proposals, and other documents; obtain advice of an attorney, insurance counselor, accountant, auditor, bond and financial advisors, and other consultants as CITY deems appropriate; and render in writing decisions required of CITY in a timely manner. Such examinations and decisions, however, shall not relieve the ENGINEER of any contractual obligations nor of its duty to render professional services meeting the standards of care for its profession. 3.4 CITY shall appoint a City's Representative with respect to WORK to be performed under this Agreement. City's Representative shall have complete authority to transmit instructions and receive information. ENGINEER shall be entitled to reasonably rely on such instructions made by the CITY'S Representative unless otherwise directed in writing by the CITY, but ENGINEER shall be responsible for bringing to the attention of the CITY'S Representative any instructions which the ENGINEER believes are inadequate, incomplete, or inaccurate based upon the ENGINEER'S knowledge. 3.5 Any documents, services, and reports provided by the CITY to the ENGINEER are available solely as additional information to the ENGINEER and will not relieve the ENGINEER of its duties and obligations under this Agreement or at law. The ENGINEER shall be entitled to reasonably rely upon the accuracy and the completeness of such documents, services and reports, G.\JANWAKIMA-JC5\48-AGR.wpd 2 but shall be responsible for exercising customary professional care in using and reviewing such documents, services, and reports and drawing conclusions therefrom. SECTION 4 AUTHORIZATION, PROGRESS, AND COMPLETION 4.1 In signing this Agreement, CITY grants ENGINEER specific authorization to proceed with WORK described in Exhibit A. The time for completion is defined in Exhibit A, or as amended. SECTION 5 COMPENSATION 5.1 COMPENSATION ON ATIME SPENT BASIS AT SPECIFIC HOURLY RATES: For the services described in Exhibit A, compensation shall be according to Exhibit D - Schedule of Specific Hourly Rates on a time spent basis plus reimbursement for direct non -salary expenses. 5.1.1 DIRECT NON -SALARY EXPENSES: Direct Non -Salary Expenses are those costs incurred on or directly for the PROJECT including, but not limited to, necessary transportation costs, including current rates for ENGINEER'S vehicles; meals and lodging; laboratory tests and analyses; printing, binding and reproduction charges; all costs associated with other outside nonprofessional services and facilities; special CITY -requested and PROJECT -related insurance and performance warranty costs; and other similar costs. Reimbursement for Direct Non -Salary Expenses will be on the basis of actual charges when furnished by commercial sources and on the basis of current rates when furnished by ENGINEER. Estimated Direct Non -Salary Expenses are shown in Exhibit B. 5.1.1.2 Travel costs, including transportation, lodging, subsistence, and incidental expenses incurred by employees of the ENGINEER and each of the Subconsultants in connection with PROJECT WORK; provided, as follows: ❖ That a maximum of U.S. INTERNAL REVENUE SERVICE allowed cents per mile will be paid for the operation, maintenance, and depreciation costs of company or individually owned vehicles for that portion of time they are used for PROJECT WORK. ENGINEER, whenever possible, will use the least expensive form of ground transportation. ❖ That reimbursement for meals inclusive of tips shall not exceed a maximum of $40 per day per person This rate may be adjusted on a yearly basis. ❖ That accommodation shall be at a reasonably priced hotel/motel. ❖ That air travel shall be by coach class, and shall be used only when absolutely necessary. 5.1.2 Telephone charges, computer charges, in-house reproduction charges, first class postage, and FAX charges are not included in the direct expense costs, but are considered included in the Schedule of Specific Hourly Billing Rates. 5.1.3 Professional Subconsultants. Professional Subconsultants are those costs for engineering, architecture, geotechnical services and similar professional services approved by the CITY. Reimbursement for Professional Subconsultants will be on the basis of 1.10 times the actual costs billed by the Professional Subconsultant for services provided to the CITY through this Agreement. Estimated Subconsultant costs are shown in Exhibit B. G:\JAN\YAKI MA-JC5\48-AGR.wpd 3 5.2 Unless specifically authorized in writing by the CITY, the total budgetary amount for this PROJECT shall not exceed that amount set forth in Exhibit B. The ENGINEER will make reasonable efforts to complete the WORK within the budget and will keep CITY informed of progress toward that end so that the budget or WORK effort can be adjusted if found necessary. The ENGINEER is not obligated to incur costs beyond the indicated budget, as may be adjusted, nor is the CITY obligated to pay the ENGINEER beyond these limits. When any budget has been increased, the ENGINEER'S excess costs expended prior to such increase will be allowable to the same extent as if such costs had been incurred after the approved increase, and provided that the City was informed in writing at the time such costs were incurred. 5.3 The ENGINEER will use its best efforts to submit to the City's Representative by the 10th day of each calendar month an invoice for payment for PROJ ECT services completed through the accounting cut-off day of the previous month. Such invoices shall be for PROJECT services and WORK performed and costs incurred prior to the date of the invoice and not covered by previ- ously submitted invoices. The ENGINEER shall submit with each invoice a summary of time expended on the PROJECT for the current billing period, copies of subconsultant invoices, and any other supporting materials determined by the City necessary to substantiate the costs incurred. CITY will use its best efforts to pay such invoices within thirty (30) days of receipt and upon approval of the WORK done and amount billed. CITY will notify the ENGINEER promptly if any problems are noted with the invoice. CITY may question any item in an invoice, noting to ENGINEER the questionable item(s) and withholding payment for such item(s). The ENGINEER may resubmit such item(s) in a subsequent invoice together with additional supporting information required. 5.4 If payment is not made within sixty (60) days following receipt of approved invoices, interest on the unpaid balance shall accrue beginning with the sixty-first (61) day at the rate of 1.0% per month or the maximum interest rate permitted by law, whichever is less; provided, however, that no interest shall accrue pursuant to Chapter 39.76 RCW when before the date of timely payment a notice of dispute is issued in good faith by the CITY to the ENGINEER pursuant to the terms of RCW 39.76.020(4). 5.5 Final payment of any balance due the ENGINEER for PROJECT services will be made within forty-five (45) days after satisfactory completion of the services required by this Agreement as evidenced by written acceptance by CITY and after such audit or verification as CITY may deem necessary and execution and delivery by the ENGINEER of a release of all known claims against CITY arising under or by virtue of this Agreement, other than such claims, if any, as may be specifically exempted by the ENGINEER from the operation of the release in stated amounts to be set forth therein. 5.6 Payment for any PROJECT services and WORK shall not constitute a waiver or release by CITY of any claims, right, or remedy it may have against the ENGINEER under this Agreement or by law, nor shall such payment constitute a waiver, remission, or discharge by CITY of any failure or fault of the ENGINEER to satisfactorily perform the PROJECT WORK as required under this Agreement. SECTION 6 RESPONSIBILITY OF ENGINEER 6.1 The ENGINEER shall be responsible for the professional quality, technical adequacy and accuracy, timely completion, and the coordination of all plans, design, drawings, specifications, reports, and other services furnished by the ENGINEER under this Agreement. The ENGINEER shall, without additional compensation, corrector review any errors, omissions, or other deficiencies in its plans, designs, drawings, specifications, reports, and other services. The ENGINEER shall perform its WORK according to generally accepted civil engineering standards of care and G:\JAN\YAKI MA-JC5\48-AGR.wpd 4 consistent with achieving the PROJECT WORK within budget, on time, and in compliance with applicable laws, regulations, and permits. 6.2 CITY'S review or approval of, or payment for, any plans, drawings, designs, specifications, reports, and incidental WORK or services furnished hereunder shall not in any way relieve the ENGINEER of responsibility for the technical adequacy, completeness, or accuracy of its WORK and the PROJECT WORK. CITY'S review, approval, or payment for any of the services shall not be construed to operate as a waiver of any rights under this Agreement or at law or any cause of action arising out of the performance of this Agreement. 6.3 In performing WORK and services hereunder, the ENGINEER and its subcontrac- tors, subconsultants, employees, agents, and representatives shall be acting as independent contractors and shall not be deemed or construed to be employees or agents of CITY in any manner whatsoever. The ENGINEER shall not hold itself out as, nor claim to be, an officer or employee of CITY by reason hereof and will not make any claim, demand, or application to or for any right or privilege applicable to an officer or employee of CITY. The ENGINEER shall be solely responsible for any claims for wages or compensation by ENGINEER employees, agents, and representatives, including subconsultants and subcontractors, and shall save and hold CITY harmless therefrom. 6.4 INDEMNIFICATION: (a) ENGINEER agrees to indemnify, defend, and hold the CITY harmless from loss, cost, or expense, including legal fees, of any kind claimed by third parties, including without limitation such loss, cost, or expense resulting from injuries to persons or damages to property, caused solely by the negligence or willful misconduct of the ENGINEER, its employees, officers, and subconsultants in connection with the PROJECT. In the event that any lien is placed upon the property of the CITY or any of the CITY'S officers, employees, or agents as a result of the negligence or willful misconduct of the ENGINEER, the ENGINEER shall at once cause the same to be dissolved and discharged by giving bond or otherwise. (b) CITY agrees to indemnify, defend, and hold the ENGINEER harmless from loss, cost, or expense, including legal fees, of any kind claimed by third parties, including without limitation such loss, cost, or expense resulting from injuries to persons or damages to property, caused solely by the negligence or willful misconduct of the CITY, its employees, or agents in connection with the PROJECT. (c) If the negligence or willful misconduct of both the ENGINEER and the CITY (or a person identified above for whom each is liable) is a cause of such third party claim, the Toss, cost, or expense shall be shared between the ENGINEER and the CITY in proportion to their relative degrees of negligence or willful misconduct and the right of indemnity will apply for such proportion. 6.5 In any and all claims by an employee of the ENGINEER, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, the indemnification obligations under this Agreement shall not be limited, in any way by any limitation on the amount or types of damages, compensation, or benefits payable by or for the ENGINEER or a subcontractor under workers' or workmens' compensation acts, disability benefit acts, or other employee benefit acts. The ENGINEER waives its immunity under the Industrial Insurance Act, Title 51, RCW. Such waiver has been mutually negotiated by the ENGINEER and the CITY as evidenced by their specific and express initialing of this paragraph. ENGINEER'S INITIALS G:\JAN\YAKI MA -J C5\48 -AG R.wpd 5 CITY'S INITIALS 6.6 It is understood that any resident engineering or Construction Observation provided by ENGINEER is for the purpose of determining compliance with the technical provisions of PROJECT specifications and does not constitute any form of guarantee or insurance with respect to the performance of a contractor. ENGINEER does not assume responsibility for methods or appliances used by a contractor, for the safety of construction work, or for compliance by contractors with laws and regulations. CITY shall use its best efforts to ensure that the construction contract requires that the contractor(s) indemnify and name CITY, the CITY'S and the ENGINEER'S officers, principals, employees, agents, representatives, and engineers as additional insureds on contractor's insurance policies covering PROJECT, exclusive of insurance for ENGINEER professional liability. 6.7 SUBSURFACE INVESTIGATIONS: In soils, foundation, groundwater, and other subsurface investigations, the actual characteristics may vary significantly between successive test points and sample intervals and at locations other than where observation, exploration, and investigations have been made. Because of the inherent uncertainties in subsurface evaluations, changed or unanticipated underground conditions may occur that could affect total PROJECT cost and/or execution. These conditions and cost/execution effects are not the responsibility of the ENGINEER, to the extent that ENGINEER has exercised the applicable standard of professional care and judgment in such investigations. SECTION 7 PROJECT SCHEDULE AND BUDGET 7.1 The general PROJECT schedule and the budget for both the entire PROJECT and its component tasks shall be as set forth in this Agreement and attachments. The project schedule and performance dates for the individual tasks shall be mutually agreed to by the CITY and the ENGINEER within fifteen days after execution of this Agreement. The performance dates and budgets for tasks may be modified only upon written agreement of the parties hereto. The performance date for tasks and the completion date for the entire PROJECT shall not be extended nor the budget increased because of any unwarranted delays attributable to the ENGINEER but may be extended or increased by the CITY in the event of a delay caused by special services requested by the CITY or because of unavoidable delay caused by any governmental action or other conditions beyond the control of the ENGINEER which could not be reasonably anticipated. 7.2 Not later than the tenth day of each calendar month during the performance of the PROJECT, the ENGINEER shall submit to the CITY'S Representative a copy of the current schedule and a written narrative description of the WORK accomplished by the ENGINEER and subconsultants on each task, indicating a good faith estimate of the percentage completion thereof on the last day of the previous month. Additional oral or written reports shall be prepared at the request of the CITY for presentation to other governmental agencies and/or to the public. SECTION 8 REUSE OF DOCUMENTS 8.1 All internal WORK products of the ENGINEER are instruments or service of this PROJECT. There shall be no reuse, change, or alteration by the CITY or others acting through or in behalf of the CITY without written permission of the ENGINEER, which shall not be reasonably withheld will be at the CITY's sole risk. The CITY agrees to indemnify the ENGINEER and its officers, employees, subcontractors, and affiliated corporations from all claims, damages, losses, and costs, including, but not limited to, litigation expenses and attorney's fees, arising out of or related to such unauthorized reuse, change, or alteration; provided, however, that the ENGINEER will not be indemnified for such claims, damages, losses, and costs including without limitations litigation expenses and attorney fees where caused by the ENGINEER's own acts or omissions. G:\JAN\YAKI MA-JC5\48-AGR.wpd 6 8.2 The ENGINEER agrees that ownership of any plans, drawings, designs, specifications, computer programs, technical reports, operating manuals, calculations, notes, and other WORK submitted or which are specified to be delivered under this Agreement or which are developed or produced and paid for under this Agreement, whether or not complete, shall be vested in the CITY. SECTION 9 AUDIT AND ACCESS TO RECORDS 9.1 The ENGINEER, including its subconsultants, shall maintain books, records, docu- ments and other evidence directly pertinent to performance of the WORK under this Agreement in accordance with generally accepted accounting principles and practices consistently applied. The CITY or the CITY'S duly authorized representative, shall have access to such books, records, documents, and other evidence for inspection, audit, and copying for a period of three years after completion of the PROJECT. The CITY shall also have access to such books, records, and documents during the performance of the PROJECT WORK if deemed necessary by the CITY to verify the ENGINEER'S WORK and invoices. 9.2 Audits conducted pursuant to this section shall be in accordance with generally accepted auditing standards and established procedures and guidelines of the reviewing or auditing agency. 9.3 The ENGINEER agrees to the disclosure of all information and reports resulting from access to records pursuant to this section provided that the ENGINEER is afforded the opportunity for an audit exit conference and an opportunity to comment and submit any supporting documentation on the pertinent portions of the draft audit report and that the final audit report will include written comments, if any, of the ENGINEER. 9.4 The ENGINEER shall ensure that substantially the foregoing paragraphs are included in each subcontract for WORK on the Project. 9.5 Any charges of the ENGINEER paid by the CITY found by an audit to be inadequately substantiated shall be reimbursed to the CITY. SECTION 10 INSURANCE 10.1 Prior to beginning WORK under this Agreement, the ENGINEER shall provide Certificates of Insurance satisfactory to the CITY as evidence that policies providing the following coverage and limits of insurance are in full force and effect. The CITY and the CITY'S officers, principals, employees, representatives, and agents shall be designated as additional insured on all such policies except for professional liability and Worker's Compensation. Such insurance shall be primary to the extent covered as additional insureds and other insurance maintained or carried by the CITY shall be separate and distinct and shall not be contributing with the insurance listed hereunder. 10.1.1 Comprehensive general liability insurance, including personal injury liability, blanket contractual liability, and broad -form property damage liability coverage. The combined single limit for bodily injury and property damage shall be not less than $1,000,000 per occurrence. 10.1.2. Automobile bodily injury and property damage liability insurance covering owned, non -owned, rented, and hired cars. The combined single limit for bodily injury and property damage shall be not less than $1,000,000 per occurrence. G:\JAN\YAK I MA -J C5\48 -AG R.wpd 7 10.1.3. state law. 10.1.4. $1,000,000. Statutory workers' compensation and employer's liability insurance as required by Professional liability insurance. The limit of liability shall be not less than Failure of either or all of the additional insureds to report a claim under such insur- ance shall not prejudice the rights of the CITY, its officers, employees, agents, and representatives thereunder. The CITY and the CITY'S officers, principals, employees, representatives, and agents shall have no obligation for payment of premiums because of being named as additional insureds under such insurance. None of the policies issued pursuant to the requirements contained herein shall be canceled, allowed to expire, or changed in any manner so as to affect the rights of the City thereunder until thirty (30) days after written notice to the CITY of such intended cancellation, expiration, or change. SECTION 11 SUBCONTRACTS 11.1 ENGINEER shall be entitled, to the extent determined appropriate by ENGINEER, to subcontract any portion of the WORK to be performed under this Agreement. 11.2 Any subconsultants or subcontractors to the ENGINEER utilized on this PROJECT, including any substitutions thereof, will be subject to prior approval by CITY, which approval shall not be unreasonably withheld. Each subcontract shall be subject to review by the CITY'S Representative, if requested, prior to the subconsultant or subcontractor proceeding with the WORK. Such review shall not constitute an approval as to the legal form or content of such subcontract. The ENGINEER shall be responsible for the architectural and engineering performance, acts, and omissions of all persons and firms performing subcontract WORK. 11.3 listed below: CITY hereby authorizes the ENGINEER to subcontract with the persons and firms Conley Engineering, Inc. GN Northern, Inc. 11.4 The ENGINEER shall submit, along with its monthly invoices, a description of all WORK completed by subconsultants and subcontractors during the preceding month and copies of all invoices thereto. SECTION 12 ASSIGNMENT 12.1 This Agreement is binding on the heirs, successors, and assigns of the parties hereto. This Agreement may not be assigned by CITY or ENGINEER without prior, written consent of the other, which consent will not be unreasonably withheld. SECTION 13 INTEGRATION 13.1 This Agreement represents the entire understanding of CITY and ENGINEER as to those matters contained herein. No prior oral or written understanding shall be of any force or effect with respect to those matters covered herein. This Agreement may not be modified or altered except in writing signed by both parties. G:\JAN\YAK I MA -J C 5\48 -AG R.wpd 8 SECTION 14 JURISDICTION AND VENUE 14.1 This Agreement shall be administered and interpreted under the laws of the State of Washington. Jurisdiction of litigation arising from this Agreement shall be in that state. If any part of this Agreement is found to conflict with applicable laws, such part shall be inoperative, null, and void insofar as it conflicts with said laws, but the remainder of this Agreement shall be in full force and effect. Venue of all disputes shall be Yakima County, State of Washington. SECTION 15 EQUAL EMPLOYMENT and NONDISCRIMINATION 15.1 In connection with the Services under this Agreement, ENGINEER agrees to comply with the applicable provisions of State and Federal Equal Employment Opportunity and Nondiscrimination statutes and regulations. SECTION 16 SUSPENSION OF WORK 16.1 CITY may suspend, in writing by certified mail, all or a portion of the WORK under this Agreement if unforeseen circumstances beyond CITY'S control are interfering with normal progress of the WORK. ENGINEER may suspend, in writing by certified mail, all or a portion of the WORK under this Agreement if unforeseen circumstances beyond ENGINEER's control are interfering with normal progress of the WORK. ENGINEER may suspend WORK on PROJECT in the event CITY does not pay invoices when due, except where otherwise provided by this Agreement. The time for completion ofl the WORK shall be extended by the number of days WORK is suspended. If the period of suspension exceeds 90 days, the terms of this Agreement are subject to renegotiation, and both parties are granted the option to terminate WORK on the suspended portion of Project in accordance with SECTION 17. SECTION 17 TERMINATION OF WORK 17.1 Either party may terminate this Agreement, in whole or in part, if the other party materially breaches its obligations under',this Agreement and is in default through no fault of the terminating party. However, no such termination may be effected unless the other party is given: (1) not less than fifteen (15) calendar days written notice delivered by certified mail, return receipt requested, of intent to terminate; and (2) an opportunity for consultation and for cure with the terminating party before termination. Notice shall be considered issued within seventy-two (72) hours of mailing by certified mail to the, place of business of either party as set forth in this Agreement. 17.2 In addition to termination sunder subparagraph A of this Section, CITY may ter- minate this Agreement for its convenience, in whole or in part, provided the ENGINEER is given: (1) not less than fifteen (15) calendar days written notice delivered by certified mail, return receipt requested, of intent to terminate; and (2) an opportunity for consultation with CITY before termination. 17.3 If CITY terminates for default on the part of the ENGINEER, an adjustment in the contract price pursuant to the Agreement shall be made, but (1) no amount shall be allowed for anticipated profit on unperformed services or other WORK, and (2) any payment due to the ENGINEER at the time of termination may be adjusted to the extent of any additional costs or damages CITY has incurred, or is likely to incur, because of the ENGINEER'S breach. In such event, CITY shall consider the amount of WORK originally required which was satisfactorily completed to date of termination, whether that WORK is in a form or of a type which is usable and suitable to CITY at the date of termination and the cost to CITY of completing the WORK itself or of employing another firm to complete it. Under no circumstances shall payments made under this G:\JAN\YAKI MA-JC5\48-AGR.wpd 9 provision exceed the contract price. In the event of default, the ENGINEER agrees to pay CITY for any and all damages, costs, and expenses whether directly, indirectly, or consequentially caused by said default. This provision shall not preclude CITY from filing claims and/or commencing litigation to secure compensation for damages incurred beyond that covered by contract retainage or other withheld payments. 17.4 If the ENGINEER terminates for default on the part of CITY or if CITY terminates for convenience, the adjustment pursuant to the Agreement shall include payment for services satisfactorily performed to the date of termination, in addition to termination settlement costs the ENGINEER reasonably incurs relating to commitments which had become firm before the termination, unless CITY determines to assume said commitments. 17.5 Upon receipt of a termination notice under subsections 17.1 or 17.2 above, the ENGINEER shall (1) promptly discontinue all services affected (unless the notice directs otherwise), and (2) deliver or otherwise make available to CITY all originals of data, drawings, specifications, calculations, reports, estimates, summaries, and such other information, documents, and materials as the ENGINEER or its subconsultants may have accumulated or prepared in performing this Agreement, whether completed or in progress, with the ENGINEER retaining copies of the same. 17.6 Upon termination under any subparagraph above, CITY reserves the right to prosecute the WORK to completion utilizing other qualified firms or individuals; provided, the ENGINEER shall have no responsibility to prosecute further WORK thereon. 17.7 If, after termination for failure of the ENGINEER to fulfill contractual obligations, it is determined that the ENGINEER has not so failed, the termination shall be deemed to have been effected for the convenience of CITY. In(such event, the adjustment pursuant to the Agreement shall be determined as set forth in subparagraph 17.4 of this Section. 17.8 If, because of death, unavailability or any other occurrence, it becomes impossible for any key personnel employed by the ENGINEER in PROJECT WORK or for any corporate officer of the ENGINEER to render his services to the PROJECT, the ENGINEER shall not be relieved of its obligations to complete performance under this Agreement without the concurrence and written approval of CITY. If CITY agrees to termination of this Agreement under this provision, payment shall be made as set forth in subparagraph 17.3 of this Section. SECTION 18 ARBITRATION 18.1 All claims, counterclaims, disputes, and other matters in question arising out of, or relating to, this AGREEMENT or the breach thereof may be decided by arbitration in accordance with the Construction Industry Arbitration Rules of the American Arbitration Association then obtaining. Either CITY or ENGINEER may initiate a request for such arbitration, but consent of the other party to such arbitration shall be a necessary precondition to arbitration. SECTION 19 NOTICE 19.1 Any notice required to be given under the terms of this Agreement shall be directed to the party at the address set forth below. Notice shall be considered issued and effective upon receipt thereof by the addressee -party, or seventy-two hours after mailing by certified mail to the place of business set forth below, whichever is earlier. G:\JAN\YAK I MA -JC 5\48 -AG R.wpd 10 CITY: City of Yakima 2301 Fruitvale Boulevard Yakima, WA 98902 Attn: Mr. David Brown, Water and Irrigation Manager II ENGINEER: HUIBREGTSE, LOUMAN ASSOCIATES, INC. 801 North 39th Avenue Yakima, WA 98902 Attn: Jeffrey T. Lowman, PE, President IN WITNESS WHEREOF the parties hereto have: caused this agreement to be executed by their respective authorized officers or representatives as of the day and year first above written. CITY OF YAKIMA HUIBREGTSE, LOUMAN ASSOCIATES, INC. Signature Printed Name: Printed Name: Richard A. Zais, Jr. Jeffrey T. Louman Title: Title: City Manager President Date: ,p..1.5-3-10 Attest /(44A-,2,--- ft,--4-6-1...3e-j-, City ( ,,- City Clerk G:UANIYAKIMA-JC5W8-AGR.wpd Date: 11 STATE OF WASHINGTON ) ss. COUNTY OF YAKIMA I certify that I know or have satisfactory evidence thatie-A.2,41) .J�, is the person who appeared before me, and said person acknowledged that he/she signed this instrument, on oath staged that he/she was authorized to execute the instrument, and acknowledged it as the MAM-A-y of CITY OF YAKIMA to be the free and voluntary act of such party for the uses and purposes mentioned in the instrument. Dated: 2/22/ Co Seal or Stamp G:WAMYAKIMAJC5W 8-AGR.wpd Title re) //4774172 Age-aGe. .Z1/2 e/a S Printed Name My commission expires: A. 12 STATE OF WASHINGTON ) ss. COUNTY OF YAKIMA I certify that I know or have satisfactory evidence that Jeffrey T. Louman, PE, is the person who appeared before me, and said person acknowledged that he/she signed this instrument, on oath stated that he/she was authorized to execute the instrument, and acknowledged it as the President of Huibregtse, Louman Associates, Inc. to be the free and voluntary act of such party for the uses and purposes mentioned in the instrumeyt. Dated: ��or tA.a.r/ 2 ) 21301-0 Lo / Seal or Stamp G:\JAN\YAK I MA -J C5\48 -AG R.wpd (Signa'Fure) Title 1 Printed Name My commission expires: 3/lo /Oq 13 EXHIBIT A CITY OF YAKIMA - LEVEL 2 - DOMESTIC WATER SYSTEM IMPROVEMENTS II SCOPE OF WORK During the term of this AGREEMENT, the ENGINEER shall perform professional services in connection with the following project: 11 City of Yakima - Level 2 - Domestic Water System Improvements This scope of work shall include the furnishing of all services, labor, materials, equipment, supplies, and incidentals necessary to conduct and complete the work as indicated hereinafter. The work to be performed involves design engineering, preparation of plans, specifications, and estimate. 1. PROJECT MANAGEMENT A. Project Management. Tle project manager will coordinate ENGINEER's design team to ensure that the work is completed on schedule, is technically competent, and meets the CITY's needs. The project manager will provide overall project management for ENGINEER's work elements, including coordination with subconsultants, progress ;reports, and invoicing. B. Project Meetings. Attend up to three (3) project meetings in Yakima with CITY Staff to coordinate the design aspects of the project with the CITY. 2. DESIGN AND FINAL PLANS AND SPECIFICATIONS A. Perform field investigations and field surveying necessary for the design of identi- fied improvements. B. Perform the preliminary design and present preliminary plans to the CITY prior to detailing final Plans. C. On the basis of approved preliminary plans, perform the final design and prepare complete Plans and Specifications for bid call on the proposed work, as authorized by the CITY. D. Furnish the CITY thirty (30) copies of the final Plans and Specifications for bidding and construction. It is anticipated that the ENGINEER will prepare plans and specifications for this Level 2 - Domestic Water System Improvement Project, Phase I, ready for bidding' in Fall 2006, and subsequent Phases ready within six (6) months of contract addenda and City direction to proceed with design. E. Furnish to the CITY engineering data for and assist in the preparation of the required documents so that the CITY may secure approval of such governmental authorities as have jurisdiction over design criteria applicable to the Project. F. Answer and supply such information as is requested by prospective bidders. G:\JAN\YAKIMA-JC5\48-AGR wpd 14 G. Prepare and issue addenda, if necessary. H. Prepare the Engineer's Estimate of construction cost. Attend bid opening and participate in the bid opening and evaluation process. J. Prepare tabulation of all bids received by the CITY and review bidder's qualifica- tions. K. Make recommendation o1 construction contract award to the lowest responsible bidder. The following professional services work for this project (SERVICES DURING CONSTRUCTION) is provided for information only at this'i, time. The scope and cost of SERVICES DURING CONSTRUCTION professional services are intended to be negotiated and incorporated into this agreement by supplement/addendum at a later date with the mutual agreement of CITY and ENGINEER: 3. SERVICES DURING CONSTRUCTION Furnish the field survey crew necessary to set horizontal and vertical control for the improvements authorized for construction. A. B. C. D. E. F. G. H. Furnish a qualified resident engineer who shall make construction observations and be on the job at all times that significant work is in progress, whose duty shall be to provide surveillances of project construction for substantial compliance with Plans and Specifications. Prepare progress reports ion the Project and file same with the CITY and provide monthly progress estimates to the CITY. Consult and advise the CITY during construction and make a final report of the completed work. Monitor the construction contractor's compliance with State labor standards. Review Contractor's submission of samples and shop drawings, where applicable. Recommend progress payments for the construction contractor to the CITY. Prepare and submit proposed contract change orders when applicable. Prepare and furnish reproducible record drawings of all completed work from as - built drawings furnished by the CITY's construction contractor. G:\JAN\YAKI MA-JC5\48-AGR.wpd 15 EXHIBIT B l LEVEL 2 - DOMESTIC WATER SYSTEM IMPROVEMENT PROJECT Professional Fees Compensation for professional services ,will be on a time spent basis at the specific hourly rates shown on Exhibit D, plus reimbursement for direct non -salary expenses. The following spreadsheet shows the estimated time and expenses to perform design engineering, plans, specifications, and estimate for this LEVEL 2 - DOMESTIC WATER SYSTEM IMPROVE- MENTS PHASE I work. The maximum amount of compensation to the ENGINEER for this work will be $82,776.00. This maximum amount will not be exceeded without the written agreement of the CITY and the ENGINEER. PROJECT TITLE: LEVEL 2 - DOMESTIC WATER SYSTEM (IMPROVEMENTS, PHASE 1 CLIENT: CITY OF YAKIMA JOB NUMBER: 06029 Huibre tse, Louman Associates, Inc. DATE: January 26, 2006 ENGINEER'S HOURLY ESTIMATE TASK NO PROJECT TASK Principal Engineer Licensed d Prof., Engineer Principal Land Surveyor CAD Techni- cian 2 -Man Survey Party Clerical TOTAL HRS TASK DIRECT COSTS $131 $10911 $122 $79 $145 $53 1 PROJECT MANAGEMENT A Project Management 24 72 I' 0 0 0 18 114 11,946.00 B Project Meetings 12 12 0 6 0 12 42 3,990.00 2 I DESIGN AND FINAL PLANS, SPECIFICATIONS, & ESTIMATE A Field investigations and field surveying 8 32 16 24 48 0 128 15,344.00 B Perform the preliminary design 16 96 „ 8 160 12 8 300 28,340.00 C In-house project review, quality control 8 16 8 0 0 8 40 4,192.00 D Incorporate Agency Review comments • 4 16 0 4 0 4 28 2,796.00 E Final design, Plans, and Specifications 6 24 4 96 0 12 142 11,714.00 F Furnish copies of Plans and Specifications 0 4 0 0 0 8 12 860.00 G Furnish engineering data for approvals 2 8 0 0 0 4 14 1,346.00 H Answer bidders questions 2 12 0 0 0 0 14 1,570.00 I Prepare and issue addenda 2 12 0 8 0 8 30 2,626.00 J Prepare estimate of construc- tion cost - 2 12 0 8 0 4 34 3,574.00 K Attend bid opening 2 4 0 0 0 0 6 698.00 G:\JAN\YAKI MA-JC5\48-AGR.wpd 16 TASK NO PROJECT TASK Principal Engineer Licensed Prof.; Engineer Principal Land Surveyor CAD Techni- clan 2 -Man Survey Party Clerical TOTAL HRS TASK DIRECT COSTS $131 $1091', $122 $79 $145 $53 L Prepare tabulation of bids 2 11 4 0 0 0 4 10 910.00 M Make recommendation of con- struction contract award 2 4 II 0 0 0 4 10 910.00 Labor Subtotal 56 244 h 36 300 68 64 768 75,276.00 EXPENSES: hours $/hr Computers: 0.00 Travel: Cost/ Unit Air Trips Ground Trp. Days Trip Miles Air Travel $0.00 0.00 Mileage $0.00 0.00 Meals/Lodging $0.00 . 0.00 Misc. expenses: FAX 0.00 TELEPHONE 0.00 POSTAGE 0.00 PRINTING 2,000.00 SUB -CONSULTANTS: 1. GN Northern, Inc. 5,000.00 X 1.1 5,500.00 Subtotal - Labor 75,276.00 Subtotal - Expenses a Subtotal - Subconsultants 2,000.00 5,500.00 11 Total - DESIGN AND FINAL PLANS AND SPECIFICATIONS $82,776.00 G:\JAN\YAKI MA-JC5\48-AGR.wpd 17 1 1 W• •E 0 100 200 400 P. GS LEGEND PHASE 1 INSTALL APPROXIMATELY 2,000 LINEAR FEET OF NEW 18 -INCH DIAMETER WATERMAIN FROM POWERHOUSE ROAD/ PECKS CANYON INTERSECTION, WEST IN PECKS CANYON ROAD AND ACROSS CITY PROPERTY, CONNECTING TO EXISTING 24 -INCH DIAMETER MAINS FROM THE EXISTING RESERVOIRS. INSTALL NEW RESERVOIR AUTOMATIC CONTROL VALVES IN NEW VALVE VAULT. REHABILITATE OR REPLACE APPROXIMATELY 300 LINEAR FEET OF EXISTING 24 -INCH DIAMETER STEEL AND 24 -INCH DIAMETER CONCRETE PIPES FROM THE EAST SIDE OF THE RESERVOIRS TO THE NEW PHASE 1 CONTROL VALVES. INSTALL AN EMERGENCY BY-PASS AT THE NORTHERN MOST POWERHOUSE ROAD RESERVOIR MAIN CONNECTION POINT. ABANDON THE EXISTING PRV, VAULT, AND APPURTENANCES AT THE POWERHOUSE ROAD/ 40TH AVENUE INTERSECTION, AND RECONFIGURE EXISTING PIPING AND VALVE CONNECTIONS. ABANDON THE EXISTING 24 -INCH WATERMAIN, HEADING EAST DOWN THE CANYON TO 40TH AVENUE FROM THE EXISTING RESERVOIRS. REHABILITATE OR REPLACE APPROXIMATELY 500 LINEAR FEET OF EXISTING 24 -INCH BY-PASS WATERMAIN ALONG THE SOUTH SIDE OF THE RESERVOIRS TO THE LEVEL 3 PUMP STATION. s. • PHASE 1 IMPROVEMENTS PHASE 2 IMPROVEMENTS PHASE 3 IMPROVEMENTS PHASE 2 INSTALL APPROXIMATELY 1,600 LINEAR FEET OF NEW 12 -INCH DIAMETER WATERMAIN FROM THE WEST SIDE OF THE EXISTING RESERVOIRS, NORTH TO POWERHOUSE ROAD. TIE INTO PHASE 1 EMERGENCY BY-PASS PIPING. ABANDON EXISTING 24 -INCH WATERMAIN. REHABILITATE OR REPLACE APPROXIMATELY 700 LINEAR FEET OF EXISTING 24 -INCH CONCRETE PIPE FROM THE NORTH RESERVOIR TO THE LEVEL 3 PUMP STATION. DEMOLISH THE EXISTING CONCRETE TOWER AND TIE ALL PIPING TOGETHER WITH NEW CONTROL VALVES AS REQUIRED. PHASE 3 REMOVE EXISTING INTERIOR RESERVOIR VALVES (2 EA). EXAMINE AND REHABILITATE THE INTERIOR WALLS OF THE EXISTING 12 MG RESERVOIRS (2 EA). REHABILITATE OR REPLACE APPROXIMATELY 500 LINEAR FEET OF EXISTING 18 -INCH DIAMETER RESERVOIR OVERFLOW PIPING. REPLACE THE EXISTING RESERVOIR OVERFLOW PIPING SYSTEM (2 EA). INSTALL A NEW WATER MIXING SYSTEM IN THE EXISTING RESERVOIRS (2 EA). 4 • ., • , • DETAIL 1"=50' SEE Haibregtse, Lotman Associates, lac. CML ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue eYokimo, WA 98902 (509) 966-7000 a FAX (509) 965-3800 J08 NUMBER: PRO DATE: 01-19-06 FILE NAMES: DRAWING: b0semap.d.g CITY OF YAKIMA LEVEL 2 - DOMESTIC WATER SYSTEM IMPROVEMENTS OVERALL PHASED IMPROVEMENTS MAP REVISION DATE DESIGNED 8Y: ENTERED BY: MTB EPC EXHIBIT "C" SHEET 1 of 1 EXHIBIT D SCHEDULE OF RATES FOR HUIBREGTSE, LOUMAN ASSOCIATES, INC. (January 1, 2006, Through December 31, 2006) Licensed Principal Engineer $131.00 per hour Licensed Principal Land Surveyor $122.00 per hour Licensed Professional Engineer $109.00 per hour Licensed Professional Land Surveyor $100.00 per hour Project Engineer $91.00 per hour CAD Technician $79.00 per hour Resident Engineer/Inspector $75.00 per hour Surveyor $75.00 per hour Senior Engineering Technician $75.00 per hour Engineering Technician $53.00 per hour Word Processing Technician $53.00 per hour Two Man Survey Party $145.00 per hour Three Man Survey Party $188.00 per hour Vehicle Mileage $0.34 per mile Global Positioning Survey System Fee $75.00 per hour G:\JAN\YAK I MA -J C5\48 -AG R.wpd EXHIBIT D SCHEDULE OF RATES FOR HUIBREGTSE, LOUMAN ASSOCIATES, INC. (January 1, 2007, Through December 31, 2007) Principal Engineer $136.00 per hour Licensed Principal Land Surveyor $126.00 per hour Licensed Professional Engineer $113.00 per hour Licensed Professional Land Surveyor $104.00 per hour Project Engineer $94.00 per hour CAD Technician $82.00 per hour Resident Engineer/Inspector $78.00 per hour Surveyor $78.00 per hour Senior Engineering Technician $78.00 per hour Engineering Technician $55.00 per hour Word Processing Technician $55.00 per hour Two Man Survey Party $150.00 per hour Three Man Survey Party $195.00 per hour Vehicle Mileage $0.34 per mile Global Positioning Survey System Fee $75.00 per hour G:\JAN\YAKI MA-JC5\48-AGR.wpd AGREEMENT FOR PROFESSIONAL SERVICES ADDENDUM NO. 1 This Addendum, hereinafter identified as Addendum No. 1, is hereby entered into and made a part of the Agreement between City of Yakima, Washington, and Huibregtse, Louman Associates, Inc., for Professional Services first entered into on the 22nd day of February, 2006, by the CITY OF YAKIMA, hereinafter called the "CITY," and HUIBREGTSE, LOUMAN ASSOCIATES, INC., hereinafter called the "ENGINEER." WITNESSETH: That in consideration of the mutual covenants and agreements herein contained, the parties hereto do mutually agree to amend, revise, and/or add the following to the referenced Agreement: SECTION 2 - SCOPE OF SERVICES 2.1 Basic Services: ENGINEER agrees to perform additional work tasks described in the attached Addendum No. 1 Exhibit A: Level 2 — Domestic Water System Improvement Project - Engineering Services During Construction. SECTION 5 - COMPENSATION 5.1 COMPENSATION ON A TIME SPENT BASIS AT SPECIFIC HOURLY RATES: For the services described in the attached Addendum No. 1 Exhibit A, compensation shall be on a time spent plus expenses basis with estimated fees shown on the attached Addendum No. 1 Exhibit B at the ENGINEER'S normal hourly billing rates shown on Exhibit D. IN WITNESS WHEREOF the parties hereto duly enter into and execute this Addendum No. 1, as of this ,:-Yday of Jai, , 2006. CITY OF YAKIMA HUIBREGTSE, LOUMAN ASSOCIATES, INC. Signature Sign re Printed Name: Richard A. Zais, Jr. Title: City Manager Date: Date: Attest l 4 City Clerk City Contract No. Resolution No. ;Y.) C,° G:\PROJECTS\2006\06028-C APS ADDENDUM NO 1.doc Printed Name: Jeffrey T. Louman Title: President Date: 7//e/d)& Page 1 of 5 ADDENDUM NO. 1 EXHIBIT A CITY OF YAKIMA LEVEL 2 — DOMESTIC WATER SYSTEM IMPROVEMENT PROJECT ENGINEERING SERVICES DURING CONSTRUCTION SCOPE OF WORK During the term of this AGREEMENT, the ENGINEER shall perform professional services in connection with the following project: City of Yakima - Level 2 Domestic Water System Improvement Project This scope of work shall include the furnishing of engineering services during construction, labor, materials, equipment, supplies, and incidentals necessary to conduct and complete the work as indicated hereinafter, for the following water system improvement project: Level 2 Domestic Water System Improvements: City of Yakima Project No. WA2096 The project consists of improvements to the City of Yakima's Level 2 Domestic Water System, including the construction of approximately 165 linear feet of new 24 -inch D.I. water main, 1,950 linear feet of new 18 -inch D.I. water main, 250 linear feet of new 18 - inch HDPE water main, 785 linear feet of new 16 -inch D.I. water main, and 730 linear feet of new 12 -inch D.I. water main; valves, hydrant assembly, and connections to existing mains; reservoir site grading; removal of existing vaults, pipe, valve, and fittings; abandonment of existing piping; 240 tons of Hot Mix Asphalt; and repair of existing asphalt, gravel, sidewalk, and curb and gutter. 3. SERVICES DURING CONSTRUCTION A. Furnish the survey crew necessary to set horizontal and vertical control for the improvements authorized for construction. B. Furnish a qualified resident engineer who shall observe construction and be on the job site at all times that significant work is in progress, whose duty shall be to provide surveillance of project construction for substantial compliance with Plans and Specifications. C. Prepare progress reports on the Project and file same with the CITY and provide monthly progress estimates to the CITY. D. Consult and advise the CITY during construction and make a final report of the completed work. Monitor the construction contractor's compliance with State labor standards. F. Review Contractor's submission of samples and shop drawings, where applicable. G. Recommend progress payments for the construction contractor to the CITY. G:\PROJECTS\2006\06028-C\APS ADDENDUM NO 1.doc Page 2 of 5 H. Prepare and submit proposed contract change orders when applicable. Prepare and furnish reproducible record drawings of all completed work from as - built drawings furnished by the City's construction contractor. TIME OF PERFORMANCE Engineering Services During Construction for this Level 2 Domestic Water System Improvement Project shall begin upon construction contract award by the CITY to the lowest responsible bidder (anticipated August 2006) and extend through construction contract completion (anticipated November 2006). G:\PROJECTS\2006\06028-C\APS ADDENDUM NO. 1.doc Page 3 of 5 ADDENDUM NO. 1 EXHIBIT B LEVEL 2 — DOMESTIC WATER SYSTEM IMPROVEMENTS Engineering Services During Construction Fees Compensation for professional engineering services during construction will be on a time spent plus expenses basis at the ENGINEER's normal hourly rates shown on Exhibit D. The following spreadsheet shows the estimated time and expenses to perform engineering services during construction for this project. The maximum amount of compensation to the ENGINEER for engineering services during construction will be $86,210.00. This maximum amount will not be exceeded without the written agreement of the CITY and the ENGINEER. PROJECT TITLE. Level 2 — Domestic Water System Improvements CLIENT CITY OF YAKIMA JOB NUMBER. 06028-C Huibregtse, Louman Associates, Inc. DATE: July 11, 2005 ENGINEERS HOURLY ESTIMATE TASK NO PROJECT TASK Licensed Principal Engineer Licensed Principal Land Surveyor Project Engineer CAD Operator 2 -Man Survey Party Resident Engineer/ Inspector Clerical TOTAL HRS TASK FEES $131 $122 $91 $79 $150 $75 $53 1 Construction Observation 24 0 64 0 0 440 4 532 42,180.00 2 Construction Administration 24 0 48 0 0 0 12 84 8,148.00 3 Submittal Review 12 0 24 0 0 16 4 56 5,168.00 4 State Labor Standards Compliance 0 0 36 0 0 0 4 40 3,488.00 5 Construction Staking 0 12 0 8 80 0 0 100 14,096 00 6 Progress Reports 8 0 16 0 0 12 4 40 3,616.00 7 Progress Payments 8 0 16 0 0 12 4 40 3,616.00 8 Change Orders 8 0 8 0 0 8 4 28 2,588.00 9 Record Drawings 2 0 8 16 0 8 2 36 2,960 00 Labor Subtotal 86 12 220 24 80 496 38 956 85,860 00 EXPENSES. hours $/hr Computers: 0.00 Travel: Unit Cost Air Trips Ground Trip Days Trip Miles Air Travel $0.00 0 00 Mileage $150 150.00 Meals/Lodging $0.00 0.00 Misc. expenses: G:\PROJECTS\2006\06028-C\APS ADDENDUM NO. 1.doc Page 4 of 5 PROJECT TITLE. Level 2 — Domestic Water System Improvements CLIENT CITY OF YAKIMA FAX 0.00 TELEPHONE 0.00 POSTAGE 0.00 PRINTING 200.00 SUB -CONSULTANTS: None Anticipated 0 00 x 1 1 0 00 Subtotal - Labor 85,860.00 Subtotal - Expenses 350.00 Subtotal - Subconsultants 0.00 Total - ENGINEERING SERVICES DURING CONSTRUCTION $86,210.00 G:\PROJECTS\2006\06028-C\APS ADDENDUM NO 1.doc Page 5 of 5 Water / Irrigation Division Working Together Toward Excellence in Service and Quality DATE: January 18, 2007 TO: Dick Zais, City Manager FROM: Mike Shane, Water/Irrigation Engineer Dave Brown, Water/Irrigation Division Manager 2301 Fruitvale Blvd. Yakima, WA 98902 OFFICE OF Cir'( IAN/ GER RE: Level 2 Domestic Water System Improvements Project No. WA2096 Attached are three copies of Change Order No. 1 for the above referenced project. The work involved with this change order was due to the discovery of an existing waterline size that was different from what our records indicated or as was shown on the plans. This required the contractor to order additional fittings, as well complete a majority of the work (mobilization, excavation, backfill, etc.) a second time to make the final connection to the existing waterline. Please sign the Change Order in all locations as flagged and return them for further processing. Thanks Mike Shane - Water/Irrigation Engineer (509) 576-6480 Fax (509) 575-6187 mshane@ci.yakima.wa. us Huibregtse, Lotman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING January 12, 2007 City of Yakima 2301 Fruitvale Boulevard Yakima, WA 98902 Attn. Mr. Michael Shane Re: Dear Mike: City of Yakima LEVEL 2 DOMESTIC WATER SYSTEM IMPROVEMENTS HLA Project No 06028-C Revised Change Order No 1 JeffreyT Louman, PE Theodore W Pooler, PE Dennis J.Whitcher, PE Eric T Herzog, PLS MichaelT Battle, PE Terry D.Alapeteri, PE Daniel L. Hesse, PE Gene W Souks, PE Attached, please find three copies of Revised Change Order No. 1 for the Level 2 Project. This Change Order authorizes payment for MRM Construction's work in discovering of and temporary repair of the unknown transition in the pipe sizes at the location of the tie in on Powerhouse Road. This revised Change Order has removed the testing costs erroneously billed to the Change Order. Please have Mr. Zais sign all copies of the Change Order, retain original copy for your records, and return remaining copies to us for distribution. Please call me at 509-952-1998, should you have any questions or concerns. Very truly yours, Steven C. Sziebert SCS/crf Enclosure cc: Michael T. Battle Correspondence File Contract Payment File G;PROJECTS12006106028-C1011207 Revised C 0 #1 City.doc 3800 Summitview, Suite 100 + Yakima,WA 98902 ❖ (509) 966-7000 9 FAX (509) 965-3800 December 5, 2006 REVISED CHANGE ORDER NO. 1 OWNER. City of Yakima PROJECT NAME. Level 2Domestic Water System Improvements HLA PROJECT NO 06028-C CONTRACTOR MRM Construction, Inc THE FOLL0WNG CHANGES ARE HEREBY MADE TO THE CONTRACT [)OCUMENT Original Contract Price including sales tax Current Contract Price Adjusted by Previous Change Order(s) including 1_.sales tax: Change in Contract Price Dueto This Change Order ncluding sales tax: Adj usted ContracPrice Due to This Change Order including sales tax: Original Contract Completion Date Current Contract Completion Date Adjusted by Previous Change Order Change in Contract Completion Date Due to This Change Order Revised Contract Competion Date CONTRACTOR ENGINEER. OWNER ^ K8COnstiucbnInc ' Huibregtse, Louma Ayoocisd^a City of Yakirna Inc Inc.G:\ PROJECTS \2006\06028-C1120506 REVISED CHANCE ORDER NO 1 wpd e,Lo0U0&an Associates, { $876,338 53 $876,338.53 $7,946.25 $884,284 78 December 5, 2006 December 5, 2006 - -� ----_--/ Add 1 Working Day -- . December 6, 2006 , / r—/'--,' �� Date. ,`�=��� ' � Date December 5, 2006 City of Yakima Level 2 Domestic Water System Improvements HLA Project No 06028-C REVISED CHANGE ORDER NO. 1 TEM NO ITEM QUANTITY UNIT PRICE AMOUNT 1 Discovery, stand by and temporary repair of the 16" line shown as 24" at the Schedule C 24" Tee located on West Powerhouse Road 1 LS $7,344 04 $7,344 04 SUBTOTAL $7,344 04 8 2% STATE SALES TAX $602.21 CHANGE ORDER NO 1 TOTAL $7,946.25 G:IPROJECTS12006106028-C1120506 REVISED CHANGE ORDER NO 1 wpd Huibregtse, Louman Associates, Inc. AGREEMENT FOR PROFESSIONAL SERVICES ADDENDUM NO. 2 This Addendum, hereinafter identified as Addendum No. 2, is hereby entered into and made a part of the Agreement between City of Yakima, Washington, and Huibregtse, Louman Associates, Inc., for Professional Services first entered into on the 22nd day of February, 2006, and Addendum No. 1 entered into on the 24th day of July, 2006, by the CITY OF YAKIMA, hereinafter called the "CITY," and HUIBREGTSE, LOUMAN ASSOCIATES, INC., hereinafter called the "ENGINEER." WITNESSETH: That in consideration of the mutual covenants and agreements herein contained, the parties hereto do mutually agree to amend, revise, and/or add the following to the referenced Agreement: SECTION 2 - SCOPE OF SERVICES 2.1 Basic Services: ENGINEER agrees to perform those tasks described in Exhibit A, entitled "City of Yakima - Level 2 - Domestic Water System Improvement Project" which is part of this agreement as if fully set forth herein, for Phase 2 water system improvements shown in Exhibit C, OVERALL PHASED IMPROVEMENTS MAP. Additional phases of work shown on Exhibit C will be performed only as mutually agreed upon by the CITY and ENGINEER as Addenda to this Contract. SECTION 5 - COMPENSATION 5.1 COMPENSATION ON A TIME SPENT BASIS AT SPECIFIC HOURLY RATES. For the services described in Exhibit A, compensation shall be on a time spent plus expenses basis with estimated fees shown on the attached Addendum No. 2 Exhibit B at the ENGINEER'S normal hourly billing rates shown on the attached Addendum No 2 Exhibit D. Other than specific amendments stated herein, all other conditions and requirements of the underlying contract shall remain in full force and effect throughout the term of the addendum's performance. IN WITNESS WHEREOF the parties hereto duly enter into and execute this Addendum No. 2, as of this L - day of-U+�_'� , 2007. CITY OF YAKIMA HUIBREGTSE, LOUMAN ASSOCIATES, INC. Signature Sign Printed Name: R.A. Zais, Jr. Title: City Manager Date: Date: e=>' / 2- -07 Attest sj- ))7)061—(2_, City Clerk City Contract No.d to e Resolution No. le- (2007 _ 80 G1PROJECTS12006\06028BWPS ADDENDUM NO. 2.doc Printed Name: Jeffrey T. Louman Title: President // Date: (v ! 144- 4) EXHIBIT A CITY OF YAKIMA - LEVEL 2 - DOMESTIC WATER SYSTEM IMPROVEMENTS SCOPE OF WORK During the term of this AGREEMENT, the ENGINEER shall perform professional services in connection with the following project: City of Yakima - Level 2 - Domestic Water System Improvements This scope of work shall include the furnishing of all services, labor, materials, equipment, supplies, and incidentals necessary to conduct and complete the work as indicated hereinafter. The work to be performed involves design engineering, preparation of plans, specifications, and estimate. 1. PROJECT MANAGEMENT A. Project Management. The project manager will coordinate ENGINEER's design team to ensure that the work is completed on schedule, is technically competent, and meets the CITY's needs. The project manager will provide overall project management for ENGINEER's work elements, including coordination with subconsultants, progress reports, and invoicing. B. Project Meetings. Attend up to three (3) project meetings in Yakima with CITY Staff to coordinate the design aspects of the project with the CITY. 2. DESIGN AND FINAL PLANS AND SPECIFICATIONS A. Perform field investigations and field surveying necessary for the design of identi- fied improvements. B. Perform the preliminary design and present preliminary plans to the CITY prior to detailing final Plans. C. On the basis of approved preliminary plans, perform the final design and prepare complete Plans and Specifications for bid call on the proposed work, as authorized by the CITY. D. Furnish the CITY thirty (30) copies of the final Plans and Specifications for bidding and construction. It is anticipated that the ENGINEER vijll prepare plans and specifications for this Level 2 - Domestic Water System Improvement Project, Phase I, ready for bidding in Fall 2006, and subsequent Pha.ready within six (6) months of contract addenda and City direction to proceed with design. E. Furnish to the CITY engineering data for and assist in the preparation of the required documents so that the CITY may secure approval of such governmental authorities as have jurisdiction over design criteria applicable to the Project. F. Answer and supply such information as is requested by prospective bidders. G:UAN\YAKI MA-JC5\48-AG R.wpd 14 G. Prepare and issue addenda, if necessary. H. Prepare the Engineer's Estimate of construction cost. I. Attend bid opening and participate in the bid opening and evaluation process. J. Prepare tabulation of all bids received by the CITY and review bidder's qualifica- tions. K. Make recommendation of construction contract award to the lowest responsible bidder. The following professional services work for this project (SERVICES DURING CONSTRUCTION) is provided for information only at this time. The scope and cost of SERVICES DURING CONSTRUCTION professional services are intended to be negotiated and incorporated into this agreement by supplement/addendum at a later date with the mutual agreement of CITY and ENGINEER: 3. SERVICES DURING CONSTRUCTION A. Furnish the field survey crew necessary to set horizontal and vertical control for the improvements authorized for construction. B. Furnish a qualified resident engineer who shall make construction observations and be on the job at all times that significant work is in progress, whose duty shall be to provide surveillance of project construction for substantial compliance with Plans and Specifications. C. Prepare progress reports on the Project and file same with the CITY and provide monthly progress estimates to the CITY. D. Consult and advise the CITY during construction and make a final report of the completed work. E. Monitor the construction contractor's compliance with State labor standards. F. Review Contractor's submission of samples and shop drawings, where applicable. G. Recommend progress payments for the construction contractor to the CITY. H. Prepare and submit proposed contract change orders when applicable. 1. Prepare and furnish reproducible record drawings of all completed work from as - built drawings furnished by the CITY's construction contractor. G: WAN\YAKI MA-JC5\48-AG R.wpd 15 ADDENDUM NO. 2 EXHIBIT B LEVEL 2 — DOMESTIC WATER SYSTEM IMPROVEMENTS Professional Fees Compensation for professional services will be on a time spent basis at the specific hourly rates shown on the attached Addendum No. 2 Exhibit D, plus reimbursement for direct non -salary expenses. The following spreadsheet shows the estimated time and expenses to perform design engineering, plans, specifications, and estimate for this LEVEL 2 - DOMESTIC WATER SYSTEM IMPROVEMENTS, PHASE 2 work. The maximum amount of compensation to the ENGINEER for this work will be $67,468.00 This maximum amount will not be exceeded without the written agreement of the CITY and the ENGINEER. PROJECT TITLE. LEVEL 2 - DOMESTIC WATER SYSTEM IMPROVEMENTS PHASE 2 CLIENT: CITY OF YAKIMA JOB NUMBER: 06028B Huibregtse, Louman Associates, Inc. DATE: May 15, 2007 ENGINEER'S HOURLY ESTIMATE TASK NO PROJECT TASK Licensed Principal Engineer Pro ect Engineer Principal Surveyor CAD Technician ian 2 -Man Survey Party Word Processing Technician TOTAL HRS TASK DIRECT COSTS $136 $113 $126 $82 $150 $55 1 PROJECT MANAGEMENT A Project Management 16 40 0 0 0 8 64 7,136.00 B Project Meetings 8 12 0 4 0 4 28 2,992.00 2 DESIGN AND FINAL PLANS, SPECIFICATIONS, & ESTIMATE A Field investigations and field surveying 4 16 4 16 40 0 80 10,168.00 B Perform the preliminary design 12 64 2 128 4 6 216 20,542.00 C In-house project review, quality control 6 12 2 0 0 4 24 2,644.00 D Incorporate Agency Review comments 4 12 0 6 0 2 24 2,502.00 E Final design, Plans, and Specifications 6 24 2 64 0 8 104 9,468.00 F Fumish copies of Plans and Specifications 0 4 0 0 0 4 8 672.00 G Fumish engineering data for approvals 2 6 0 0 0 4 12 1,170.00 H Answer bidders questions 2 6 0 0 0 0 8 950.00 I Prepare and issue addenda 2 6 0 4 0 4 16 1,498.00 J Prepare Estimate of construction cost 2 8 0 4 0 4 18 1,724.00 K Attend bid opening 2 4 0 0 0 0 6 724.00 L Prepare tabulation of bids 2 4 0 0 0 4 10 944.00 GAPROJECTS\2006\06028BWPS ADDENDUM NO.2.doc ♦ i . ♦ 1 %to, IPI ♦ i , i. ♦. ' 1' 1' ♦ i I \ 4AY ♦• M „..„ 1 S i ♦. i �L,`�1 •, �. •., r 14444., ••�vr :; I4 .4,• ;. / LJ.A., ,4j •♦• •r ♦ i ♦ 1 I *It y .•%. , ,, > I1, ee i / 1I ♦$ .• ♦i ri �. C II �..•1w 'Vt. sl iI t_ -T---1. i;l }P- i i / IIi 1 I �(4• I11 1 • `�•_.roo'" °. .4.**4.4 x.414 - _• /". /7/- _ _ F. • LEGEND mw•mw.-:>a,+�m PHASE 2 IMPROVEMENTS _._._.®._._....., PHASE 3 IMPROVEMENTS pKA$E 1 ITEMS 1.7 COMPLETED -APRIL 2007 PHARE O INS ?PROMMATELY 1,800 LINEAR FEET OF NEW 12 -INCH DIAMETER WATERMAIN FROM THE WEST SIDE OF THE EXISTING RESERVOIRS, NORTH TO POWERHOUSE ROAD. TIE INTO PHASE 1 EMEROENCY BY-PASS PIPING. ABANDON EXISTING 2A -INCH WATERMAIN. ve REHABILITATE OR REPLACE APPROXIMATELY 700 LINEAR FEET OF EXISTING 24 -INCH CONCRETE PIPE FROM THE NORTH RESERVOIR TO THE LEVEL 3 PUMP STATION, DEMOLISH THE EXISTING CONCRETE TOWER AND TIE ALL PIPING TOGETHER WITH NEW CONTROL VALVES AS REQUIRED. 0 REHABILITATE OR REPLACE APPROXIMATELY 880 LINEAR FEET OF EXISTING 18 -INCH DIAMETER RESERVOIR OVERFLOW PIPING. INTO EACH RESERVOIR. REPLACE THE EXISTING RESERVOIR OVERFLOW PIPING SYSTEM (2 EA). AMOR MAGNI DM=IMMTION BOX COMIC= TOTHI BAST WOE OPTH1NORM MIIRVOM. W RNL CONOORN MO CONDUCT W WI FROM T M WAIL FAA II1 TA170N TO THU IMMRNO I WIrRV OOI NATCIIOI FOR MUM 11110.1111Y MARIA PIMA • PRASE 3 EXAMINE AND THE THE EXISTING 12 MOBILITATE RESERVOIRS ((22 EA). WALLS OF 8110!TAL 110111.101 EXHIBIT C Halbregtse, Lomax Associates, Inc. CML ENGINEERING • LAN0 SURVEYING • PLANNING 801 North 3213 Amu. 2801dma, WA 28202 (500) 508-7000*FAX (802) 285-3800 UPDATES TO RENEW PHASE 1 MPEOIEAORTS 5/15/07 COMPLETED IN APRIL 2007, AND TO MODIFY JCB NUMBER: PRO DATE: 05-15-07 SCOPE OF PHASE 2 & 3 WPROVENFATS OlE HANES DRAWING: 3090032409 CITY OF YAKIMA LEVEL 2 - DOMESTIC WATER SYSTEM IMPROVEMENTS RENSION DATE 11E30NF0 BY: NIB ENTERED BY: EPC OVERALL PHASED IMPROVEMENTS MAP SHEET 1 1 ADDENDUM NO. 2 EXHIBIT D SCHEDULE OF RATES FOR HUIBREGTSE, LOUMAN ASSOCIATES, INC. (January 1, 2007, Through December 31, 2007) Licensed Principal Engineer $136.00 per hour Licensed Principal Land Surveyor $126.00 per hour Licensed Professional Engineer $113.00 per hour Licensed Professional Land Surveyor $104.00 per hour Project Engineer $ 94.00 per hour CAD Technician $ 82.00 per hour Resident Engineer/Inspector $ 78.00 per hour Surveyor $ 78.00 per hour Senior Engineering Technician $ 78.00 per hour Engineering Technician $ 55.00 per hour Word Processing Technician $ 55.00 per hour Two Man Survey Party $150.00 per hour Three Man Survey Party $195.00 per hour Vehicle Mileage $ 0.34 per mile Global Positioning Survey System Fee $ 75.00 per hour G:\PROJECTS\2006\06028BWPS ADDENDUM NO. 2.doc ADDENDUM NO. 2 EXHIBIT D SCHEDULE OF RATES FOR HUIBREGTSE, LOUMAN ASSOCIATES, INC. (January 1, 2008, Through December 31, 2008) Licensed Principal Engineer $141.00 per hour Licensed Principal Land Surveyor $131.00 per hour Licensed Professional Engineer $117.00 per hour Licensed Professional Land Surveyor $108.00 per hour Project Engineer $97.00 per hour CAD Technician $85.00 per hour Resident Engineer/Inspector $81.00 per hour Surveyor $81.00 per hour Senior Engineering Technician $81.00 per hour Engineering Technician $57.00 per hour Word Processing Technician $57.00 per hour Two Man Survey Party $155.00 per hour Three Man Survey Party $202.00 per hour Vehicle Mileage $0.35 per mile Global Positioning Survey System Fee $77.00 per hour G:\PROJECTS\2008\06028B\APS ADDENDUM NO. 2.doc PROJECT TITLE. LEVEL 2 - DOMESTIC WATER SYSTEM IMPROVEMENTS PHASE 2 CLIENT- CITY OF YAKIMA M Make recommendation of construction contract award 2 4 0 0 0 2 8 834.00 Labor Subtotal 70 222 10 226 44 54 626 $63,968.00 EXPENSES: hours $/hr Computers: 0.00 Travel: Cost/ Unit Air Trips Ground Trp. Days Trip Miles Air Travel $0.00 0.00 Mileage $0.34 0.00 Meals/Lodging $0.00 0.00 Misc. expenses: ADVERTISEMENT $1,500.00 FAX 0.00 TELEPHONE 0.00 POSTAGE I 0.00 PRINTING i $2,000.00 SUB -CONSULTANTS: 1. NONE ANTICIPATED j x 1.1 0.00 Subtotal - Labor $63,968.00 Subtotal - Expenses $3,500.00 Subtotal - Subconsultants 0.00 Total - DESIGN AND FINAL PLANS AND SPECIFICATIONS $67,468.00 CAPROJECTS\2006\060288 APS ADDENDUM NO. 2.doc AGREEMENT FOR PROFESSIONAL SERVICES ADDENDUM NO. 3 This Addendum, hereinafter identified as Addendum No. 3, is hereby entered into and made a part of the Agreement between City of Yakima, Washington, and Huibregtse, Louman Associates, Inc., for Professional Services first entered into on the 22nd day of February, 2006, Addendum No. 1 entered into on the 24th day of July, 2006, and Addendum No. 2 entered into on the 14th day of June, 2007 by the CITY OF YAKIMA, hereinafter called the "CITY," and HUIBREGTSE, LOUMAN ASSOCIATES, INC., hereinafter called the "ENGINEER." WITNESSETH That in consideration of the mutual covenants and agreements herein contained, the parties hereto do mutually agree to amend, revise, and/or add the following to the referenced Agreement: SECTION 2 - SCOPE OF SERVICES 2.1 Basic Services: ENGINEER agrees to perform additional work tasks described in the attached Addendum No. 3 Exhibit A: Level 2 — Domestic Water System Improvements - Phase 2 - Engineering Services During Construction. SECTION 5 - COMPENSATION 5.1 COMPENSATION ON A TIME SPENT BASIS AT SPECIFIC HOURLY RATES: For the services described in the attached Addendum No. 3 Exhibit A, compensation shall be on a time spent plus expenses basis with estimated fees shown on the attached Addendum No. 3 Exhibit B at the ENGINEER'S normal hourly billing rates shown on Exhibit D. IN WITNESS WHEREOF the parties hereto duly enter into and execute this Addendum No. 3, as of this day of December, 2007. CITY OF YAKIMA Signature Printed Name: R. A. Zais, Jr Title: City Manager Title: President Date: " �7 ✓,s ..r!�n,t,;, °' Date: lI. f.3p/0-2 HUIBREGTSE, LOUMAN ASSOCIATES, INC. Printed Name: Jeffrey T. Louman Attest City Clerk City Contract No. Resolution No. (z-- 200—i-60 G:\PROJECTS\2006\060288-C\APS ADDENDUM NO 3.doc Page 1 of 5 ADDENDUM NO. 3 EXHIBIT A CITY OF YAKIMA LEVEL 2 — DOMESTIC WATER SYSTEM IMPROVEMENTS - PHASE 2 ENGINEERING SERVICES DURING CONSTRUCTION SCOPE OF WORK During the term of this AGREEMENT, the ENGINEER shall perform professional services in connection with the following project: City of Yakima - Level 2 Domestic Water System Improvements - Phase 2 This scope of work shall include the furnishing of engineering services during construction, labor, materials, equipment, supplies, and incidentals necessary to conduct and complete the work as indicated hereinafter, for the following water system improvement project: Level 2 Domestic Water System Improvements: City of Yakima Project No. WA2096 - Phase 2 The project consists of Construction of approximately 320 linear feet of new 16 -inch D.I. water main, rehabilitation of reservoir overflow standpipes and access ladders; removal of existing surge tower structure, manholes, pipe, valve, and fittings; abandonment of existing piping; and repair of existing gravel surfacing; and other associated work. 3. SERVICES DURING CONSTRUCTION A. Furnish the survey crew necessary to set horizontal and vertical control for the improvements authorized for construction. B. Furnish a qualified resident engineer who shall observe construction and be on the job site at all times that significant work is in progress, whose duty shall be to provide surveillance of project construction for substantial compliance with Plans and Specifications. C. Prepare progress reports on the Project and file same with the CITY and provide monthly progress estimates to the CITY. D. Consult and advise the CITY during construction and make a final report of the completed work. E. Monitor the construction contractor's compliance with State labor standards. F. Review Contractor's submission of samples and shop drawings, where applicable. G. Recommend progress payments for the construction contractor to the CITY. H. Prepare and submit proposed contract change orders when applicable. I. Prepare and furnish reproducible record drawings of all completed work from as -built drawings furnished by the City's construction contractor. TIME OF PERFORMANCE Engineering Services During Construction for this Level 2 Domestic Water System Improvements - Phase 2 shall be for the period of time specified in the Construction Contract (35 working days), begin upon construction contract award by the CITY to the lowest responsible bidder (anticipated December 2007), and extend through construction contract completion (anticipated March 2008). G:\PROJECTS\2006\060286-C\APS ADDENDUM NO 3.doc Page 2 of 5 ADDENDUM NO. 3 EXHIBIT B LEVEL 2 — DOMESTIC WATER SYSTEM IMPROVEMENTS - PHASE 2 Engineering Services During Construction Fees Compensation for professional engineering services during construction will be on a time spent plus expenses basis at the ENGINEER's normal hourly rates shown on Exhibit D. The following spreadsheet shows the estimated time and expenses to perform engineering services during construction for this project. The maximum amount of compensation to the ENGINEER for engineering services during construction will be $52,880.00. This maximum amount will not be exceeded without the written agreement of the CITY and the ENGINEER. PROJECT TITLE. Level 2 - Domestic Water System Improvements - Phase 2 CLIENT CITY OF YAKIMA JOB NUMBER: 06028B -C Huibregtse, Louman Associates, Inc. DATE. November 26, 2007 ENGINEER'S HOURLY ESTIMATE TASK NO PROJECT TASK Licensed Principal Engineer Licensed Principal Land Sury Project Engineer CAD Operator 2 -Man Survey Party Resident Engineer/ Inspector Clerical TOTAL HRS TASK FEES $141 $131 $97 $85 $155 $81 $57 1 Construction Observation 8 0 40 0 0 330 4 382 31,966 00 2 Construction Administration 8 0 40 0 0 0 4 52 5,236.00 3 Submittal Review 4 0 8 0 0 8 2 22 2,102.00 4 State Labor Standards Compliance 0 0 24 0 0 0 4 28 2,556.00 5 Construction Staking 0 8 0 4 10 0 0 22 2,938.00 6 Progress Reports 4 0 8 0 0 8 2 22 2,102.00 7 Progress Payments 4 0 8 0 0 8 4 24 2,216 00 8 Change Orders 2 0 6 0 0 4 2 14 1,302.00 9 Record Drawings 2 0 4 8 0 8 2 24 2,112.00 Labor Subtotal 32 8 138 12 10 366 24 590 52,530 00 EXPENSES hours $/hr Computers. 0 00 Travel: Cost/Unit Air Trips Ground Trp. Days Trip Miles Air Travel $0 00 0 00 Mileage $150 00 150 00 Meals/Lodging $0 00 0 00 Misc. expenses FAX 0 00 TELEPHONE 0.00 G:\PROJECTS\2006\06028B-C\APS ADDENDUM NO 3.doc Page 3 of 5 PROJECT TITLE. Level 2 - Domestic Water System Improvements - Phase 2 CLIENT CITY OF YAKIMA POSTAGE 000 PRINTING 200 00 SUB -CONSULTANTS. None Anticipated 0 00 x 1 1 0.00 Subtotal - Labor 52,530 00 Subtotal - Expenses 350.00 Subtotal - Subconsultants 0 00 Total - ENGINEERING SERVICES DURING CONSTRUCTION $52,880 00 G:\PROJECTS\2006\060288-C\APS ADDENDUM NO 3.doc Page 4 of 5 ADDENDUM NO. 3 EXHIBIT D SCHEDULE OF RATES FOR HUIBREGTSE, LOUMAN ASSOCIATES, INC. (January 1, 2008, Through December 31, 2008) Licensed Principal Engineer $141.00 per hour Licensed Principal Land Surveyor $131.00 per hour Licensed Professional Engineer $117.00 per hour Licensed Professional Land Surveyor $108.00 per hour Project Engineer $97.00 per hour CAD Technician $85.00 per hour Resident Engineer/Inspector $81.00 per hour Surveyor $81.00 per hour Senior Engineering Technician $81.00 per hour Engineering Technician $57.00 per hour Word Processing Technician $57.00 per hour Two Man Survey Party $155.00 per hour Three Man Survey Party $202.00 per hour Vehicle Mileage $0 35 per mile Global Positioning Survey System Fee $77.00 per hour G:\PROJECTS12006\06028B-C\APS ADDENDUM NO 3.doc Page 5 of 5 BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT Item No 4 o For Meeting Of 2/21/2006 ITEM TITLE: Level 2 — Domestic Water System Improvement Project Design SUBMITTED BY: Dave Brown, Water/Irrigation Manager Dave Zabel!, Assistant City Manager CONTACT PERSON/TELEPHONE: Dave Brown / 575-6204 SUMMARY EXPLANATION: Staff respectfully requests City Council to approve the attached resolution authorizing the City Manager to execute the accompanying contract with Huibregtse, Louman Associates, Inc, of Yakima, WA for the Level 2 — Domestic Water System Improvement Project Design and subsequent contracts for the production of construction documents and contract administration. This contract requires Huibregtse, Louman Associates, Inc to develop a Phase 1 design for the replacement / rebuilding of the water mains from the 40th Ave. Pump Station to the Level 2 Reservoirs. The water mains were installed in the late 1910's and are well beyond their useful life. Design requirement for Phase 2 & 3 will be developed near the end of Phase 1 construction. Financial support for this contract will be from appropriations approved by Council in the 477 Water Improvement CIP Fund. Not to Exceed Engineering Cost $82,776. Resolution _X Ordinance Contract _X Other Specify) Mail to: Mike Battle, PE; Huibregtse, Louman Associates, Inc; 801 N. 39th Ave.; Yakima, WA 98902 _Phone: 509-966-7000 Funding Source 477 Water Improvement CIP Fund APPROVED FOR SUBMITTAL: STAFF RECOMMENDATION: Adopt resolution authorizing the City Manager to execute the accompanying contract for the Level 2 — Domestic Water System Improvement Project Design and subsequent contracts for the production of construction documents and contract administration by Huibregtse, Louman Associates, Inc, of Yakima, WA. BOARD/COMMISSION RECOMMENDATION: COUNCIL ACTION: Resolution adopted. RESOLUTION NO. R-2006-20 f �'1 otiA co .Si -ft (A10 ve CITY OF YAKIMA LEVEL 2 DOMESTIC WATER SYSTEM IMPROVEMENTS City Project No. WA2096 HLA Project No. 06028 CITY OF YAKIMA -ORIGINAL Construction Contract Specifications & Bid Documents 2301 Fruitvale Boulevard July 2006 Phone (509) 575-6020 Yakima, WA 98902 fax (509) 575-6238 ADDENDUM NO. 1 To the Contract Provisions for CITY OF YAKIMA, WASHINGTON LEVEL 2 — DOMESTIC WATER SYSTEM IMPROVEMENTS City Project No. WA2096 HLA Project No. 06028 BID OPENING: August 1, 2006 2:00 p.m. To the attention of all bidders for the above project: The following additions, revisions, and/or modifications are made to the Contract Documents, Plans, and Specifications for this project: PLANS ITEM 1 — SHEET 3 OF 27 Add the following note to the Valve Operating Nut Extension detail: 4. All valve operating nut extensions shall be tightly secured to the valve operating nut with a set screw. SPECIFICATIONS ITEM 2 — SECTION 2-09 STRUCTURE EXCAVATION 2-09.5 PAYMENT Replace the third paragraph with the following: The unit price bid for "Shoring or Extra Excavation," per linear foot, shall be full pay for all labor, tools, equipment, and materials necessary to furnish and install shoring or over - excavate on trenches exceeding four (4) feet in depth, per Section 2-09 of the Standard Specifications and applicable amendments, including excavation, backfill, haul, and compaction. If select backfill material is required for backfilling within the limits of the structure excavation, it shall also be required as backfill material for the extra excavation at the contractor's expense. ITEM 3 — SECTION 7-09 PIPE AND FITTINGS FOR WATER MAIN 7-09.2 MATERIALS Revise the second sentence of the second paragraph as follows: All mechanical joints shall be supplied with Romac Grip Rings, RomaGrip, or Megalug joint restraint. 7-09.5 PAYMENT G:\PROJECTS\2006\06028\Addendum No, 1.doc ADDENDUM NO. 1 1 Replace the sixth paragraph with the following: The unit price bid for "Shoring or Extra Excavation," per linear foot, shall be full pay for all labor, tools, equipment, and materials necessary to furnish and install shoring or over - excavate on trenches exceeding four (4) feet in depth, per Section 2-09 of the Standard Specifications and applicable amendments, including excavation, backfill, haul, and compaction. If select backfill material is required for backfilling within the limits of the structure excavation, it shall also be required as backfill material for the extra excavation at the contractor's expense. This ADDENDUM is to be considered as much a part of the contract provisions as if it were included in the body of the Plans and Specifications. All Bidders shall acknowledge receipt of the ADDENDUM on the proposal form prior to bid opening. Michael T. Battle, P Huibregtse, Louman Associates, Inc. 801 North 39th Avenue Yakima, WA 98902 Phone: (509) 966-7000 G:\PROJECTS\2006\06028Wddendum No. 1.doc ADDENDUM NO. 1 2 July 21, 2006 Date CITY OF YAKIMA, WASHINGTON CONTRACT DOCUMENTS FOR LEVEL 2 DOMESTIC WATER SYSTEM IMPROVEMENTS OWNER: City of Yakima 2301 Fruitvale Blvd. Yakima, WA 98902 EXPIRES ,9u.,w, 6, 2008 CITY OF YAKIMA PROJECT NO. WA2096 HLA PROJECT NO. 06028 ENGINEER: Huibregtse, Louman Associates, Inc. 801 North 39th Avenue Yakima, WA 98902 JULY 2006 CITY OF YAKIMA YAKIMA COUNTY, WASHINGTON CONTRACT DOCUMENTS FOR LEVEL 2 DOMESTIC WATER SYSTEM IMPROVEMENTS City of Yakima Project No. WA2096 HLA Project No. 06028 TABLE OF CONTENTS PAGE NO. SECTION 1 - ADVERTISEMENT FOR BIDS 1-1 ADVERTISEMENT FOR BIDS. 1-2 SECTION 2 - INFORMATION FOR BIDDERS 2-1 INFORMATION FOR BIDDERS 2-2 SECTION 3 - BID PACKAGE 3-1 BIDDER'S CHECKLIST 3-2 BID PROPOSAL 3-4 UNIT PRICE BID PROPOSAL 3-5 BID PROPOSAL SIGNATURE PAGE 3-8 BID DEPOSIT 3-9 BID BOND 3-9 NON -COLLUSION AFFIDAVIT 3-10 NONDISCRIMINATON POLICY 3-11 SUBCONTRACTOR LIST 3-13 BIDDER'S DATA FORM 3-16 CITY OF YAKIMA WMBE POLICY 3-18 RESOLUTION NO. D-4816 3-19 CITY OF YAKIMA AFFIRMATIVE ACTION PLAN 3-20 BIDDER'S CERTIFICATION 3-22 SUBCONTRACTOR'S CERTIFICATION 3-23 PROPOSAL 3-26 SECTION 4 - CONTRACT AND RELATED MATERIALS 4-1 CONTRACT 4-2 CONTRACT BOND 4-4 SCHEDULE OF WORKING HOURS 4-6 SECTION 5 - LABOR STANDARDS AND WAGE RATE CONDITIONS 5-1 PREVAILING WAGE RATES 5-2 DLI (YAKIMA COUNTY) EFFECTIVE 3-3-06 BENEFIT KEY CODE EFFECTIVE 3-3-06 SECTION 6 - TECHNICAL SPECIFICATIONS 6-1 TABLE OF CONTENTS 6-2 GENERAL AND SPECIAL PROVISIONS 6-3 APPENDIX 7-1 CONSTRUCTION SEQUENCE 7-2 AMENDMENTS 8-1 SECTION 1 - ADVERTISEMENT FOR BIDS G:\PROJECTS12006\06028\06028 SPECS.doc 1-1 ADVERTISEMENT FOR BIDS City of Yakima 129 North Second Street Yakima, Washington 98901 The City of Yakima invites separate sealed BIDS for the construction of the LEVEL 2 DOMESTIC WATER SYSTEM IMPROVEMENTS, City of Yakima Project No WA2096, HLA Project No. 06028, including the following approximate major quantities: Construction of approximately 165 linear feet of new 24 -inch D.I. water main, 1,950 linear feet of new 18 -inch D.I. water main, 250 linear feet of new 18 -inch HDPE water main, 785 linear feet of new 16 -inch D.I. water main, and 130 linear feet of new 12 -inch D.I. water main; valves, hydrant assembly, and connections to existing mains; reservoir site grading; removal of existing vaults, pipe, valve, and fittings; abandonment of existing piping; 240 tons of Hot Mix Asphalt; and repair of existing asphalt, gravel, sidewalk, and curb & gutter. This contract has fifty-five (55) working days to complete the work. Bids will be received by the City Clerk at Yakima City Hall, 129 North Second Street, Yakima, Washington, 98901, until 2:00 p.m., August 1, 2006, and then shortly thereafter will be publicly opened and read aloud at the Yakima City Council Chambers located at 129 North Second Street. The CONTRACT DOCUMENTS may be examined at the following locations: Yakima City Hall, Engineering Department, Yakima, Washington Huibregtse, Louman Associates, Inc., Yakima, Washington Tri -City Construction Council Yakima Plan Center Copies of the CONTRACT DOCUMENTS may be obtained at the office of HUIBREGTSE, LOUMAN ASSOCIATES, INC., 801 North 39th Avenue, Yakima, Washington 98902, (509-966-7000) upon payment of $60.00 for each set, non-refundable. Each bid or proposal must be accompanied by cash, bond, or a certified check, payable to the order of the Treasurer of the City of Yakima for the sum of not Tess than 5% of said bid or proposal and none will be considered unless accompanied by such deposit, to be forfeited to the City of Yakima in the event the successful bidder shall fail or refuse to enter into a Contract with the City for the making and construction of the aforesaid improvement. All bids or proposals must be in writing on the form bound in the Specifica- tions, sealed and filed with the Clerk on or before the day and hour above mentioned. Attention is called to the fact that not less than the minimum salaries and wages as set forth in the Contract Documents must be paid on this project, and that the Contractor must ensure that employees and applicants for employment are not discriminated against because of their race, color, religion, sex, or national origin. The City of Yakima reserves the right to reject any and all bids and to waive technicalities or irregularities, and after careful consideration of all bids and factors involved, make the award to best serve the interests of the City of Yakima. Publish: July 11 and 12, 2006 G:\PROJECTS\2006\06028\06028 SPECS.doc Karen S. Roberts City Clerk 1-2 1 SECTION 2 - INFORMATION FOR BIDDERS G:\PROJECTS\2006\06028\06028 SPECS.doc 2-1 INFORMATION FOR BIDDERS BIDS will be received by the City of Yakima, Washington (herein called the "OWNER"), at City Hall, 129 North Second Street, Yakima, Washington 98901, until 2:00 p.m., August 1, 2006, and then at the Yakima City Council Chambers publicly opened and read aloud. Each BID must be submitted in a sealed envelope, addressed to Yakima City Clerk at 129 North Second Street, Yakima, Washington 98901. Each sealed envelope containing a BID must be plainly marked on the outside as BID for LEVEL 2 DOMESTIC WATER SYSTEM IMPROVEMENTS, and the envelope should bear on the outside the BIDDER'S name, address, and license number if applicable, and the name of the project for which the BID is submitted. If forwarded by mail, the sealed envelope containing the BID must be enclosed in another envelope addressed to the OWNER at City Clerk's Office, Yakima City Hall, 129 North Second Street, Yakima, Washington 98901. All BIDS must be made on the required BID form. All blank spaces for BID prices must be filled in, in ink or typewritten, and the BID form must be fully completed and executed when submitted. Only one copy of the BID form is required. The OWNER may waive any informalities or minor defects or reject any and all BIDS. Any BID may be withdrawn prior to the above scheduled time for the opening of BIDS or authorized postponement thereof. Any BID received after the time and date specified shall not be considered. No BIDDER may withdraw a BID within 60 days after the actual date of the opening thereof. Should there be reasons why the Contract cannot be awarded within the specified period, the time may be extended by mutual agreement between the OWNER and the BIDDER. BIDDERS must satisfy themselves of the accuracy of the estimated quantities in the BID SCHEDULE by examination of the site and a review of the Drawings and Specifications including ADDENDA. After BIDS have been submitted, the BIDDER shall not assert that there was a misunderstanding concerning the quantities of WORK or of the nature of the WORK to be done. The CONTRACT DOCUMENTS contain the provisions required for the construction of the PROJECT. Information obtained from an officer, agent, or employee of the OWNER or any other person shall not affect the risks or obligations assumed by the CONTRACTOR nor relieve the CONTRACTOR from fulfilling any of the conditions of the Contract. Each BID must be accompanied by a BID BOND payable to the OWNER for five percent of the total amount of the BID. When the Agreement is executed, the bonds of the unsuccessful BID- DERS will be returned. The BID BOND of the successful BIDDER will be retained until the CONTRACT BOND has been executed and approved, after which it will be returned. A certified check may be used in lieu of a BID BOND. A CONTRACT BOND in the amount of 100 percent of the CONTRACT PRICE, with a corporate surety approved by the OWNER, will be required for the faithful performance of the Contract. Attorneys -in -fact who sign BID BONDS or CONTRACT BONDS must file with each BOND a certified and effective dated copy of their Power of Attorney. G:\PROJECTS\2006\06028\06028 SPECS.doc 2-2 The party to whom the Contract is awarded will be required to execute the Agreement and obtain the CONTRACT BOND within ten (10) working days from the date when NOTICE OF AWARD is delivered to the BIDDER. The NOTICE OF AWARD shall be accompanied by the necessary Agreement and BOND forms. In case of failure of the BIDDER to execute the Agreement, the OWNER may consider the BIDDER in default, in which case the BID BOND accompanying the proposal shall become the property of the OWNER. The OWNER may make such investigations as deemed necessary to determine the ability of the BIDDER to perform the WORK, and the BIDDER shall furnish to the OWNER all such information and data for this purpose as the OWNER may request. The OWNER reserves the right to reject any BID if the evidence submitted by, or investigation of, such BIDDER fails to satisfy the OWNER that such BIDDER is properly qualified to carry out the obligations of the Agreement and to complete the WORK contemplated therein. A conditional or qualified BID will not be accepted. Award will be made to the lowest responsive, responsible BIDDER or all bids will be rejected. All applicable laws, ordinances, and the rules and regulations of all authorities having jurisdiction over construction of the PROJECT shall apply to the Contract throughout. Each BIDDER is responsible for inspecting the site and for reading and being thoroughly familiar with the CONTRACT DOCUMENTS. The failure or omission of any BIDDER to do any of the foregoing shall in no way relieve any BIDDER from any obligation in respect to its BID. Further, the BIDDER agrees to abide by the requirement under Executive Order No. 11246, as amended, including specifically the provisions of the equal opportunity clause set forth in these Contract Documents. The low BIDDER shall supply the names and addresses of major material SUPPLIERS and SUBCONTRACTORS when required to do so by the OWNER. The ENGINEER is Huibregtse, Louman Associates, Inc., represented by Michael T. Battle, PE. The ENGINEER'S address is 801 North 39th Avenue, Yakima, Washington 98902, phone (509) 966-7000, FAX: (509) 965-3800. G:\PROJECTS\2006\06028\06028 SPECS.doc 2-3 G:\PROJECTS\2006\06028\06028 SPECS.doc SECTION 3 - BID PACKAGE 3-1 BIDDER'S CHECKLIST The bidder's attention is especially called to the following forms which must be executed in full and submitted with the bid: (a) Bid Proposal The unit prices bid must be shown in the space provided. Acknowledge all addenda in the space provided. (b) Bid Signature Page To be filled in and signed by the bidder. (c) Bid Bond Deposit or Bid Bond Bid Bond Deposit Sign the Bid Bond Deposit in the space provided if the bid is accompanied by a certified check or cashier's check in the amount of not less than 5% of the total amount bid. OR Bid Bond This form is to be executed by the bidder and surety company. The amount of this bond shall be not less than 5% of the total amount bid and may be shown in dollars or on a percentage basis. Provide Power of Attorney for Surety's agent. (d) Non -Collusion Affidavit and Debarment Certification Must be subscribed and sworn to before a Notary Public and included with the Bid Proposal. (e) List of Subcontractors, Surety, and Bidder List all required subcontractors proposed for the project and fill in the Surety and Bidder information. (f) Bidder's Data Form This form to be completed by the bidder. (g) MBE/WBE Form It is requested that the Bidder's Certification of the "Affirmative Action Profile" in the MBE/WBE Form be filled in and signed by the bidder. Failure to provide this information WILL NOT render the bid non-responsive. The following forms are to be executed and/or submitted for approval after the Contract is awarded: (1) Contract. This Contract to be executed by the successful bidder and the City of Yakima. G:\PROJECTS\2006\06028\06028 SPECS.doc 3-2 (2) Contract Bond to be executed by the successful bidder and his surety company. Provide Power of Attorney. (3) Certificate of Public Liability and Property Damage Insurance must be provided by the successful bidder in accordance with the provisions of the Standard Specifica- tions and Special Provisions. (4) Statement of Intent to Pay Prevailing Wages to be completed by successful bidder and by any and all subcontractors. (5) Schedule of Working Hours to be executed by the successful bidder. G:\PROJECTS\2006\06028\06028 SPECS.doc 3-3 City of Yakima 129 North 2nd Street Yakima, Washington 98901 BID PROPOSAL LEVEL 2 DOMESTIC WATER SYSTEM IMPROVEMENTS CITY OF YAKIMA PROJECT NO. WA2096 A Proposal of 1 t fl' COTS.1-Yc.1C tit'i, vu (hereinafter called "BIDDER"), organized and existing under the laws of the State of (L,?C.OS14 -- doing business as Czypdy0A 1. To the CITY OF YAKIMA, Washington, (hereinafter called "OWNER"). In compliance with your Advertisement for Bids, BIDDER hereby proposes to perform all work for the construction of the LEVEL 2 DOMESTIC WATER SYSTEM IMPROVEMENTS — City Project No. WA2096, in strict accordance with the CONTRACT DOCUMENTS, within the time set forth therein, and at the prices stated below. By submission of this BID, each BIDDER certifies, in the case of a joint BID each party thereto certifies as to its own organization, that this BID has been arrived at independently, without consultation, communication, or agreement as to any matter relating to this BID with any other BIDDER or with any competitor. BIDDER hereby agrees to commence work under this Contract within ten (10) calendar days after NOTICE TO PROCEED and to fully complete the PROJECT within fifty-five (55) working days of such NOTICE TO PROCEED: BIDDER further agrees to pay as liquidated damages the sum specified for each working day thereafter as provided in SECTION 1-08.9 of the Standard Specifications. BIDDER acknowledges receipt of the following ADDENDA: Addenda will be posted on the Internet at the Engineer's website, www.hlacivil.com. BIDDER agrees to perform all the work described in the CONTRACT DOCUMENTS for the following unit prices or lump sum amounts: /7.4-001/'-(/?// et_ Col, /)c:1 -u Insert "a corporation," "a partnership," or "an individual" as applicable. G:\PROJECTS\2006\06028\06028 SPECS.doc 3-4 UNIT PRICE BID PROPOSAL (NOTE: Unit prices for all items, all extensions, and total amount of bid must be shown. Any changes/corrections to the bid must be initialed by the signer of the bid, in accordance with Section 1-02.5.) CITY OF YAKIMA LEVEL 2 DOMESTIC WATER SYSTEM IMPROVEMENTS CITY PROJECT NO. WA2096 HLA PROJECT NO. 06028 ITEM NO. ITEM DESCRIPTION UNIT QUANT. UNIT PRICE AMOUNT DOLLARS -CTS DOLLARS -CTS SCHEDULE A — RESERVOIR SITE WATER MAIN IMPROVEMENTS 1 Mobilization LUMP SUM - - - X= j6r�6 q: ra /6.c.,6/a /a- 2 Clearing and Grubbing LUMP SUM - - - X £'j9-4 = LIe''0 .qV 3 18 -Inch HDPE Pipe and Fittings, in Place LF 250 X ,, �,a 7 = I/t/ya s-0 4 18 -Inch D I Water Main and Fittings, in Place LF 250 X //q,01.4 = 0-9 /S 00 5 18 -Inch D I. Restrained Joint Water Main and Fittings, in Place LF 400 X iaei 3 V.yl = 736 , 00 6 16 -Inch D.I Restrained Joint Water Main and Fittings, in Place LF 740 X /d , / = 77I3e).. 7 12 -Inch D I Water Main and Fittings, in Place LF 730 X _3 e% 7i = 2 /V�?`a / 8 16 -Inch Butterfly Valve and Valve Box EA 4 X g�y.3•e0 = it rig_ 9 12 -Inch Butterfly Valve and Valve Box EA 1 X W _ 10 Check Valve Vault Assembly EA 1 X V5735. 7263-' 3 = 775", 77-6 11 Reservoir Penetration for Pipe EA 2 X . Z/6/5—;'1,6. = 4 99/.. 9.- 12 Manhole for Drain System, Complete LUMP SUM - - - X 5d, eII -may _s r LiI L/ 13 Combination Air Valve Assembly EA 1 X 33 -9c9, -0Y = 'IS- .-./. OW 14 Shoring or Extra Excavation LF 2,120 X 05 = i-/ o3 60 15 Concrete Pipe Plug EA 5 X = 16 Concrete Anchor Block EA 3 X ,aJ = 657 C a 17 Site Grading LUMP SUM - -- X ciaf-W = '.W.l / 18 Gravel Surface Repair SY 300 X <>7. 6 = / A 9 00 19 Minor Changes FA EST X 5,000 = 5,000 SCHEDULE A SUBTOTAL 11-6 '2'.$4 STATE SALES TAX 8.2% 3/5 y3, S7 SCHEDULE A TOTAL Li/,6 0/. 1 SCHEDULE B — PECKS CANYON WATER MAIN IMPROVEMENTS 20 Mobilization LUMP SUM - - - X I6i:-ie-2-- = /6 .269',l-,-- 21 Project Temporary Traffic Control LUMP SUM - - - X / / 4 4;11Y: ., = y ie% G:\PROJECTS\2006\06028\06028 SPECS.doc 3-5 ITEM NO. ITEM DESCRIPTION UNIT QUANT. UNIT PRICE AMOUNT DOLLARS -CTS DOLLARS -CTS 22 Clearing and Grubbing LUMP SUM - - - X ✓- 7- rt 0 = . .„6-, / 66 23 18 -Inch D I. Water Main and Fittings, in Place LF 1,200 X 6 }-. VO = ;-fG, -c2� 24 18 -Inch D I. Restrained Joint Water Main and Fittings, in Place LF 80 X /36 - 16 = TeD 1/16) , ?0 25 18 -Inch Butterfly Valve and Valve Box EA 2 X i/633S`, 1.2_ _ © 9 26 24 -Inch x 6 -Inch Tapping Assembly EA 1 X .163A 6, = _7_636 es - 27 24 -Inch D I. Water Main, Valves, and Fittings, in Place LUMP SUM - - - X yo -36, 7 = „:-/-6) 36 v . 28 Shoring or Extra Excavation LF 1,280 X , Ci 3 = i (Dad 1f( -j 29 Select Backfill, As Directed CY 110 X ,-/,3„),___ 3 v vs-- ,.)--0 30 Asphalt Pavement Removal SY 1,380 X 5- / = rtS ti'? , S C 31 Crushed Surfacing Base Course TON 310 X d /9 = 1 I/ 93' 90 32 Commercial HMA for Patching TON 75 95 S -q W65,5010 33 HMA CI. 3/8 -Inch PG 64-28 TON 240 X ,S- �-i? = / 3 3-6y ,,-6 34 Controlled Density Fill CY 4 X J 6) = 6-- L/cJ , ® 0 35 Crushed Surfacing Top Course for Shouldering TON 45 X 1///, /6 = / 9' 36 Minor Changes FA EST X 5,000 = 5,000 SCHEDULE B SUBTOTAL Pa Jra STATE SALES TAX 8.2% �r/ 9 ' , 5 SCHEDULE B TOTALS jO L R SCHEDULE C - W. POWERHOUSE RD. WATER MAIN IMPROVEMENTS 37 Mobilization LUMP SUM - - - X /6 ,b -/ = /6 g 61, 0- 38 38 Project Temporary Traffic Control LUMP SUM - - - X q/ 7-. = ti%d- 7 16 39 Existing Valves and Vault Removal LUMP SUM --- X as -s .? %- = a 5'3 1 40 24 -Inch x 6 -Inch Tapping Assembly EA 1 X s -,F3;7, 'L/ = 5,737,g V 41 Water Main, Valves and Fittings, in Place LUMP SUM - - - X -5-90/ l,2 _ .S ; o6 ,cf. 42 Shoring or Extra Excavation LF 50 X �- . /6 = /0?-, 00 43 Select Backfill, As Directed CY 30 X 3/, 3,___ = 3 60 44 HMA for Pavement Repair CI. 3/8 -Inch PG 64-28 SY 30 X j 5--, 6a J = L/ 65 - _W 45 Gravel Surface Repair SY 80 X / 99 = C 7-9..20 46 Minor Changes FA EST X 2,500 = 2,500 SCHEDULE C SUBTOTAL glw, g61 STATE SALES TAX 8.2% -9-,, / s65-- SCHEDULE C TOTAL 7 i/6, t�.7, d G:\PROJECTS\2006\06028\06028 SPECS.doc 3-6 ITEM NO. ITEM DESCRIPTION UNIT QUANT. UNIT PRICE AMOUNT DOLLARS -CTS DOLLARS -CTS SCHEDULE D — W. POWERHOUSE RD. /40TH AVE. WATER MAIN IMPROVEMENTS 47 Mobilization LUMP SUM - - - X /l 4?. -t = i'.6 �, 0.- 48 Project Temporary Traffic Control LUMP SUM - - - X --7-®/ s+� = -fie,, s>1/ 49 Clearing and Grubbing LUMP SUM - - - X /76.3,-U-0- = /�c=6. - 0(1 50 Remove Existing Piping, Valves and Fittings LUMP SUM - - - X 6 aq, /' = Ss -6 39 36 51 Controlled Density Fill CY 120 X / 00 = 52 Concrete Pipe Plug EA 15 X5 6 00 = J/ 3 1/0.06 53 24 -Inch D I Water Main and Fittings, in Place LF 115 X c 27d r n <. = - 3i5 S75 54 16 -Inch D.I. Water Main and Fittings, in Place LF 45 X g.60• 03 = 1/ 9-C1.?‹ 55 24 -Inch Butterfly Valve and Valve Box EA 2 X 47‘95--4'.,;0 = ,/ : / O 56 16 -Inch Butterfly Valve and Valve Box EA 1 X el, If® = •/Y z 3 go 'O 57 6 -Inch Gate Valve and Valve Box EA 1 X / CD -9/ eQ = /1041-1,4() 58 Fire Hydrant Assembly EA 1 X r)-61.39‘ 1.1- = 06 qt:/, ) -. 59 24 -Inch x 6 -Inch Tapping Assembly EA 1 X 3 6/1,2.66 = 36 6c) 60 Water Service Line LF 240 X ,_c. , O % = .s--cgo-, 0 61 Shoring or Extra Excavation LF 175 X 0. , J6 = - ,00 62 Select Backfill, As Directed CY 60 X 3 f = / g 9 ao 63 Cement Concrete Curb and Gutter LF 100 X ,.- Ott c__ -72,r, 00 64 Cement Concrete Sidewalk, 4 -Inch Thick SY 6 X -, 19.4 = ;a_?9'. 65 Cement Concrete Sidewalk, 6 -Inch Thick SY 15 X �A� - r e%/ 77 7 = �% ��r 66 HMA for Pavement Repair Cl. 3/8 -Inch PG 64-28 SY 215 X / /S--. 4 i _ 35-6,1 67 Minor Changes FA EST X 5,000 = 5,000 SCHEDULE D SUBTOTAL //,./571/1/, ,, STATE SALES TAX 8.2% /, 930 . 576 SCHEDULED TOTAL J 5--q— S, /,' TOTAL BID SCHEDULES A, B, C and D 0%3-S5 G:\PROJECTS\2006\06028\06028 SPECS.doc 3-7 7 er 0.1 7 r✓ Gam' 8/./4 BID PROPOSAL SIGNATURE PAGE CITY OF YAKIMA, WASHINGTON LEVEL 2 DOMESTIC WATER SYSTEM IMPROVEMENTS CITY PROJECT NO. WA2096 Project No. 06028 M M Cove Yu(-hrm r 6'1G BIDDER (CONTRACTOR) BY " L_el AUTHORIZED OFFICIAL'S SIGNATURE I � c kci -,r rvi a dv" (Please print or type name) ADDRESS: (3oK :� 0 Asbbvt E-mail address: l'(Qr cP -L (iI lr n C�1 , DATE , 2006 /;(L (reS'ide--c.- TITLE Phone:(50C() c/ -5 (Q006-.) FAX:( a d Ct CONTRACTOR LICENSE NUMBER M Qm CO:1 rk- % q, NOTE: (1) If the bidder is a co -partnership, so state, giving firm name under which business transacted. If the bidder is a corporation, this proposal must be executed by its duly authorized officials. (2) Bidders shall acknowledge receipt of all addenda, if any, in the space provided on the first page of this proposal. (3) If no bid is submitted, kindly mark "NO BID" on the cover and return to: Huibregtse, Louman Associates, Inc. 801 N. 39th Avenue Yakima, WA 98902 (4) Bidder shall include Bid Bond/Bid Deposit and notarized Non -Collusion Affidavit and Debarment Certification with Bid Proposal. G:\PROJECTS\2006\06028\06028 SPECS.doc 3-8 BID DEPOSIT Herewith find deposit in the form of a certified check or cashier's check in the amount of , which amount is not less than five percent (5%) of our total bid for this project. Sign Here OR BID BOND KNOW ALL PERSONS BY THESE PRESENTS: That we MRM Construction, Inc. , as Principal, and Safeco Insurance Company of America , as Surety, are held and firmly bound unto the CITY OF YAKIMA, as Obligee, in the penal sum of Five Percent (5%) of Total. Amount Bid 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 LEVEL 2 DOMESTIC WATER SYSTEM IMPROVEMENTS City Project No. WA2096, 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 1st DAY OF August G; PROJECTS \2006\06028\08028 SPECS.dnc MRM Construption, , 2006. By:% Principe Safe_. nr;u .flee n ', -o merica Su e y Darlene - kielski, Attorney -In -Fact August 1 3-9 . 2006 POWER OF ATTORNEY Safeco Insurance Company of America General Insurance Company of America Safeco Plaza Seattle, WA 98185 No. 7351 KNOW ALL BY THESE PRESENTS: That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a Washington corporation, does each hereby appoint **********VIKI BAUM; STEVEN K. BUSH; M. J. COTTON; JIM W. DOYLE; JULIE M. GLOVER; DARLENE JAKIELSKI; THERESA A. LAMB; MICHAEL A. MURPHY; LAWRENCE J. NEWTON; NANCY J. OSBORNE; ANDY D. PRILL; S. M. SCOTT; Bothell, Washington******************************************************************************* its true and lawful attorney(s)-in-fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character issued in the course of its business, and to bind the respective company thereby IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents this 20thJune day of STEPHANIE DALEY-WATSON,SECRETARY , 2006 TIM MIKOLAJEWSKI, SENIOR VICE-PRESIDENT, SURETY CERTIFICATE Extract from the By -Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: "Article V, Section 13 - FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attomeys-in-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business... On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (I) The provisions of Article V, Section 13 of the By -Laws, and (ii) A copy of the power-of-attomey appointment, executed pursuant thereto, and (iii) Certifying that said power-of-attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." I, Stephanie Daley -Watson , Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By -Laws and of a Resolution of the Board of Directors of these corporations, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By -Laws, the Resolution and the Power of Attomey are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation this l s t S-0974/DS 4/05 day of August ' 2006 STEPHANIE DALEY-WATSON, SECRETARY Safeco® and the Safeco logo are registered trademarks of Safeco Corporation. WEB PDF NON -COLLUSION AFFIDAVIT STATE OF WASHINGTON ) ) ss. NON -COLLUSION AFFIDAVIT COUNTY OF ) VV, C k d Y-tl"ci being first duly sworn, on oath says that the bid above submitted is a genuine and not a sham or collusive bid, or made in the interest or on behalf of any person not therein named; and the said bidder further says that the said bidder has not directly or indirectly induced or solicited any bidder on the above work or supplies to put in a sham bid, or any other person or corporation to refrain from bidding; and that said bidder has not in any manner sought by collusion to secure to themselves an advantage over any other bidder or bidders. Signed and sworn o (or affirmed) before me on to ic,ko 6A, , 2006, by No ary Public My Appointment Expires g y— C% G:\PROJECTS\2006\06028\06028 SPECS.doc 3-10 NONDISCRIMINATION PROVISION During the performance of this Contract, the contractor agrees as follow: 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. The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, or national origin. The Contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the agency contracting officer, advising the labor union or workers' representative of the Contractor's commitments under Section 202 of Executive Order No. 11246 of September 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. The Contractor will comply with all provisions of Executive Order No. 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. The Contractor will furnish all information and reports required by Executive Order No. 11246 of 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. In the event of the Contractor's noncompliance with the nondiscrimination clauses of this Contract or with any such rules, regulation, or orders, this Contract may be canceled, terminated, or suspended in whole or in part and the Contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order No. 11246 of 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. The Contractor will include the provisions of Paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to Section 204 of Executive Order No. 11246 of 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 G:\PROJECTS\2006\06028\06028 SPECS.doc 3-11 provisions including sanctions for noncompliance; provided, however, that in the event the Contractor becomes involved in, or is threatened with litigation with a subcontractor or vendor as a result of such direction by the contracting agency, the Contractor may request the United States to enter into such litigation to protect the interests of the United States. G:\PROJECTS\2006\06028\06028 SPECS.doc 3-12 SUBCONTRACTOR LIST To be Submitted with the Bid Proposal Project Name: CITY OF YAKIMA Project No. 06028 LEVEL 2 DOMESTIC WATER SYSTEM IMPROVEMENTS Failure to list subcontractors who are proposed to perform the work of heating, ventilation and air conditioning, plumbing, as described in Chapter 18.106 RCW, and electrical as described in Chapter 19.28 RCW will result in your bid being non-responsive and therefore void. Subcontractor(s) who are proposed to perform the work of heating, ventilation and air conditioning, plumbing, as described in Chapter 18.106 RCW, and electrical as described in Chapter 19.28 RCW must be listed below. The work to be performed is to be listed below the subcontractor(s) name. If no subcontractor is listed below, the bidder acknowledges that it does not intend to use any subcontractor to perform those items of work. Subcontractor Name C064aen/3;.+ r4:s/W *Lr-- y804-,eirnrr i M /- Categories of Work # 3. 1 33, yy, 46 Subcontractor Name Categories of Work Subcontractor Name Categories of Work Subcontractor Name Categories of Work Subcontractor Name Categories of Work G:\PROJECTS\2006\06028\06028 SPECS.doc 3-13 Subcontractor List To be Submitted with the Bid Proposal Categories of work exceeding ten percent (10%) of the contract price to be performed by the prime contractor must be listed below. Prime Contractor Name (Y) 1 rm Categories of Work GP -3 — 3 -- 5 0---S") G:\PROJECTS\2006\06028\06028 SPECS.doc 3-14 SURETY If the Bidder is awarded a construction Contract on this bid, the Surety who provides the Contract Bond will be cvk C a Ut S ra tit Ce C CJ a)(rt Q / 41MM €t;• r ((A whose address is: Pia -zy.A Street J_Cci4--(11C City 6ci Com.. c) Y/ State Zip BIDDER ii -//�� The name of the Bidder submitting this Bid is RIA Cons-h�C'1-'( U1, , :130C whose address is: -503 `; C� �rtYlk 1 Co>✓r S 1 - Lam'a 9),R%d ; Street City State Zip which is the address to which all communications concerned with this Bid and with the Contract shall be sent. The names of the principal officers of the corporation submitting this Proposal, or of the partnership, or of all persons interested in this Proposal as principals are as follows: PAA -I* iin4y7vvco, G:\PROJECTS\2006\06028\06028 SPECS.doc o;C2. fl/s/'c/// 3-15 BIDDER'S DATA FORM The following information will be verified by the City of Yakima. 1. Past experience with similar type work; include names, addresses, and telephone numbers of clients, locations of jobs performed, project descriptions, and contract amounts. e 1 etc C kocX 2. Past maintenance services performed on similar systems; include names, addresses, and telephone numbers of clients, locations where service performed, and service descriptions. /ri 3. Are you currently a named party in any pending litigation? If so, please identify the civil action number and jurisdiction. ito 4. List key personnel, including supervisory personnel, to be used on this project and their individual experience and certifications. 14,i t -e. i 1 ate `30 9-62-k--3 E Je CU. -Q. 11AC k 'l, `" L,tV Q i" v-1 Q —2 1 -ecu- a K l`"A ,sQit.LKQ. ( it nor. -1A Q S Lr, S kJ_ fz.QAvi3 13 t, (.c.,, /.2. A...-7 4-ek, t-t-c,v. d.x.-iSci-- L. -e yuj z -. 1 "5 le a --t49 G:\PROJECTS\2006\06028\06028 SPECS.doc 3-16 5. Provide Washington state Contractor's registration (license) number. k iY1 c - - ®q6-13(7 NOTE: Complete this Bidder's Data Form and submit with Bid. Failure to submit any or all of the foregoing information will be cause for rejection of the bid affected. G:\PROJECTS\2006\06028\06028 SPECS.doc 3-17 MRM CONSTRUCTION, INC PAST EXPERIENCE CONTRACT DESC OF TITLE/ NAME AND PHONE OF OWNER/AGENCY REP AMOUNT $ WORK CONTRACT NO $ 2,016,045 00 ROADWAY RECONSTRUCTION CANYON ROAD KITTITAS COUNTY PUBLIC WORKS RECONSTRUCTION 411 RUBY STREET '', ELLENSBURG, WA 98926 JOHN NIXON (509)962-7523 FAX 509-962-7663 $ 1,092,242 00 ROADWAY, CULVERTS, CHUMSTICK HWY PUD # 1 OF CHELAN COUNTY IMPROVMENTS PROJECT 316 WASHINGTON ST SUITE 402 WENATCHEE, WA 98807 PATTY ETZKORN 509-664-2222 FAX 509-664-2877 1 $ 288,695.00 PIPELINE WWTP OUTFALL CITY OF CLE ELUM PIPELINE NORTH 119 W 1ST ST CLE ELUM, WA 98922 JIM LEONARD 509-674-2262 FAX 509-674-4097 $ 1,634,812 00 ROADWAY WIDINGS, STREET MAPLE STREET IMPROVMENTS CITY OF WENATCHEE LIGHTS, WATER, SEWER, PO BOX 519 STORM PIPE WENATCHEE, WA 98807 DON MCGAHUEY 509-664-3368 FAX 509-664-5986 $ 1,692,418 00 WATER LINE AND WATER 2004 WATER SYSTEM CITY OF SELAH TANK IMPROVEMENTS 115 W NACHES SELAH, WA 98942 JEFF LOUMAN-509-966-7000 FAX 509-965-3800 I $ 2,343,588 00 WWTP IMPROVMENTS BIOSOLIDS & PHASE II CITY OF MOSES LAKE WWTP |PODRAWER 157Q | . |MOSESLAKE, WAO883 GERRY MCFAUL 509'766-9128 FAX-509'76-0302 � 334,000 00 PIPE LINE SEWER LIFT STATION CITY OF CLE ELUM &FORCE MAIN 119VV1STST CLE ELUM, WA 98922 1 JIM LEONARD 509-674-2262 FAX-509-674-4097 / � 538,874 00 REPLACE BRIDGES ICICLE & DR CREEK BRIDGES US DEPT OF AG | 215 MELODY LANE . WENATCHEE, WA 98801 JOHN FISH S00'GG4-Q254FAX 5OQ'O84-Q285 $ 1,210,427 00 SEWER LINE RIVERSIDE ROAD SEWER TERRACE HEIGHTS SEWER DISTRICT MAIN IMPROVEMENTS 2812 TERRACE HEIGHTS DRE YAKIMA, WA 98901 NORM ALDERSON 509-453-8702 FAX-509-575-1267 $ 712,991 00 BOAT DOCK IMPROVMENTS WANUPUM STATE PARK WASHINGTON STATE PARKS BOAT LAUNCH IMPROV PDBOX 42850 OLYMPIA, WA 98504 TONY RAPOZO-509-663-9753 FAX-509-663-9754 CITY OF YAKIMA WOMEN AND MINORITY BUSINESS ENTERPRISE POLICY It is the policy of the City of Yakima that women and minority business enterprises shall have the maximum opportunity to participate in the performance of work relating to the City's activities. To this end, the City is committed to take all necessary and reasonable steps in accordance with state and federal rules and regulations to ensure women and minority business enterprises the maximum opportunity to compete for and to perform contracts. In order to enhance opportunities for women and minority businesses to participate in certain contractor opportunities with the City of Yakima, and as a recipient of federal and state financial assistance, the City is committed to a women and minority business enterprise utilization program. The City is determined to maximize women and minority business opportunities through participation in the competitive bidding process through women and minority business enterprise affirmative action programs administratively established by the City Manager and monitored and implemented in accordance with state and federal rules and regulations. All women and minority business enterprise programs shall include specific goals for participation of women and minority businesses in City projects of at least ten percent (10%) of the total dollar value of City contract over $10,000. Goals shall be reviewed and updated annually by the City Manager for applicability and to ensure that the intent of this policy is accomplished. This statement of policy will be widely disseminated to all managers, supervisors, minorities, and women employed by the City of Yakima as well as to contractors, vendors, suppliers, minorities, and women who may seek the City's procurement and construction contracts related to the women and minority business enterprise programs. Contractors associations will be made aware of construction projects affected by this policy through all available avenues to assure that plans/specifications, bid forms, and invitations to bid are as widely distributed as possible. G:\PROJECTS\2006\06028\06028 SPECS.doc 3-18 RESOLUTION NO. D - 4 8 1 6- A RESOLUTION adopting a "Women And Minority Business Enterprise Policy" for the City of Yakima. WHEREAS, the City of Yakima is the recipient of federal and state assistance which assistance carries with it the obli- gation of contracting with Women And Minority Business Enter- prises for the performance of public works, and WHEREAS, it is the intention of the City of Yakima that Women And Minority Business Enterprises shall have the maximum practicable opportunity to participate in the performance of such public works, and WHEREAS, the City of Yakima is determined to maximize Women And Minority Business Enterprise opportunities for parti- cipation in its competitive bidding process through the adoption of the "Women And Minority Business Enterprise Policy" statement attached hereto, now, therefore, BE IT RESOLVED BY £k1. 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. �/J ADOPTED BY THE CITY COUNCIL this . yt day of 1983. ATTEST: City Clerk 3-19 a A mA.A..t 0-4 Mayor CITY OF YAKIMA 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: The contractor shall notify community organizations that the contractor has employment opportunities available and shall maintain records of the organizations' response. The contractor shall maintain a file of the names and addresses of each minority and women worker referred to him and what action was taken with respect to each such referred worker, and if the worker was not employed, the reasons therefore. If such worker was not sent to the union hiring hall for referral or if such worker was not employed by the contractor, the contractor's file shall document this and the reasons therefore. The contractor shall promptly notify the City of Yakima Engineering Division and 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. The contractor shall participate in training programs in the area, especially those funded by the Department of Labor. 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 G:\PROJECTS\2006\06028\06028 SPECS.doc 3-20 the policy; by posting of the policy; and by specific review of the policy with minority employees. 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. 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. The contractor shall make specific efforts to encourage present minority employees to recruit their friends and relatives. The contractor shall validate all man specifications; selection requirements, tests, etc. The contractor shall make every effort to promote after-school, summer, and vacation employment to minority youth. 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. 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. The contractor shall make sure that seniority practices, job classifications, etc., do not have a discriminatory effect. The contractor shall make certain that all facilities and company activities are non- segregated. The contractor shall continually monitor all personnel activities to ensure that his EEO policy is being carried out. 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. 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. G:\PROJECTS\2006\06028\06028 SPECS.doc 3-21 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: 4C1h:S•-1-yucl certifies that: (BIDDER) 1. It intends to use the following listed construction trades in the work under the contract c,t; f; u' O -p' AGVSs )- ci. (61 ,t, (YU- ( iU 'V S 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: n',d dri(YS 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. (Sid ature of Authorized Representative of Bidder) 3-22 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) 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 implementingregulations 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" 3-24 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. 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. 3-25 PROPOSAL LEVEL 2 DOMESTIC WATER SYSTEM IMPROVEMENTS CITY OF YAKIMA PROJECT NO. WA2096 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 ❑ DOLLARS CERTIFIED CHECK ❑ ($ ) PAYABLE TO THE STATE TREASURER PROPOSAL BOND X IN THE AMOUNT OF 5% OF THE BID ** Receipt is hereby acknowledged of addendum(s) No.(s) -- , SIGNATU'. , and FICIALS FIRM NAME /(--(k-vi Coq fru 1101 (ADDRESS) Rox 8'3 h PHONE NUMBER ©�l— 9j// go FAX NUMBER l(00,W) (xjc.< ?F/3 STATE OF WASHINGTON CONTRACTORS LICENSE NUMBER /1(ein Col- 6 q FEDERAL ID NO. f /60C( Note: Note: (1) This proposal form is not transferrable 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. G:\PROJECTS\2006\06028\06028 SPECS.doc 3-26 SECTION 4 - CONTRACT AND RELATED MATERIALS G:IPROJECTS12006106028106028 SPECS.doc 4-1 CONTRACT THIS AGREEMENT, made and entered into in triplicate, this E)Pt day of �i--cam , 2006, by and between the City of Yakima, hereinafter called the OWNER, and amt F__ Pt vNi c_`7onl, lnlc 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, and equipment for LEVEL 2 DOMESTIC WATER SYSTEM IMPROVEMENTS — City Project No. WA2096, in accordance with and as described in the attached Plans and Specifications and the Standard Specifications for Road, Bridge, and Municipal Construction, which are by this reference incorporated herein and made a part hereof, and shall perform any alterations in or additions to the work provided under this Contract and every part thereof. Work shall start within ten (10) calendar days after Notice to Proceed and shall be completed within fifty-five (55) working days of the date of such Notice to Proceed (see SPECIAL PROVISIONS - SECTION 1-08.5): If said work is not completed within the time specified, the CONTRACTOR agrees to pay to the OWNER for each and every working day said work remains uncompleted after expiration of the specified time, liquidated damages as determined in Section 1-08.9. The CONTRACTOR shall provide and bear the expense of all equipment, work, and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in this Contract and every part thereof, except such as are mentioned in the Specifications to be furnished by the OWNER. II. The OWNER hereby promises and agrees with the CONTRACTOR to employ, and does employ the CONTRACTOR to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the attached Plans and Specifications and the terms and conditions herein contained; and hereby contracts to pay for the same according to the attached Specifications and the schedule of unit or itemized prices hereto attached, at the time and in the manner and upon the conditions provided for in this Contract. III. The CONTRACTOR for himself, and for his/her heirs, executors, administrators, successors, and assigns does hereby agree to the full performance of all the covenants herein upon the part of the CONTRACTOR. IV. It is further provided that no liability shall attach to the OWNER by reason of entering into this Contract, except as expressly provided herein. V. CONTRACTOR is an independent contractor and not an employee of the OWNER. The OWNER has designated the Contract performance and the CONTRACTOR shall be responsible for the details of that work. The parties recognize the CONTRACTOR has G:\PROJECTS\2006\06028\06028 SPECS.doc 4-2 unique skills not otherwise available to the OWNER to accomplish the purpose of the Contract. The CONTRACTOR shall supply all equipment and supplies necessary to accomplish the Contract. The parties recognize that the purpose of the Contract is not within the regular course of business of the OWNER. The parties state that the right of control over the activities necessary to perform the Contract are with the CONTRACTOR. IN WITNESS WHEREOF the parties hereto have caused this Agreement to be executed the day and year first herein above written. (SEAL) ATTEST: Name: _ __ - lhTNtcoc' Title: City Clerk � tAky (SEAL) - y u oute4` be "7 ',,v15 -b »#.+� ATST: ST: 1/ /74. a _ •OF Nae: V Yd GOiA2 c{ �Q S (Please Print er -Type) W:U-k-C1 r G:\PROJECTS\2006\06028\06028 SPECS.doc OWNER: City of Yakima, Washington By: Name: Richard A. Zais, Jr Title: City Manager CONTRACT.Q BY:,�f�i Name: NkNLrertv\a+�( (Please Print or Type) Address: ' i Y, e 3 , a (le asr 4(vL C'Jc- Phone: KOGI cyj,5 U��0 FAX: °5001) C1,35 --61,(3 E-mail Address: f\\P.rYA Employer Identification Number: /16((:)07 4-3 Bond No. 6425448 CONTRACT BOND BOND TO CITY OF YAKIMA KNOW ALL PERSONS BY THESE PRESENTS: That we, the undersigned, MRM Construction, Inc. as principal, and Safeco Insurance Company of America a corporation organized and existing under the laws of the State of Washington 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 $ 876,338.53 for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators, or personal representatives, as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washington and the Ordinances of the City of Yakima. Dated at �'�It�A_ , Washington, this day of r&--tVEgi 2006. Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant to action of the City of Yakima, on August 16 2006, the Mayor of said City of Yakima has let or is about to let to the said MRM Construction, Inc. , the above bounden Principal, a certain Contract, the said Contract being numbered City Contract No. WA2096, and providing for the construction of LEVEL 2 DOMESTIC WATER SYSTEM IMPROVEMENTS (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 MRM Construction, Inc. shall faithfully perform all the provisions of said Contract in the manner and within the time therein set forth, or within such extensions of time as may be granted under said Contract, and shall pay all laborers, mechanics, subcontractors and material men and all industrial insurance premiums, and all persons who shall supply said principal or subcontractors with provisions and supplies for the carrying on of said work, and shall indemnify and hold the City of Yakima harmless from any damage or expense by reason of failure of performance as specified in said Contract or from defects appearing or developing in the material or workmanship provided or performed under said Contract within a period of one year after its acceptance thereof by the City of Yakima, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. GAPROJECTsuooMeomos028 SPECS,doc 4-4 (SEAL) Atttat: fW/itness: f / 41 Name: Theresa A. Lamb (Please Print or Type) SURETY:Safeco Insurance Company of America By:lCr Name: Viki Baum, Attorney -in -Fact (Plsase Print or Type) Company: HUB International Northwest, LLC Address: P.O. Box 3018, Bothell, WA 98041-3018 , 4,e i4st.:z4tion, Inc. Name: (Please Prinl or Type) POWER OF ATTORNEY KNOW ALL BY THESE PRESENTS: That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a Washington corporation, does each hereby appoint No. Safeco Insurance Companies PO Box 34526 Seattle, WA 98124-1526 7351 *************VIKI BAUM; JOHN C. BEESON; STEVEN K. BUSH; M. J. COTTON; JIM W. DOYLE; JULIE M. GLOVER; DARLENE JAKIELSKI; THERESA A. LAMB; MICHAEL A. MURPHY; LAWRENCE J. NEWTON; NANCY J. OSBORNE; ANDY D. PRILL; S. M. SCOTT; Bothell, Washington********************************************************** its true and lawful attorney(s)-in-fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character issued in the course of its business, and to bind the respective company thereby. IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents 9th November 2005 this day of STEPHANIE DALEY-WATSON.SECRETARY MIKE PETERS. PRESIDENT. SURETY CERTIFICATE Extract from the By -Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: "Article V, Section 13. - FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attorneys -in -fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business... On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article V, Section 13 of the By -Laws, and (ii) A copy of the power-of-attorney appointment, executed pursuant thereto, and (iii) Certifying that said power-of-attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." I, Stephanie Daley -Watson , Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By -Laws and of a Resolution of the Board of Directors of these corporations, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By -Laws, the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation this S-0974/DS 4/05 day of A6p,Adtdu,;,16))7iax_,- STEPHANIE DALEY-WATSON, SECRETARY Safeco8 and the Safeco logo are registered trademarks of Safeco Corporation. WEB PDF ACORD,„ CERTIFICATE OF LIABILIT Y INSURANCE OP ID ME MRMCO01 DATE (MM/DD/YYYY) 08/23/06 RODUCER 'Hub International Northwest 1. 0. Box 3018 Bothell WA 98041-3018 Phone:425-489-4500 Fax:425-489-4501 INSURED THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIC # MRM Construction Inc Mike Forman PO Box 838 Ellensburg WA 98926 INSURER A. Ohio Casualty Insurance Co. INSURER B: West American Ins. Company INSURER C. INSURER D: INSURER E. ;OVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MA Y HAVE BEEN REDUCED BY PAID CLAIMS. TR�[p'UU'L LTRJNSRD TYPE OF INSURANCE POLICY NUMBER DATE (MM/DD/YY)E POLICY EXPIRATION LIMITS k GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY BK052864690 09/15/05 09/15/06 EACH OCCURRENCE $1,000,000 X UAMAM IO HENItU PREMISES (Ea occurence) $100,000 CLAIMS MADE X OCCUR MED EXP (Any one person) $10,000 PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ 2,000,000 POLICY X TET- LOC Emp Ben. 1,000,000 B I IPROPERTY AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS BA052864690 09/15/05 09/15/06 COMBINED SINGLE LIMIT (Ea accident) $1,000,000 X BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ DAMAGE (Per accident) $ GARAGE LIABILITY ANY AUTO AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC $ AUTO ONLY' AGG $ I A EXCESS/UMBRELLA LIABILITY BX052864690 09/15/05 09/15/06 EACH OCCURRENCE $ 1,000,000 X OCCUR CLAIMSMADE AGGREGATE $1,000,000 DEDUCTIBLE RETENTION $ 10 , 0 0 0 $ $ X $ k WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? 3 yes, describe under SPECIAL PROVISIONS below BK052864690 WA STOP GAP 09/15/05 09/15/06 WC STATU- TH- TORY LIMITS X OER E.L. EACH ACCIDENT $1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1, 0 0 0 , 0 0 0 OTHER DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS THE CITY OF YAKIMA, ITS EMPLOYEES, AGENTS, ELECTED AND APPOINTED OFFICIALS, IUIBREGTSE, LOUMAN ASSOCIATES, INC., AND ALL SUBCONTRACTORS ARE ADDED AS ADDITIONAL INSUREDS PER ATTACHED ENDORSEMENT. ZE: PROJECT #06028, LEVEL 2 DOMESTIC WATER SYSTEM IMPROVEMENTS CERTIFICATE HOLDER CANCELLATION CIYAKIM CITY OF YAKIMA 129 NORTH 2ND STREET, 2ND FLR YAKIMA WA 98901 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL aDDISAMICCCmAIL 4 5 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, L AUTHORIZED REPRESENTATIt ACORD 25 (2001/08) © ACORD CORPORATION 1988 MRM Construction, Inc. Policy No. BK052864690 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY. GENERAL LIABILITY MASTER PAK PLUS s FOR CONSTRUCTION This er.ncrsement modifies Ins•Jranes provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART 1. BLANKET ADDITIONAL INSURED (Owners, Lessees. Contractors or Lessors) CO 64 16 12 03 (Includes a Primary/Non-Contributory provision) NDEX SUBJECT PACE BLANKET ADDITIONAL INSURED (OWNERS, I.E5$EES,CONTRACTORS OR LESSORS) 2 FIRE. LIGHTNING, EXPLOSION AND SPRINKLER LEAKAGE DAMAGE TO PRE6415ES YOU RENT 3 NON -OWNED WAI EHCRAFT 4 SUPPLEMENTARY PAYMENTS (BAIL BONDS) 4 PERSONAL AND ADVERTISING INJURY -ELECTRONIC PUOLICATION EXTENSION 5 AGGREGATE LIMITS (PER LOCATION) 5 AGGREGATE LIMITS (PER PROJECT) 5 VOLUNTARY PROPERTY DAMAGE COVERAGE 6 OFF PREMISES CARE, CUSTODY OR CONTROL COVERAGE 6 NEWLY FORMED OR ACQUIRED ORGANIZATIONS 7 DUTIES IN THE EVENT OF OCCURRENCE, OFFENSE, CLAIM OR SUIT 7 BODILY INJURY (MENTAL ANGUISH) 6 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS 8 MEDICAL PAYMENTS 6 860A0 NAMED INSURED R BROADENED MOBILE EQUIPMENT INCIDENTAL MALPRACTICE LIABILITY 6 NON -OWNED AIRCRAFT 9 PROPERTY DAMAGE -ELEVATORS 9 Includes copyrighted material of ISO Properties., Inc., with Its permission. CG 84 16 12 33 ISO Properties, Inc. 2003 Pegc 1 of 9 IrEMS i VVho Is An Insured Section II Is amended to Include as an Insured any person or orgenlration whom you are required lo name as an additional insured on this policy In a written contract or written agreement. The written contract or written agreement must be currently in effect or becoming effective during the tern-, 01 this policy and executed prior to the "bodily injury," "property damage" or "personal and advertising injury." The insurance provided the additional insured is limited as fotlows: A. The person or organization Is only an additional insured with respect to liability - 1. Arising out of real property, as described in a written contract or written agreement, that you own, rent, lease, or occupy; or 2. Caused In whole or in part by your ongoing operations performed for that Insured. The insurance provided the additional insured in 1.4.2. above does not apply to a. Coverage A - Bodily Injury and Property Damage Liability, Coverage B - Personal and Ad- vertising Injury Liability or defense coverage under the Supplementary Payments arising out of an architect's, engineer's or surveyor's rendering at or failure to render any professional services Including; (1) The preparing, approving, or failing to prepare or approve maps, shnp drawings, open- Ions, reports, surveys, tiara orders, change orders or drawings and specifications; and (2) Supervisory, Inspection, architectural or engineering activities. b. "Bodily injury" or"property damage" occurring after: (1) (2) Alt work, including materials, parts or equipment furnished In connection with such work, on the project (other than service, maintenance or repairs) were performed by or on behalf of the additional insureds( at the site where the covered operations have been completed; or That portion of "your wnrk" out of which the Injury or damage arises hes been pit to its interded use by any person or organization other than another contractor or subcontrac- tor engaged in performing operations for a principal as part of the same project. B. The limits of insurance appticable to the additional insured are those specified In a written contract or written agreement or the arras of Insurance as staled in the Declarations of this policy and defined In Section Ill • Limits Ortnsurance of (Iris policy, whichever are fess. These limits are Inclusive of and not in addition to the imtls of insurance available under this policy. C. The Insurance provided the additional insured does not apply to the liability resulting frnm the sole negligence of the additional Insured. Includes copyrighted material of ISO Properties., Inc., with its permission. CG 84 18 12 03 au 1S0 Properties, Inc., 2003 Page 2 of 9 O. As respects the coverage provided to the additional insured under this endorsement, Section IV. Conditions is amended as follows: The following is added to Condition 2. Dudes In The Event Of Occurrence. Offense, Claim, or Suit: An additional insured under this endorsement will as soon es practicable: a. Give written notice of an "occurrence" or an offense, that may result in a claim or 'suit' under this insurance to us; b. Tender the defense and Indemnity of any claim ar "suit" to all insurers whom also have Insurance available to Iha additional Insured; and c. Agree to make available any other insurance which the additional insured has for a loss we cover under this Coverage ParL 2. The following is added to Condition 3. Legal Action Against Us: We have no duty to defend or indemnify an additional insured under this endorsement until we receive written notice of a claim or "suit" from the additional insured. 3. The following is added to Paragraph a.. Primary Insurance of Condition 4. Other Insurance; If the additional insured's policy hes an Other Insurance provision making its pulley excess, and a Named Insured has agreed in a written contract or written agreement to provide the additional Insured coverage on a primary and noncontributory basis, this policy shell be primary and we will not seek contribution from the additional inaured's policy for damages we cover. 4, The following Is added to Paragraph b., Excess Insurance of Condition 4. Other insurance; Except as provided In Paragraph 4.a. Primary Insurance as amended above, any coverage provided hereunder shall be excess over any other valid and coliec•.Ible Insurance available to the additional insured whether primary, excess. contingent or on any other basis. In the event an additional Insured has other coverage available for an "occurrence" hy virtue of also being an additional Insured on other policies, this insurance is excess over those other policies. 2. FIRE, LIGHTNING, EXPLOSION AND SPRINKLER LEAKAGE DAMAGETO PREMISES YOU RENT If Damage To Premises Rented To You under Coverage A is not otherwise excluded from this policy, the following applies: A. The last paragraph of 2. Exclusions of Section I - Coverage A Is replaced by the following; If ['emcee To Premises Rented To You is not otherwise excluded, Exclusions c. through n. do not apply to damage hy fire, lightning, "explosion" ar sprinkler leakage to premises while rented to you or temporarily occupied by you with permission of the owner A separate lirnit of insurance applies to this coverage as described In Section III • Limits Of Insurance, • I T I 8 Paragraph E. of Section III Limits Of insurance is replaced by the following: 5. Subject to 5. above, the higher of 33110,007 or the Damage To Premises Rented To You Limit shown In the Summary of Limits and Charges seotron of this pa lib/ is the most we will pay under Coverage A for damages because of "property damage" to premises rented to you or temporarily occupied by you with the permission of the owner arising out of any one fire, lightning, "explosion" or sprinkler leakage incident. C. Paragraph b.(1)(h) of Condition 4. Other insurance (Section IV - Conditions) is replaced ty the following: (1) That is Fire, Llghlhing, Explosion or Sprinkler Leakage Insurance for premises rented tc you or temporarily occupied by you with the permission of the owner; D. Paragraph 9.a, of the definition of "Insured contract' in Section V- Definitions Is replaced by the following: 9. "Insured contract" rneans: a. A contract for the lease of premises. However, that portion of the contract to a koro of premises that Indemnifies any person or organization for damages by fire. lightning, "explosion" or sprinkler leakage la premises while rented to you or temporarily occupied by you with the permission of the owner Is not an "insured contract'; E. The following definition is added to Section V- Definitions; "Explosion" means a sudden release of expanding pressure accompanied by a noise, a bursting forth of material end evidence of the scattering of debris to locations h,rther than would have resulted by gravity alone. "Explosion" does not Include any of the following: 1. Artificially generated electrical current including electrical arcing that disturbs electrical devices, appliances or wire:,; 2. Rupture or bursting of water pipes; 3. Explosion of steam boilers, steam pipes, steam engines or steam turbines owned or leased by you, or operated under your control; or 4. Rupture or bursting Caused by centrifugal force. 3. NON -OWNED WATERCRAFT Subparagraph 5.12) of Paragraph 2., Exclusions of Section I • Coverage A Is replaced by the fallowing )2) A watercraft you do not own that is. le) Leas than 51 feet long; and (b) Nat teing used to carry persons or property for a charge; 4 SUPPLEMENTARY PAYMENTS In the Supplementary Payments. Coverages A and B provision: The limit for the cost of ball bonds in Paragraph 1.b. Is changed from 9250 to 51000. Includes copyrighted material of ISO Properties., Inc., with Its permission. Includes copyrighted rneterial of ISO Properties., Inc , with Its perm,issie n. Page 3 at 9 CG 84 16 12 03 ° I50 Properties, Inc., 2002 CG 84 1,9 12 03 0 130 Properties, Inc., 2003 Page 4 of 5. PERSONAL AND ADVERTISING INJURY - ELECTRONIC PUBLICATION EXTENSION Paragraphs 14.b., d. and a. of Section V - Definitions are replaced by the followIng• b. Malicious prosecution or abuse. of process; d. Oral, written, televised, videotaped or electronic publication of material (het slanders or libels a person or organization or disparages person's or organization's goods, products or services; e. Oral, written, televised, videotaped or electronic publication of material that violates a person's right of privacy; Thr, following is added to Paragraph 14. "Personal and P dvertising Injury" of Section V- Definitions: h, Discrimination or humiliation that results In Injury to the Feelings or reputation of a natural person, but only if such discrimination or humiliation Is: (1) Not done intentionally by or at the direction of: (al An Insriren; or (b) Any "executive officer" director, stockholder, partner or member of the insured; and (2) Not directly or indirectly related to the employment, prospective employment or termination of employment of any person or persons by any insured. Subparagraphs b- arid c. cf 2., Exclusions of Section I - Coverage B - Personal And Advertising Injury Liability are replaced by the following: b. Materia[ Published With Knowledge Of Falsity "Personal and advertising Injury" arising out of ora?, written, televised, videotaped or eler.trnnlc publication of material. If done by or -at the direction of the insured with knowledge of its falsity; c. Material Published Prior To Policy Period "Personal and advertising Injury" arising out of oral, written, televised, videotaped or electronic publication of material whose first publication took place before the beginning of the policy pe- riod; 6. AGGREGATE LIMITS OF INSIIRANCE PER LOCATION) The General Aggregate Limit under Section til Limits Of Insurance applies sepenrtely to each of your "locations" owned by or rented to you or temporarily occupied Ly you with the permission of the owner "Location" means premises involving the seine or connecting lots, or premises whose rnnnection is interrupted only by a street, roadway, waterway or right-of-way of a railroad. 7. AGGREGATE LIMITS OF INSURANCE (PER PROJECT} The General Aggregate Limit under Section III Limits Of Insurance applies separately to each of your Projects away from premises owned by or ranted to you. Includes copyrighted material of 150 Properties, Inc., with its permission. CCI 84 15 12 03 s% ISO Properties, Inc., 2003 Page 5 of a N23399333 It. VOLUNTARY PROPERTY DAMAGE COVERAGE Al your request, we will pay for "loss" to property of others caused by your business operations. The most we will pay for this coverage is 55On each "occurrence." The "loss" must occur during the pc;icy period. The "occurrence" mustlake place in the "coverage territory' "Loss" means unintended damage or destruction. "Loss" does not mean disappearance, abstraction or theft. This coverage does not apply to: 1. Demege arising out of the use o1 any "auto"; 2. Property you own, occupy, rent 0118008 from others; or 3. Properly on your premises for sale, service, repair or storage. None of the other policy exclusions apply to this coverage. If the policy to which this endorsement Is attached is written with a property damage liability dedactlhle the deductible shall apply to Voluntary Property Damage. The limit of coverage slated above shall not be reduced by the amount of this deductible. OFF PREMISES CARE, CUSTODY OR CONTROLCOVERAGE A. We will pay those sums that you become legally obligated to pay as damages because of "properly damage" to personal property of others while in your or your "employees" ram, custody or control or reel property of others over which you or your "employees" are exercising physical control if the "property damage" arises out of your business operations. This Coverage Is subject to sections B., C.. D. and E. below. B. Exclusions This insurance shall not apply to; t. "Property damage" of property e.1 premises owned, rented, lensed, operated or used by you; 2- "Properly damage" of property while In transit; 3. The cost of repairing or replacing lol Any of your work defectively or incorrectly done by you or by others on your behalf; or (b) Any product manufactured, sold or supplied by you, unless the "properly damage" is causer( directly by you after delivery of the product or completion of the work and resulting from a subsequent undertaking; or 4. "Property damage" of property caused by or arising out of ins "Products -completed operations hazard" C. Limits Of Insurance -The most we will pay tot "property damage" under this Section 5.1e 525,000 for each "occurrence", The most wa wilt pay for the sum of all damages coveted unser this Section 0. because of "property damage" Is an annual aggregate limit of 525,000. The Limits of Insurance provided under this Section 9. are Inclusive of and not in addition la any other limits provided In the policy or -endorsements attached to K. D. Deductible - We .roll( not pay for "property darnage" In any one "occurrence" until the amount of "property damage" exceeds 5250. If the policy to which this endorsement is attached contains a "property damage" Deductible, that deductible shall apply it it rs greater than $250. E. In the event of "property damage" covered by this endorsement, you shalt, if requested by us, replace the property or furnish the labor and materials necessary for repairs thereto at your actual cost, excluding profit or overhead charges. Includes copyrighted material of ISO Properties., Inc., with its permission. CG 84 76 12 53 era ISO Properties, Inc., 2003 Page 6 of 3 10. NEWLY FO1'1T 1ED OR ACQUIRED ORGANIZATIONS A. in Paragraph 4. of Section If - Who Is An Insured is deleted and replaced by the following; 4. Any business entity acquired by you or Incorporated or organized by you under the laws of any , individual state of the United States of America aver which you maintain majority ownership t interest exceeding fifty percent. Such acquired cr newly formed organization will qualify as a Named Insured it there is no similar insurance available to that entity However' a. Coverage under this provision applies nnly untll the expiration of the policy period In which the entity was acquired or Incorporated or organized by you. b. Coverage A does not apply to "bodily injury" or "properly damage" that occurred before the entity was acquired or incorporated or organized by you. c. Coverage R does col apply t:, "personal and advertising injury" arising out of an offense committed before the entity was acquired or incorporated or organized by you. d, Records and descriptions of operations must be maintained by the first Named Insured. R. This Section 10. does not apply to newly formed or acquired OrgenIzatIons If coverage Is excluded either by provisions of the Coverage Part or ny other endorsement(s) at acaed to it. 11 DUTIES IN THE EVENT OF OCCURRENCE, OFFENSE, CLAIM OR SUIT A. The requirements In Section IV • Conditions, Paragraph 2.a., that you must see to it that we are notified of an "occurrence" applies only when the "occurrence" Is known to: 1. You, R you are an individual; 2. A partner, if you area partnership; 3. A member or manager, if you area limited liability company; 4. An executive officer or designee, If you are a corporation; 5. A trustee, if you area trust; or 6. A designee, if you are any other type of organization, 3. The requirements In Section !V Conditions Paragraph 25. that you must sea Is it that we receive written notice of a claim or "suit" will not be considered breached unless the breach occurs after such steam or "suit" is :sown to: 1. You, ii you are an individual; 2. A partner, if you are a partnership; 3. A member or manager U you ere a limited liability company; 4. An executive officer or designee, if you are a corporation. 5. A trustee, if you are a trust; or 6. A designee, if you aro any other type of organization, Knowledge of an "occurrenca," claim or "suit" by the agent, servant or "employee" of any insured shalt not In itself constitute knowledge of the insured unless an officer or designee shall have received notice from its agent, servant or "employee" Includes copyrighted material of ISO Properties., Inc. with its permissiun. CG 54 16 12 03 0 150 Properties, Inc., 2003 Page 7 of 6 12. BODILY INJURY Paragraph 3. of the definition of "bodily injury" in the Section V -Definitions Is replaced by the following. 3. "Bodily Injury" means bodily injury, sickness or disease sustained by a person, including mental ancuish or death resulting Born any of these at any time. 13. WAIVER CP TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS We have the right to recover our payments from anyone liable for an Injury covered by this policy We wilt not enforce our right against any person or organization for whom you perform work under a written contract that requires you to obtain this agreement tram 35. This agreement shall not operate directly or indirectly to benefit anyone not named in the agreement. 14. MEDICAL PAYMENTS If Coverage C Medical Payments is not otherwise excluded, the Medical Expense Limit provided by this policy shall be the greater of: A. 010.000; or H. The amount shown In the Declarations. 15. BROAD NAMED INSURED Paragraph 2.e.(1)(d) el Section II • Valle 1s An insured Is replaced by tho following; (d) Arising out of his or her providing orialling to provide professional health care services. However, this exclusion does not apply to nurses, emergency medical technicians or paramedics who are employed by you to provide medical or paramedical services to your employees. 16. BROADENED MOBILEEOUIPMENT - Paragraph 12.1.(1) of Section V. Definitions Is replaced by the following (1) Equipment designed primarily nor (a) Snow remover; (b) Fined maintenance, but not construction or resurfacing; or (c( Street .leaning provided that vehicles have a Gross Vehicle Weight of 1,00C pounds w great er; 17 INCIDENTAL MALPRACTICE LIABILITY Paragraph 3. of Section V - Definitions Is replaced by the following: 3. "Bodily injury' means bodily Injury, sickness, disease er "incidental medical malpractice" sus- tained by a person, Including mental anguish or death resulting from any or these at any time The following is added to Section V -Definitions: 23. "Incidental medical malpractice" means injury arising nut of the negligent rendering or failure to render medical or paramedical services to perscn5 by any physician, dentist, nurse, emergency medical technician fir paramedic who is employed by you to provide such srrvicee provided you are net engaged in the business or occupation of providing any services referred to In this defini- tion. Includes copyrighted material of 150 Properties., Inc., with its permissiun. CG 84 16 12 03 fo 150 Properties, Inc., 2003 Paye s of 9 18. NON -OWNED AIRCRAFT The followin3 is added to Subparagraph g. of 2., Exclusions of Section I • Coverage A Bodily Injury And Property Damage Liability: (6) an aircraft with paid crew, that Is (tired, chartered or loaned bud is not owned by any Insured. 19. PROPERTY DAMAGE - ELEVATORS The following is added to Subparagraph j. of 2., Inclusions of Section I - Coverage A Bodily Injury And Property Damage Liability: Paragraphs (3) and (4) of .Ms exclusion do not apply to the use of elevators All other terms and conditions of your policy remain um:hanged. Includes copyrighted materiel of ISG Properties., Inc., with its permission. CG 34 15 12113 0 ISO Properties, Inc., 2003 Page 9 nf9 SCHEDULE OF WORKING HOURS In accordance with SECTION 1-08.0(2) HOURS OF WORK (APWA ONLY), the normal straight time working hours for this project will be from a.m. to p.m., days per week. It is understood that normal straight time working hours shall not exceed 40 hours per week, regardless of the number of days worked per week. All hours worked in excess of 40 hours per week shall be considered as overtime hours subject to the reimbursement provisions of SECTION 1-08.0(3) REIMBURSEMENT FOR OVERTIME WORK OF CONTRACTING AGENCY EMPLOYEES (APWA ONLY) as modified by the Special Provisions. Overtime hours are defined as any hours in excess of or outside of the above normal straight time working hours when the Contractor and/or his subcontractors are on the project site performing work. I hereby certify that my subcontractors have been notified of the normal straight time working hours provisions of this project and understand that Engineer/Contracting Agency costs for overtime hours will be deducted from amounts due to me for work performed on the project. G:\PROJECTS\2006\06028\06028 SPECS.doc Contractor Signature Date 4-6 SECTION 5 - LABOR STANDARDS AND G:\PROJECTS\2006\06028\06028 SPECS.doc WAGE RATE CONDITIONS 5-1 PREVAILING WAGE RATES The prevailing rate of wages to be paid to all workmen, laborers, or mechanics employed in the performance of any part of this Contract shall be in accordance with the provisions of Chapter 39.12 RCW, as amended. The rules and regulations of the Department of Labor and Industries and the schedule of prevailing wage rates for the locality or localities where this Contract will be performed as determined by the Industrial Statistician of the Department of Labor and Indus- tries, are by reference made a part of this Contract. A schedule of prevailing wage rates is included in these Specifications. Inasmuch as the CONTRACTOR will be held responsible for paying this schedule of wages, it is imperative that all contractors and subcontractors familiarize themselves with the current wage rates before submitting bids based on these Specifications. Before any payment is made by the local government body of any sums due under this Contract, the local government body must receive from the CONTRACTOR and each sub- contractor a copy of the "Statement of Intent to Pay Prevailing Wages" approved by the Washington State Department of Labor and Industries. Also following the acceptance of the project, the local government body must receive from the CONTRACTOR and each sub- contractor a copy of "Affidavit of Wages Paid" and, in addition, from the prime contractor a copy of "Release for the Protection of Property Owners and General Contractor," all approved by the State Department of Labor and Industries. Forms may be obtained from the Department of Labor and Industries. The CONTRACTOR and each subcontractor shall pay all fees associated with and make all applications directly to the Department of Labor and Industries. These affidavits will be required before any funds retained, according to the provisions of RCW 60.28.010, are released to the CONTRACTOR. Payment by the CONTRACTOR and subcontractor of any fees shall be considered incidental to the construction and all costs shall be included in other pay items of the project. The Contractor and all Subcontractors shall also be required to submit certified weekly payroll forms with an accompanying Statement of Compliance so that payment of prevailing wage rates and fringe benefits may be verified. G:\PROJECTS\2006\06028\06028 SPECS.doc 5-2 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 03-03-06 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $27.08 1N 5D BOILERMAKERS JOURNEY LEVEL $46.32 1C 5N BRICK AND MARBLE MASONS JOURNEY LEVEL $33.42 1M 5A CABINET MAKERS (IN SHOP) JOURNEY LEVEL $19.24 1 CARPENTERS ACOUSTICAL WORKER $32.10 1M 5D BRIDGE, DOCK AND WARF CARPENTERS $39.79 1M 5D CARPENTER $31.84 1M 5D CREOSOTED MATERIAL $31.94 1M 5D DRYWALL APPLICATOR $31.84 1M 5D FLOOR FINISHER $31.97 1M 5D FLOOR LAYER $31.97 1M 5D FLOOR SANDER $31.97 1M 5D MILLWRIGHT $40.79 1M 5D PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING $39.99 1M 5D SAWFILER $31.97 1M 5D SHINGLER $31.97 1M 5D STATIONARY POWER SAW OPERATOR $31.97 1M 5D STATIONARY WOODWORKING TOOLS $31.97 1M 5D CEMENT MASONS JOURNEY LEVEL $30.16 1N 5D DIVERS & TENDERS DIVER $83.19 1M 5D 8A DIVER TENDER $39.51 1M 5D DREDGE WORKERS ASSISTANT ENGINEER - $40.77 1T 5D 8L ASSISTANT MATE (DECKHAND) $40.28 1T 5D 8L BOATMEN $40.77 1T 5D 8L ENGINEER WELDER $40.82 1T 5D 8L LEVERMAN, HYDRAULIC $42.34 1T 5D 8L MAINTENANCE $40.28 1T 5D 8L MATES $40.77 1T 5D 8L OILER $40.40 1T 5D 8L DRYWALL TAPERS JOURNEY LEVEL $28.64 1P 5A ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL $20.99 1 Page 1 ¥AKIrkiMA COUNTY Effective 03-03-06 ***************************************************************************************************************** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ELECTRICIANS - INSIDE JOURNEY LEVEL $43.23 1E 5A ELECTRICIANS - MOTOR SHOP CRAFTSMAN $15.37 2A 6C JOURNEY LEVEL $14.69 2A 6C ELECTRICIANS - POWERLINE CONSTRUCTION CABLE SPLICER $52.38 4A 5A CERTIFIED LINE WELDER $47.88 4A 5A GROUNDPERSON $34.87 4A 5A HEAD GROUNDPERSON $36.75 4A 5A HEAVY LINE EQUIPMENT OPERATOR $47.88 4A 5A JACKHAMMER OPERATOR $36.75 4A 5A JOURNEY LEVEL LINEPERSON $47.88 4A 5A LINE EQUIPMENT OPERATOR $$40 R7 4A 5A POLE SPRAYER $47.88 4A 5A POWDERPERSON $36.75 4A 5A ELECTRONIC TECHNICIANS ELECTRONIC TECHNICIANS JOURNEY LEVEL $23.40 1 ELEVATOR CONSTRUCTORS MECHANIC $55.22 4A 6Q MECHANIC IN CHARGE $60.60 4A 6Q FABRICATED PRECAST CONCRETE PRODUCTS CRAFTSMAN $8.65 1 LABORER $7.63 1 FENCE ERECTORS FENCE ERECTOR $21.64 1 FLAGGERS JOURNEY LEVEL $25.36 1N 5D GLAZIERS JOURNEY LEVEL $21.51 1B 61 HEAT & FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $23.18 1 HEATING EQUIPMENT MECHANICS MECHANIC $13.91 1 HOD CARRIERS & MASON TENDERS JOURNEY LEVEL $27.56 1N 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 $7.63 1 TV TRUCK OPERATOR $10.53 1 INSULATION APPLICATORS JOURNEY LEVEL $32.91 1 IRONWORKERS JOURNEY LEVEL $42.36 10 5A Page 2 YAKIMA COUNTY Effective 03-03-06 ***************************************************************************************************************** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code LABORERS ALL CLASSIFICATIONS $18.12 1 LABORERS - UNDERGROUND SEWER & WATER GENERAL LABORER $27.08 1N 5D PIPE LAYER $27.56 1N 5D LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS $7.63 1 LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $15.45 1 LANDSCAPING OR PLANTING LABORERS $7.63 1 LATHERS JOURNEY LEVEL $31.84 1M 5D 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 $20.05 1 PLASTERERS JOURNEY LEVEL $40.58 1R 5A PLAYGROUND & PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $7 63 1 PLUMBERS & PIPEFITTERS JOURNEY LEVEL $49.18 1Q 5A POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $38.42 1T 5D 8L BACKHOE, EXCAVATOR, SHOVEL (3 YD & UNDER) $41.12 1T 5D 8L BACKHOE, EXCAVATOR, SHOVEL (OVER 3 YD & UNDER 6 YD) $41.59 1T 5D 8L BACKHOE, EXCAVATOR, SHOVEL (6 YD AND OVER WITH $42.13 1T 5D 8L BACKHOES, (75 HP & UNDER) $40.71 1T 5D 8L BACKHOES, (OVER 75 HP) $41.12 1T 5D 8L BARRIER MACHINE (ZIPPER) $41.12 1T 5D 8L BATCH PLANT OPERATOR, CONCRETE $41.12 1T 5D 8L BELT LOADERS (ELEVATING TYPE) $40.71 1T 5D 8L BOBCAT (SKID STEER) $38.42 1T 5D 8L BROOMS $38.42 1T 5D 8L BUMP CUTTER $41.12 1T 5D 8L CABLEWAYS $41.59 1T 5D 8L CHIPPER $41.12 1T 5D 8L COMPRESSORS $38 42 1T 5D 8L CONCRETE FINISH MACHINE - LASER SCREED $38.42 1T 5D 8L CONCRETE PUMPS $40.71 1T 5D 8L CONCRETE PUMP -TRUCK MOUNT WITH BOOM ATTACHMENT $41.12 1T 5D 8L CONVEYORS $40.71 1T 5D 8L CRANES, THRU 19 TONS, WITH ATTACHMENTS $40.71 1T 5D 8L CRANES, 20 - 44 TONS, WITH ATTACHMENTS $41.12 1T 5D 8L CRANES, 45 TONS - 99 TONS, UNDER 150 FT OF BOOM (INCLUDING $41.59 1T 5D 8L JIB WITH ATACHMENTS) Page 3 YAKIMA COUNTY Effective 03-03-06 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code CRANES, 100 TONS - 199 TONS, OR 150 FT OF BOOM (INCLUDING JIB $42.13 1T 5D 8L WITH ATTACHMENTS) CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM (INCLUDING JIB $42.68 1T 5D 8L WITH ATTACHMENTS) CRANES, A-FRAME, 10 TON AND UNDER $38.42 1T 5D 8L CRANES, A-FRAME, OVER 10 TON $4(1.71 1T 5D 8L CRANES, OVER 300 TONS, OR 300' OF BOOM INCLUDING JIB WITH $43.22 1T 5D 8L ATTACHMENTS CRANES, OVERHEAD, BRIDGE TYPE (20 - 44 TONS) $41.12 1T 5D 8L CRANES, OVERHEAD, BRIDGE TYPE (45 - 99 TONS) $41.59 1T 5D 8L CRANES, OVERHEAD, BRIDGE TYPE (100 TONS & OVER) $42.13 1T 5D 8L CRANES, TOWER CRANE UP TO 175' IN HEIGHT, BASE TO BOOM $42.13 1T 5D 8L CRANES, TOWER CRANE OVER 175' IN HEIGHT, BASE TO BOOM $42.68 1T 5D 8L CRUSHERS $41 12 1T 50 8L DECK ENGINEER/DECK WINCHES (POWER) $41.12 1T 5D 8L DERRICK, BUILDING $41.59 1T 5D 8L DOZERS, D-9 & UNDER $40.71 1T 50 8L DRILL OILERS - AUGER TYPE, TRUCK OR CRANE MOUNT $40.71 1T 5D 8L DRILLING MACHINE $41.12 1T 50 8L ELEVATOR AND MANLIFT, PERMANENT AND SHAFT-TYPE $38.42 1T 5D 8L EQUIPMENT SERVICE ENGINEER (OILER) $40.71 1T 5D 8L FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $41.12 1T 5D 8L FORK LIFTS, (3000 LBS AND OVER) $40.71 1T 5n 8L FORK LIFTS, (UNDER 3000 LBS) $38.42 1T 5D 8L GRADE ENGINEER $40.71 1T 50 8L GRADECHECKER AND STAKEMAN $38.42 1T 5D 8L GUARDRAIL PUNCH $41.12 1T 5D 8L HOISTS, OUTSIDE (ELEVATORS AND MANLIFTS), AIR TUGGERS $40 71 1T 5D 8L HORIZONTAL/DIRECTIONAL DRILL LOCATOR $40.71 1T 5D 8L HORIZONTAL/DIRECTIONAL DRILL OPERATOR $41.12 1T 5D 8L HYDRALIFTS/BOOM TRUCKS (10 TON & UNDER) $38.42 1T 5D 8L HYDRALIFTS/BOOM TRUCKS (OVER 10 TON) $40.71 1T 5D 8L LOADERS, OVERHEAD (6 YD UP TO 8 YD) $41.59 1T 5D 8L LOADERS, OVERHEAD (8 YD & OVER) $42.13 1T 5D 8L LOADERS, OVERHEAD (UNDER 6 YD), PLANT FEED $41.12 1T 5D 8L LOCOMOTIVES, ALL $41.12 1T 5D 8L MECHANICS, ALL $41.59 1T 5D 8L MIXERS, ASPHALT PLANT $41.12 1T 5D 8L MOTOR PATROL GRADER (FINISHING) $41.12 1T 5D 8L MOTOR PATROL GRADER (NON-FINISHING) $40.71 1T 5D 8L MUCKING MACHINE, MOLE, TUNNEL DRILL AND/OR SHIELD $41.59 1T 5D 8L OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING $38.42 1T 5D 8L OPERATOR PAVEMENT BREAKER $38.42 1T 5D 8L PILEDRIVER (OTHER THAN CRANE MOUNT) $41.12 1T 5D 8L PLANT OILER (ASPHALT, CRUSHER) $40.71 1T 5D 8L POSTHOLE DIGGER, MECHANICAL $38.42 1T 5D 8L POWER PLANT $38.42 1T 5D 8L PUMPS, WATER $38.42 1T 5D 8L QUAD 9, D-10, AND HD-41 $41.59 1T 5D 8L REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $41.59 1T 5D 8L EQUIP RIGGER AND BELLMAN $38.42 1T 5D 8L Page 4 Classification YAKIMA COUNTY Effective 03-03-06 (See Benefit Code Key) Over PREVAILING Time Holiday Note WAGE Code Code Code ROLLAGON $41.59 1T 5D 8L ROLLER, OTHER THAN PLANT ROAD MIX $38.42 1T 5D 8L ROLLERS, PLANTMIX OR MULTILIFT MATERIALS $40.71 1T 5D 8L ROTO -MILL, ROTO -GRINDER $41.12 1T 5D 8L SAWS, CONCRETE $40 71 1T 5D 8L SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING $41.12 1T 5D 8L OFF-ROAD EQUIPMENT ( UNDER 45 YD) SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING $41.59 1T 5D 8L OFF-ROAD EQUIPMENT (45 YD AND OVER) SCRAPERS, CONCRETE AND CARRY ALL $40.71 1T 5D 8L SCREED MAN $41.12 1T 5D 8L SHOTCRETE GUNITE $38.42 1T 5D 8L SLIPFORM PAVERS $41.59 1T 5D 8L SPREADER, TOPSIDE OPERATOR - BLAW KNOX $41.12 1T 5D 8L SUBGRADE TRIMMER $41.12 1T 5D 8L TOWER BUCKET ELEVATORS $40.71 1T 5D 8L TRACTORS, (75 HP & UNDER) $40.71 1T 5D 8L TRACTORS, (OVER 75 HP) $41,12 1T 5D 8L TRANSFER MATERIAL SERVICE MACHINE $41.12 1T 5D 8L TRANSPORTERS, ALL TRACK OR TRUCK TYPE $41.59 1T 5D 8L TRENCHING MACHINES $40.71 1T 5D 8L TRUCK CRANE OILER/DRIVER ( UNDER 100 TON) $40.71 1T 5D 8L TRUCK CRANE OILER/DRIVER (100 TON & OVER) $41.12 1T 5D 8L TRUCK MOUNT PORTABLE CONVEYER $41.12 1T 5D 8L WHEEL TRACTORS, FARMALL TYPE $38.42 1T 5D 8L YO YO PAY DOZER $41.12 1T 5D 8L POWER EQUIPMENT OPERATORS- UNDERGROUND SEWER & (SEE POWER EQUIPMENT OPERATORS) POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $34.75 4A 5A SPRAY PERSON $33.00 4A 5A TREE EQUIPMENT OPERATOR $33.43 4A 5A TREE TRIMMER $31.10 4A 5A TREE TRIMMER GROUNDPERSON $23.43 4A 5A REFRIGERATION & AIR CONDITIONING MECHANICS MECHANIC $49.18 1Q 5A RESIDENTIAL BRICK & MARBLE MASONS JOURNEY LEVEL $29.00 1 RESIDENTIAL CARPENTERS JOURNEY LEVEL $14.58 1 RESIDENTIAL CEMENT MASONS JOURNEY LEVEL $11.86 1 RESIDENTIAL DRYWALL TAPERS JOURNEY LEVEL $19.08 1 RESIDENTIAL ELECTRICIANS JOURNEY LEVEL $21.98 1 RESIDENTIAL GLAZIERS JOURNEY LEVEL $21.51 1B 61 RESIDENTIAL INSULATION APPLICATORS JOURNEY LEVEL $10.00 1 RESIDENTIAL LABORERS JOURNEY LEVEL $8.00 1 Page 5 YAKIMA COUNTY Effective 03-03-06 ***********:Fir*Ir5k************kk****** *********k***kirk* ********k3 ****h*Aide**ir*****ic****kk**********kirir*ir*******'kit (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code RESIDENTIAL PAINTERS JOURNEY LEVEL $13.89 1 RESIDENTIAL PLUMBERS & PIPEFITTERS JOURNEY LEVEL $15.56 1 RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) $28.27 1B 5A RESIDENTIAL SOFT FLOOR LAYERS JOURNEY LEVEL $17.55 1 RESIDENTIAL TERRAZZO/TILE FINISHERS JOURNEY LEVEL $17.00 1 ROOFERS JOURNEY LEVEL $28.25 2P 51 USING IRRITABLE BITUMINOUS MATERIALS $31.25 2P 51 SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) $38.64 1B 5A SIGN MAKERS & INSTALLERS (NON-ELECTRICAL) JOURNEY LEVEL $14 65 1 SOFT FLOOR LAYERS JOURNEY LEVEL $23.11 1N 5A SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL $7.63 1 SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL $38.95 1R 5Q 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 TELECOMMUNICATION TECHNICIANS TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $20.00 1 TELEPHONE LINE CONSTRUCTION - OUTSIDE CABLE SPLICER $28.92 2B 5A HOLE DIGGER/GROUND PERSON $16.22 2B 5A INSTALLER (REPAIRER) $27 74 2B 5A JOURNEY LEVEL TELEPHONE LINEPERSON $26.90 2B 5A SPECIAL APPARATUS INSTALLER 1 $28.92 2B 5A SPECIAL APPARATUS INSTALLER 11 $28,34 2B 5A TELEPHONE EQUIPMENT OPERATOR (HEAVY) $28.92 2B 5A TELEPHONE EQUIPMENT OPERATOR (LIGHT) $26.90 2B 5A TELEVISION GROUND PERSON $15.39 2B 5A TELEVISION LINEPERSON/INSTALLER $20.45 2B 5A TELEVISION SYSTEM TECHNICIAN $24.32 2B 5A TELEVISION TECHNICIAN $21.88 2B 5A TREE TRIMMER $26.90 2B 5A TERRAZZO WORKERS & TILE SETTERS JOURNEY LEVEL $26.51 2M 5A TILE, MARBLE & TERRAZZO FINISHERS FINISHER $22.71 2M 5A TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $33.40 1K 5A Page 6 YAKIMA COUNTY Effective 03-03-06 ***************************************************************************************************************** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code TRUCK DRIVERS ASPHALT MIX $14.19 1 DUMP TRUCK $30.78 2G 61 DUMP TRUCK & TRAILER $30.78 2G 61 OTHER TRUCKS $30.78 2G 61 TRANSIT MIXER $30.78 2G 61 WELL DRILLERS & IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $11.15 1 OILER $9.20 1 WELL DRILLER $17.68 1 Page 7 BENEFIT CODE KEY - EFFECTIVE 03-03-06 ************************************************************************************************************************ OVERTIME CODES OVERTIME CALCULATIONS ARE BASED ON THE HOURLY RATE ACTUALLY PAID TO THE WORKER. ON PUBLIC WORKS PROJECTS, THE HOURLY RATE MUST BE NOT LESS THAN THE PREVAILING RATE OF WAGE MINUS THE HOURLY RATE OF THE COST OF FRINGE BENEFITS ACTUALLY PROVIDED FOR THE WORKER. 1. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. 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. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE, ALL. OTHER OVERTIME HOURS WORKED SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. D. THE FIRST TWO (2) HOURS BEFORE OR AFTER A FIVE - EIGHT (8) HOUR WORKWEEK DAY OR A FOUR - TEN (10) HOUR WORKWEEK DAY AND THE FIRST EIGHT (8) HOURS WORKED THE NEXT DAY AFTER EITHER WORKWEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL ADDITIONAL HOURS WORKED AND ALL WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. E. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER HOURS WORKED MONDAY THROUGH SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. F. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. G. THE FIRST TEN (10) HOURS WORKED ON SATURDAYS AND THE FIRST TEN (10) HOURS WORKED ON A FIFTH CALENDAR WEEKDAY IN A FOUR - TEN HOUR SCHEDULE, SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. H. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS OR EQUIPMENT BREAKDOWN) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. J. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND ALL HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS OVER TEN (10) HOURS ON THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS WORKED SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. MONDAY THROUGH FRIDAY, 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 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. 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. N. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. 0 ALL HOURS WORKED ON SUNDAYS, HOLIDAYS AND AFTER TWELVE (12) HOURS, MONDAY THROUGH FRIDAY, AND AFTER TEN (10) HOURS ON SATURDAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. P. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) AND SUNDAYS SHALL BE PAID AT ONE AND ONE- HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. Q. BENEFIT CODE KEY - EFFECTIVE 03-03-06 -2- THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND UP TO TEN (10) HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT CHRISTMAS DAY) SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON CHRISTMAS DAY SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. S. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. T. 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:OOAM 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 HOURLYRATE OF WAGE. V. 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. 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 DOUBLE 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. 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. I. ALL HOURS WORKED ON SATURDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE- HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND ON LABOR DAY SHALL BE PAID AT TWO 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, BENEFIT CODE KEY - EFFECTIVE 03-03-06 -3- INCLUDING THE HOLIDAY PAY. ALL HOURS WORKED ON UNPAID HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. 2. K. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY. M. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. 0. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. P. 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 TWO 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). 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). E. HOLIDAYS: NEW YEARS DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, PRESIDENTIAL ELECTION DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). F. HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (11). 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 YEARS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6). J. HOLIDAYS. NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, AND CHRISTMAS DAY (7). N. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (9). P HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (9). 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 YEARS DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (7). T. PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND THE DAY BEFORE OR AFTER CHRISTMAS (10). BENEFIT CODE KEY - EFFECTIVE 03-03-06 -4- 5. V. PAID HOLIDAYS. SIX (6) PAID HOLIDAYS. W. PAID HOLIDAYS: NINE (9) PAID HOLIDAYS. 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). B. PAID HOLIDAYS: NEW YEAR'S EVE DAY, NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS EVE'S DAY, AND CHRISTMAS DAY (9). 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). F. PAID HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (I I). 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) Q. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY (8). UNPAID HOLIDAY: PRESIDENTS' DAY. T. PAID HOLIDAYS• NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (9). 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, AND ONE DAY OF THE EMPLOYEE'S CHOICE (9). 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 OR AFTER 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 (11). NOTE CODES 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 BENEFIT CODE KEY - EFFECTIVE 03-03-06 —5— 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 F OR 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. ON PROJECTS RECEIVE ADDITIONAL HOURLY RRBMII1MS AS FOL OWS - T LVET. A: $1 00, N. WORKERS HAZMAT rt✓✓A a ay..��u aav v.... • ............. ... .... Fry .. -. --' -- - _. -- --' LEVEL B: $0.75, LEVEL C: $0.50, AND LEVEL D: $0.25. SECTION 6 - TECHNICAL SPECIFICATIONS G:\PROJECTS\2006\06028\06028 SPECS.doc 6-1 CITY OF YAKIMA YAKIMA COUNTY, WASHINGTON SPECIAL PROVISIONS FOR LEVEL 2 DOMESTIC WATER SYSTEM IMPROVEMENTS City of Yakima Project No. WA2096 HLA Project Number 06028 CONTENTS PAGE NO. SPECIAL PROVISIONS 6-3 DESCRIPTION OF WORK 6-3 1-01 DEFINITIONS AND TERMS 6-4 1-02 BID PROCEDURES AND CONDITIONS 6-6 1-03 AWARD AND EXECUTION OF CONTRACT 6-10 1-04 SCOPE OF THE WORK 6-12 1-05 CONTROL OF WORK 6-14 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 6-23 1-08 PROSECUTION AND PROGRESS 6-34 1-09 MEASUREMENT AND PAYMENT 6-38 1-10 TEMPORARY TRAFFIC CONTROL 6-43 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP 6-44 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 6-46 2-07 WATERING 6-46 2-09 STRUCTURE EXCAVATION 6-47 2-11 TRIMMING AND CLEANUP 6-47 3-01 PRODUCTION FROM QUARRY AND PIT SITES AND STOCKPILING 6-47 3-02 STOCKPILING AGGREGATES 6-48 4-04 BALLAST AND CRUSHED SURFACING 6-48 5-04 HOT MIX ASPHALT 6-48 7-05 MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS 6-51 7-09 PIPE AND FITTINGS FOR WATER MAIN 6-52 7-12 VALVES FOR WATER MAINS 6-55 7-14 HYDRANTS 6-57 7-15 SERVICE CONNECTIONS 6-58 7-20 HDPE PIPE INSTALLATION REQUIREMENTS (NEW SECTION) 6-59 8-04 CURBS, GUTTERS, AND SPILLWAYS 6-62 8-06 CEMENT CONCRETE DRIVEWAY ENTRANCES 6-63 8-14 CEMENT CONCRETE SIDEWALKS 6-63 APPENDIX CONSTRUCTION SEQUENCE 7-1 AMENDMENTS TO THE 2006 WASHINGTON STATE DOT STANDARD SPECS 8-1 G:\PROJECTS\2006\06028\06028 SPECS.doc 6-2 SPECIAL PROVISIONS FOR CITY OF YAKIMA LEVEL 2 DOMESTIC WATER SYSTEM IMPROVEMENTS City of Yakima Project No. VAVA2096 HLA Project No. 06028 The following Special Provisions are made a part of this contract and supersede any conflicting provisions of the 2006 Standard Specifications for Road, Bridge and Municipal Construction, 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) (******) (Regions date) (BSP date) General Special Provision Notes a revision to a General Special Provision and also notes a Project Specific Special Provision. Region Special Provision Bridges and Structures Special Provision General Special Provisions are similar to Standard Specifications in that they typically apply to many projects, usually in more than one Region. Usually, the only difference from one project to another is the inclusion of variable project data, inserted as a "fill-in". 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 similar to Standard Specifications in that they typicaliy apply to many projects, usually in more than one Region. Usually, the only difference from one project to another is the inclusion of variable project data, inserted as a "fill-in". Project Specific Special Provisions normally appear only in the contract for which they were developed. DESCRIPTION OF WORK The project consists of improvements to the City of Yakima's Level 2 Domestic Water System, including the construction of approximately 165 linear feet of new 24 -inch D.I. water main, 1,950 linear feet of new 18 -inch D.I. water main, 250 linear feet of new 18 -inch HDPE water main, 785 linear feet of new 16 -inch D.I. water main, and 730 linear feet of new 12 -inch D.I. water main; valves, G:\PROJECTS\2006\06028\06028 SPECS.doc 6-3 hydrant assembly, and connections to existing mains; reservoir site grading; removal of existing vaults, pipe, valve, and fittings; abandonment of existing piping; 240 tons of Hot Mix Asphalt; and repair of existing asphalt, gravel, sidewalk, and curb & gutter. This project is divided into four schedules of work to correspond with four distinct geographic areas of work, which are not intended to dictate the order of work. A Construction Sequence is included in the Appendix of the Specifications, which must be closely followed by the Contractor, and may describe work to be completed from more than one schedule of work at the same time. The quantities of work indicated in the proposal are to be considered as estimates and are for comparative bidding purposes only. All payments will be made on the basis of actual field measurement of Contract work completed. All work shall be done in accordance with the Plans, the Standard Specifications for Road, Bridge, and Municipal Construction prepared by the Washington State Department of Transportation dated 2006, referenced codes and organizations, and these Special Provisions. 1-01 DEFINITIONS AND TERMS 1-01.3 DEFINITIONS (******) Section 1-01.3 is supplemented as follows: The terms defined in SECTION 1-01.3 of the Standard Specifications shall be further described by the following: Contracting Agency: Engineer: Working Drawings: 1-01.3 Definitions (October 1, 2005 APWA GSP) City of Yakima 129 North Second Street Yakima, WA 98901 The terms "Contracting Agency", "Agency" and "Owner" are interchangeable. Huibregtse, Louman Associates, Inc. 801 North 39th Avenue Yakima, WA 98902 Working drawings are further defined as electrical diagrams, catalog cut sheets, manufacturer's informational sheets describing salient features, performance curves, or samples of fabricated and manufac- tured items (including mechanical and electrical equipment) required for the construction project. This Section is supplemented with the following: All references in the Standard Specifications to the terms "State", "Department of Transportation", "Washington State Transportation Commission", "Commission", "Secretary of Transportation", "Secretary", "Headquarters", and "State Treasurer" shall be revised to read "Contracting Agency". All references to "State Materials Laboratory" shall be revised to read "Contracting Agency designated location". G:\PROJECTS\2006\06028\06028 SPECS.doc 6-4 The venue of all causes of action arising from the advertisement, award, execution, and performance of the contract shall be in the Superior Court of the County where the Contracting Agency's headquarters are located. Additive A supplemental unit of work or group of bid items, identified separately in the proposal, which may, at the discretion of the Contracting Agency, be awarded in addition to the base bid. Alternate One of two or more units of work or groups of hid items, identified separately in the proposal, from which the Contracting Agency may make a choice between different methods or material of construction for performing the same work. Contract Documents See definition for "Contract". Contract Time The period of time established by the terms and conditions of the contract within which the work must be physically completed. Dates Bid Opening Date The date on which the Contracting Agency publicly opens and reads the bids. Award Date The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive bidder for the work. Contract Execution Date The date the Contracting Agency officially binds the agency to the contract. Notice to Proceed Date The date stated in the Notice to Proceed on which the contract time begins. Substantial Completion Date The day the Engineer determines the Contracting Agency has full and unrestricted use and benefit of the facilities, both from the operational and safety standpoint, and only minor incidental work, replacement of temporary substitute facilities, or correction or repair remains for the physical completion of the total contract. Contract Completion Date The date by which the work is contractually required to be physically completed. The Contract Completion Date will be stated in the Notice to Proceed. Revisions of this date will be authorized in writing by the Engineer whenever there is an extension to the contract time. Physical Completion Date The day all of the work is physically completed on the project. All documentation required by the contract and required by law does not necessarily need to be furnished by the Contractor by this date. Completion Date The day all the work specified in the contract is completed and all the obligations of the Contractor under the contract are fulfilled by the Contractor. All documentation required by the G:\PROJECTS\2006\06028\06028 SPECS.doc 6-5 contract and required by law must be furnished by the Contractor before establishment of this date. Final Acceptance Date The date on which the Contracting Agency accepts the work as complete. Notice of Award The written notice from the Contracting Agency to the successful bidder signifying the Contracting Agency's acceptance of the bid. Notice to Proceed The written notice from the Contracting Agency or Engineer to the Contractor authorizing and directing the Contractor to proceed with the work and establishing the date on which the contract time begins. Traffic Both vehicular and non -vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and equestrian traffic. 1-02 BID PROCEDURES AND CONDITIONS 1-02.1 PREQUALIFICATION OF BIDDERS Delete this Section and replace it with the following: 1-02.1 Qualifications of Bidder (October 1, 2005 APWA GSP) Bidders shall be qualified by experience, financing, equipment, and organization to do the called for in the Contract Documents. The Contracting Agency reserves the right to whatever action it deems necessary to ascertain the ability of the bidder to perform the satisfactorily. 1-02.2 Plans and Specifications (October 1, 2005 APWA GSP) Delete this section and replace it with the following: work take work Information as to where Bid Documents can be obtained or reviewed will be found in the Call for Bids (Advertisement for Bids) for the work. After award of the contract, plans and specifications will be issued to the Contractor at no cost as detailed below: To Prime Contractor Reduced plans (11" x 17") and Contract Provisions Large plans (22" x 34") and Contract Provisions No. of Sets Basis of Distribution 6 Furnished automatically upon award 2 Furnished only upon request Additional plans and Contract Provisions may be purchased by the Contractor by payment of the cost stated in the Call for Bids. G:\PROJECTS\2006\06028\06028 SPECS.doc 6-6 1-02.4 EXAMINATION OF PLANS, SPECIFICATIONS, AND SITE OF WORK 1-02.4(1) GENERAL Add the following paragraph: No pre-bid approval on any proposed substitute equipment shall be granted prior to the bid opening unless specified otherwise in these Specifications. 1-02.5 Proposal Forms (October 1, 2005 APWA GSP) Delete this section and replace it with the foiiowing: At the request of a bidder, the Contracting Agency will provide a proposal form for any project on which the bidder is eligible to bid. v v The proposal form will identify the project and its location and describe the work. it will also list estimated quantities, units of measurement, the items of work, and the materials to be furnished at the unit bid prices. The bidder shall complete spaces on the proposal form that call for, but are not limited to, unit prices; extensions; summations; the total bid amount; signatures; date; and, where applicable, retail sales taxes and acknowledgment of addenda; the bidder's name, address, telephone number, and signature; the bidder's D/M/WBE commitment, if applicable; a State of Washington Contractor's Registration Number; and a Business License Number, if applicable. Bids shall be completed by typing or shall be printed in ink by hand, preferably in black ink. The required certifications are included as part of the proposal form. The Contracting Agency reserves the right to arrange the proposal forms with alternates and additives, if such be to the advantage of the Contracting Agency. The bidder shall bid on all alternates and additives set forth in the proposal forms unless otherwise specified. Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by the signer of the bid. The bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner. A bid by a corporation shall be executed in the corporate name, by the president or a vice president (or other corporate officer accompanied by evidence of authority to sign). A bid by a partnership shall be executed in the partnership name, and signed by a partner. A copy of the partnership agreement shall be submitted with the Bid Form if any D/M/WBE requirements are to be satisfied through such an agreement. A bid by a joint venture shall be executed in the joint venture name and signed by a member of the joint venture. A copy of the joint venture agreement shall be submitted with the Bid Form if any D/ !MBE requirements are to be satisfied through such an agreement. 02064.GR1 Preparation Of Proposal (August 2, 2004) The fifth and sixth paragraphs of Section 1-02.6 are deleted. 1-02.6 PREPARATION OF PROPOSAL (******) Delete the second paragraph and replace with the following: G:\PROJECTS\2006\06028\06028 SPECS.doc 6-7 Any bid item which has a unit price but no extension column amount shall have the extension amount determined by multiplying the unit price times the unit quantity. Any bid item which does not have a unit price but does have an extension column amount shall have the unit price determined by dividing the extension amount by the unit quantity. Should both the unit price and the extension column amount be left blank, then the entire bid shall be considered non-responsive. 1-02.7 Bid Deposit October 1, 2005 APWA GSP Supplement this section with the following: Bid bonds shall contain the following: 1 Contracting Agency -assigned number for the project; 2. Name of the project; 3. The Contracting Agency named as obligee; 4. The amount of the bid bond stated either as a dollar figure or as a percentage which represents five percent of the maximum bid amount that could be awarded; 5. Signature of the bidder's officer empowered to sign official statements. The signature of the person authorized to submit the bid should agree with the signature on the bond, and the title of the person must accompany the said signature; 6. The signature of the surety's officer empowered to sign the bond and the power of attorney. If so stated in the Contract Provisions, bidder must use the bond form included in the Contract Provisions. 1-02.9 Delivery of Proposal (October 1, 2005 APWA GSP) Revise the first paragraph to read: Each proposal shall be submitted in a sealed envelope, with the Project Name and Project Number as stated in the Advertisement for Bids (Call for Bids) clearly marked on the outside of the envelope, or as otherwise stated in the Bid Documents, to ensure proper handling and delivery. This section is supplemented with the following: Clearly identified sealed bids will be received at the following location before the specified time: Office of the Contracting Agency, Yakima City Hall, 129 North Second Street, Yakima, WA 98901, until the time and date set for the bid opening. 1-02.13 Irregular Proposals (October 1, 2005 APWA GSP) Revise item 1 to read: 1. A proposal will be considered irregular and will be rejected if: a. The bidder is not prequalified when so required; b. The authorized proposal form furnished by the Contracting Agency is not used or is altered; G:\PROJECTS\2006\06028\06028 SPECS.doc 6-8 c. The completed proposal form contains any unauthorized additions, deletions, alternate bids, or conditions; d. The bidder adds provisions reserving the right to reject or accept the award, or enter into the contract; e. A price per unit cannot be determined from the bid proposal; f. The proposal form is not properly executed; g. The bidder fails to submit or properly complete a subcontractor list, if applicable, as required in Section 1-02.6. h. The bidder fails to submit or properly complete a Disadvantaged, Minority or Women's Business Enterprise Certification, if applicable, as required in Section 1-02.6; or i. The bid proposal does not constitute a definite and unqualified offer to meet the material terms of the bid invitation. (******) Add the following to Item 2: f. If changes to proposal form entries are not initialized. 1-02.14 Disqualification of Bidders (October 1, 2005 APWA GSP) Revise this section to read: A bidder may be deemed not responsible and the proposal rejected if: 1. More than one proposal is submitted for the same project from a bidder under the same or different names; 2. Evidence of collusion exists with any other bidder or potential bidder. Participants in collusion will be restricted from submitting further bids; 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; 4. An unsatisfactory performance record exists based on past or current Contracting Agency work or for work done for others, as judged from the standpoint of conduct of the work; workmanship; progress; affirmative action; equal employment opportunity practices; or Disadvantaged Business Enterprise, Minority Business Enterprise, or Women's Business Enterprise utilization; 5. There is uncompleted work (Contracting Agency or otherwise) which might hinder or prevent the prompt completion of the work bid upon; 6. The bidder failed to settle bills for labor or materials on past or current contracts; 7. The bidder has failed to complete a written public contract or has been convicted of a crime arising from a previous public contract; 8. The bidder is unable, financially or otherwise, to perform the work; 9. A bidder is not authorized to do business in the State of Washington (not registered in accordance with RCW 18.27); 10. There are any other reasons deemed proper by the Contracting Agency. 1-02.15 Pre Award Information (October 1, 2005 APWA GSP) Revise this section to read: G:\PROJEC T S\2006\0602$\06028 SPECS.doc 6-9 Before awarding any contract, the Contracting Agency may require one or more of these items or actions of the apparent lowest responsible bidder: 1. A complete statement of the origin, composition, and manufacture of any or all materials to be used, 2. Samples of these materials for quality and fitness tests, 3. A progress schedule (in a form the Contracting Agency requires) showing the order of and time required for the various phases of the work, 4. A breakdown of costs assigned to any bid item, 5. Attendance at a conference with the Engineer or representatives of the Engineer, 6. Obtain, and furnish a copy of, a business license to do business in the city or county where the work is located. 7. A copy of State of Washington Contractor's Registration, or 8. Any other information or action taken that is deemed necessary to ensure that the bidder is the lowest responsible bidder. 1-03 AWARD AND EXECUTION OF CONTRACT 1-03.1 Consideration of Bids (January 23, 2006 APWA GSP) Revise the first paragraph to read: After opening and reading proposals, the Contracting Agency will check them for correctness of extensions of the prices per unit and the total price. If a discrepancy exists between the price per unit and the extended amount of any bid item, the price per unit will control. If a minimum bid amount has been established for any item and the bidder's unit or lump sum price is less than the minimum specified amount, the Contracting Agency will unilaterally revise the unit or lump sum price, to the minimum specified amount and recalculate the extension. The total of extensions, corrected where necessary, including sales taxes where applicable and such additives and/or alternates as selected by the Contracting Agency, will be used by the Contracting Agency for award purposes and to fix the Awarded Contract Price amount and the amount of the contract bond. 1-03.2 AWARD OF CONTRACT (******) Add the following: The Contract will be awarded on the basis of the total of all bid items accepted by the Contracting Agency. The Contractor shall submit bids for all schedules and all bid items to be considered as a responsive bidder. The apparent low bidder will be determined based on the combined total of all bid items/schedules. 1-03.3 Execution of Contract (October 1, 2005 APWA GSP) Revise this section to read: Copies of the Contract Provisions, including the unsigned Form of Contract, will be available for signature by the successful bidder on the first business day following award. The number of copies to be executed by the Contractor will be determined by the Contracting Agency. Within ten (10) calendar days after the award date, the successful bidder shall return the signed Contracting Agency -prepared contract, an insurance certification as required by Section 1-07.18, G:\PROJECTS\2006\06028\06028 SPECS.doc 6-10 and a satisfactory bond as required by law and Section 1-03.4. Before execution of the contract by the Contracting Agency, the successful bidder shall provide any pre -award information the Contracting Agency may require under Section 1-02.15. Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency nor shall any work begin within the project limits or within Contracting Agency -furnished sites. The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the Contracting Agency. If the bidder experiences circumstances beyond their control that prevents return of the contract documents within ten (10) calendar days after the award date stated above, the Contracting Agency may grant up to a maximum of thirty (30) additional calendar days for return of the documents, provided the Contracting Agency deems the circumstances warrant it. (******) Add the following: Failure to return the required documents within the allotted time shall be considered as non- roonnnc.ivo nnrl shall result in forfeit of the nl hand deposit of the bidder I �.e 0I.JVI IJI VG and shall 1 0LIIL in forfeiture of LI IG proposal bond S1I U6 -..p VJIL of LI IC LJIUfll I 1n accordance with Section 1-03.5. 1-03.4 Contract Bond (October 1, 2005 APWA GSP) Revise the first paragraph to read: The successful bidder shall provide an executed contract bond for the full contract amount. This contract bond shall: 1. Be on a Contracting Agency -furnished form; 2. Be signed by an approved surety (or sureties) that: a. Is registered with the Washington State Insurance Commissioner, and b. Appears on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner, 3. Be conditioned upon the faithful performance of the contract by the Contractor within the prescribed time; 4. Guarantee that the surety shall indemnify, defend, and protect the Contracting Agency against any claim of direct or indirect loss resulting from the failure: a. Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors of the Contractor) to faithfully perform the contract, or b. Of the Contractor (or the subcontractors or lower tier subcontractors of the Contractor) to pay all laborers, mechanics, subcontractors, lower tier subcontractors, materialperson, or any other person who provides supplies or provisions for carrying out the work; 5. Be accompanied by a power of attorney for the Surety's officer empowered to sign the bond; and 6. Be signed by an officer of the Contractor empowered to sign official statements (sole proprietor or partner). If the Contractor is a corporation, the bond must be signed by the president or vice-president, unless accompanied by written proof of the authority of the individual signing the bond to bind the corporation (i.e., corporate resolution, power of attorney or a letter to such effect by the president or vice-president). (******) Add the following: G:\PROJECTS\2000\06020\06028 SPECS.doc 6-11 The Contractor shall guarantee the material provided and workmanship performed under the Contract for a period of one year from and after the final acceptance thereof by the Contracting Agency. In addition to the requirements for the Contract Bond according to SECTION 1-03.4 of the Standard Specifications, the Bond shall further indemnify and hold the Contracting Agency harmless from defects appearing or developing in the material or workmanship provided or performed under the Contract within a period of one year after final acceptance by the Contracting Agency. The Contract Bond shall be in the form of the Contract Bond document bound in these Specifications. 1-04 SCOPE OF THE WORK 1-04.1(2) BID ITEMS NOT INCLUDED IN THE PROPOSAL Delete the first paragraph in its entirety and replace it with the following: If work is required to complete the project according to the intent of the Plans and Specifica- tions but no bid item is provided in the Bid Schedule, then the Contractor shall include the cost for providing the necessary work in the unit or lump sum price for the bid item most closely related to the work. 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda (October 1, 2005 APWA GSP) Revise the second paragraph to read: Any inconsistency in the parts of the contract shall be resolved by following this order of precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 1. Addenda, 2. Proposal Form, 3. Special Provisions, including APWA General Special Provisions, if they are included, 4. Contract Plans, 5. Amendments to the Standard Specifications, 6. WSDOT/APWA Standard Specifications for Road, Bridge and Municipal Construction, 7. Contracting Agency's Standard Plans (if any), and 8. WSDOT/APWA Standard Plans for Road, Bridge, and Municipal Construction. 1-04.4 CHANGES Add the following: No changes in the work covered by the approved Contract Documents shall be made without having prior written or oral (as deemed appropriate due to urgency of change) approval of the Owner. Charges or credits for the work covered by the approved change shall be determined by one or more, or a combination of the following methods: a. Unit bid prices previously approved. b. An agreed lump sum. c. The actual costs of: (1) Labor, including foremen; G:\PROJECTS\2006\06028\06028 SPECS.doc 6-12 (2) Materials entering permanently into the work; (3) The ownership or rental costs of construction plant and equipment during the time of use on the extra work; (4) Power and consumable supplies for the operation of power equipment; (5) Insurance; (6) Social Security and old age and unemployment contributions. Should authorized changes be made based upon the actual cost of material and labor, the costs thereof and costs allowed for overhead profit, bonds, insurance, etc., shall be determined via SECTION 1-09 6 FORCE ACCOUNT of the Standard Specifications. Delete the last two paragraphs in their entirety and replace with the following: After bid award, the Contractor may submit proposais for changing the Pians, Specifications, or other requirements of the Contract. These proposals must reduce the cost or time required for construction of the project. If determined appropriate by the Contracting Agency, a change order will be executed implementing the proposed change/changes. 1-04.6 VARIATION IN ESTIMATED QUANTITIES (******) Add the following: The quantities of the following Bid Proposal Items are estimates for bidding purposes only. There will be no adjustments in price due to increases or decreases in quantities regardless of the magnitude. The 25 percent provisions of this Section 1-04.6 shall not apply to the Bid items listed below. Payment will be made at the unit contract price for actual quantities of work completed. All Bid Items 1-04.11 FINAL CLEANUP Add the following: Partial cleanup shall be done by the Contractor when he feels it is necessary or when, in the opinion of the Contracting Agency, partial cleanup should be done prior to either final cleanup or final inspection. The cleanup work shall be done immediately upon written notification of the Engineer and other work shall not proceed until this partial cleanup is accomplished. Should the Contractor not conduct the cleanup as directed and in a timely manner, the Owner shall take action to have such cleanup work completed by others and will deduct such costs from any payment due the Contractor. 1-04.12 WASTE SITE (NEW SECTION) (******) The following new section shall be added to the Standard Specifications: Where there is additional waste excavation in excess of that needed for the project and in excess of that needed for compliance with requests of the Owner, the Contractor shall secure and operate his own waste site at his own expense. The Contractor shall also be required to secure and operate his own waste site at his own expense for the disposal of all unsuitable material, asphalt, concrete, debris, waste material, and any other objectionable material which is directed to waste by the Engineer. The Contractor shall comply with the State of Washington's regulations regarding disposal of waste material as outlined in WAC 172-304, Subchapter 461. G:\PROJECTS\2006\06028\06028 SPECS.doc 6-13 1-05 CONTROL OF WORK Add the following: The Contractor's attention is specifically directed to the following provisions of this SECTION 1-05: • SECTION 1-05.4, CONFORMITY WITH AND DEVIATIONS FROM PLANS AND STAKES; paragraphs 3 through 7. • SECTION 1-05.6, INSPECTION OF WORK AND MATERIALS: paragraphs 1, 3, 4, and 5. • SECTION 1-05.13, SUPERINTENDENTS, LABOR, AND EQUIPMENT OF CONTRAC- TOR: paragraphs 2 and 3. Although specific attention is directed to the above sections, it shall not relieve the Contractor from the requirements of the remaining provisions of this section. 1-05.1 AUTHORITY OF THE ENGINEER (******) This section is supplemented with the following: Unless otherwise expressly provided in the Contract Drawings, Specifications, and Addenda, the means and methods of construction shall be such as the Contractor may choose; subject, however, to the Engineer's right to reject means and methods proposed by the Contractor which (1) will constitute or create a hazard to the work, or to persons or property; or (2) will not produce finished work in accordance with the terms of the Contract. The Engineer's approval of the Contractor's means and methods of construction or his failure to exercise his right to reject such means or methods shall not relieve the Contractor of the obligation to accomplish the result intended by the Contract; nor shall the exercise of such right to reject create a cause for action for damages. 1-05.3 PLANS AND WORKING DRAWINGS (******) Add the following: A project construction sequence is included in the Appendix of these Specifications and shall be considered part of the Contract Documents. The specifics of the order of work may be at the Contractor's option, but shall closely follow the construction sequence outlined. The Contractor may submit an alternate construction sequence for review and approval prior to construction. Delete the third through fifth paragraphs of Section 1-05.3 of the Standard Specifications and replace them with the following: The submittal of Shop Drawings will not be required for this project, nor will the Engineer review any Shop Drawings submitted by the Contractor. If Shop Drawings are submitted, they will be marked "NOT REVIEWED" and returned to the Contractor. The materials and quality of the final constructed product are shown on the Plans and speci- fied herein. It shall be the Contractor's responsibility to verify all quantities, dimensions, field construction criteria, materials, catalog numbers, or similar data to assure all portions of the work are coordinated and completed in compliance with the Plans and Specifications. The Contractor assumes full responsibility for all means, methods, sequences, techniques or procedures of construction, and for safety precautions or programs incidental thereto. G:\PROJECTS\2006\06028\06028 SPECS.doc 6-14 1-05.3(1) PROJECT RECORD DRAWINGS (NEW SECTION) (******) The following new section shall be added to the Standard Specifications: The Contractor shall maintain a neatly marked, full-size set of record drawings showing the final location and layout of all new construction. Drawings shall be kept current weekly, with all field instruction, change orders, and construction adjustment. Drawings shall be subject to the inspection of the Engineer at all times. Prior to acceptance of the work, the Contractor shall deliver to the Engineer one set of neatly marked record drawings showing the information required above. Requests for partial payment will not be approved if the marked -up prints are not kept currena final well not beapproved until marked-up`- �,u11Cu�, and request forfinal payment will a�(.rrUveu until the �iri�iz� are delivered to the Engineer. 1-05.4 CONFORMITY WITH AND DEVIATION FROM PLANS AND STAKES Add lb... foll.....i..... .b ction: t %UU t.he following new sub -section: 1. 1-05.4(1) Roadway and Utility Surveys (October 1, 2005 APWA GSP) The Engineer shall furnish to the Contractor one time only all principal lines, grades, and measurements the Engineer deems necessary for completion of the work. These shall generally consist of one initial set of: 1. Offset points to establish line and grade for underground utilities such as water main. 1-05.4(1) ROADWAY AND UTILITY SURVEYS (******) This section is supplemented with the following: The Engineer will establish the line and grade of proposed construction by offset stakes, the centerline for minor structures, and establish bench marks at convenient locations for use by the Contractor. The Contractor shall establish grades from the Engineer's stakes at suitable intervals in accordance with good practice and which meet with the approval of the Engineer. Where any information on the Plans is insufficient for establishing line and/or grade, the Contractor shall request additional information from the Engineer. Where new construction adjoins existing construction, the Contractor shall make such adjustments in grade as are directed by the Engineer. The Engineer will perform all surveying necessary to check compliance with the Specifications and as required for measuring the quantities of work as specified. The Contractor shall furnish assistance to the Engineer in checking depth and measuring quantities for payment purposes. Any charges incurred by the Engineer to replace stakes, markers, and monumentation which were not to be disturbed but were damaged by the Contractor's operations, shall be calculated on an hourly basis at the Engineer's normal hourly billing rates in effect at that time for the individuals and equipment required to do the work, including travel time and overtime. The Contractor does hereby authorize the Contracting Agency to deduct such costs from the amounts due or to become due to him. Any claim by the Contractor for extra compensation by reason of alterations or reconstruction work allegedly due to error in the Engineer's line and grade, will not be allowed unless the original control points set by the Engineer still exist, or unless other satisfactory substantiating evidence to prove the error is furnished the Engineer. Three consecutive points set on line or grade shall be the minimum points used to determine any variation from G:\PROJECTS\2006\06028\06028 SPECS.doc 6-15 a straight line or grade. Any such variation shall, upon discovery, be reported to the Engineer. In the absence of such report, the Contractor shall be liable for any error in alignment or grade. The following new section shall be added: All staking requests shall be made on the "Construction Staking Request Form" found on the following page. The form shall be delivered or faxed to the Engineer's office at least three (3) working days prior to the date requested for staking. The Contractor shall provide a brief description of the staking needed,the approximate location (station to station), and when the staking will be required. The request shall be reviewed with the Engineer and both parties shall sign the form. When the staking is completed, the survey party chief will initial and date the form. Requests for re -stakes shall be marked boldly in the description and initialed by both the Contractor and the Engineer. G:\PROJECTS\2006\06028\06028 SPECS.doc 6-16 CONSTRUCTION STAKING REQUEST FORM FAX TO: ERIC HERZOG, P.L.S. at (509) 965-3800 Project Name CITY OF YAKIMA Project No. 06028 LEVEL 2 DOMESTIC WATER SYSTEM IMPROVEMENTS Contractor: Date of Request: Time of Request The Contractor shall provide at least three (3) working days notice as required by the Contract Special Provisions. WHEN REQUIRED ITEM DESCRIPTION STATION TO STATION DATE TIME 1. 2. 3. 4. SIGNATURES STAKING COMPLETED Contractor Huibregtse, Louman Associates, Inc. G:\PRGJECTS\2006\06028\06028 SPECS.doc 6-17 Item By Date/Time 1. 2. 3. 4. 1-05.5 SURVEY MONUMENTS (NEW SECTION) (******) The following new section shall be added to the Standard Specifications: The Contracting Agency will, at its own cost, reference all known existing monuments or mark- ers relating to subdivisions, plats, roads, street centerline intersections, etc. The Contractor shall take special care to protect these monuments or markers and also the reference points. In the event the Contractor is negligent in preserving such monuments and markers, the points will be reset by a licensed surveyor at the Contractor's expense. 1-05.7 Removal of Defective and Unauthorized Work (October 1, 2005 APWA GSP) Supplement this section with the following: If the Contractor fails to remedy defective or unauthorized work within the time specified in a written notice from the Engineer, or fails to perform any part of the work required by the Contract Documents, the Engineer may correct and remedy such work as may be identified in the written notice, with Contracting Agency forces or by such other means as the Contracting Agency may deem necessary. If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have work the Contractor refuses to perform completed by using Contracting Agency or other forces. An emergency situation is any situation when, in the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk of loss or damage to the public. Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from monies due, or to become due, the Contractor. Such direct and indirect costs shall include in particular, but without limitation, compensation for additional professional services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized work. No adjustment in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the Contracting Agency's rights provided by this Section. The rights exercised under the provisions of this section shall not diminish the Contracting Agency's right to pursue any other avenue for additional remedy or damages with respect to the Contractor's failure to perform the work as required. 1-05.10(1) GENERAL GUARANTY AND WARRANTY (NEW SECTION) (******) The following new section shall be added to the Standard Specifications: If, within one year after the date of Final Acceptance of the Work by the Contracting Agency, defective and unauthorized work is discovered, the Contractor shall promptly, upon written request by the Contracting Agency, return and in accordance with the Engineer's instructions, either correct such work or, if such work has been rejected by the Engineer, remove it from the Project Site and replace it with non -defective and authorized work, all without cost to the Contracting Agency. If the Contractor does not promptly comply with the written request to correct defective and unauthorized work, or if an emergency exists, the Contracting Agency reserves the right to have defective and unauthorized work corrected or rejected, removed, and replaced pursuant to the provisions of SECTION 1-05.7 of these Specifications. G:\PROJECTS\2006\06028\06028 SPECS.doc 6-18 The Contractor agrees the above one-year limitation shall not exclude nor diminish the Contracting Agency's rights under any law to obtain damages and recover costs resulting from defective and unauthorized work discovered after one year but prior to the expiration of the legal time period set forth in RCW 9.16.040 limiting actions upon a contract in writing or liability, expressed or implied, arising out of a written agreement. 1-05.11 FINAL INSPECTION Delete this section and replace it with the following: 1-05.11 Final Inspections and Operational Testing (October 1, 2005 APWA GSP) 1-05.11(1) SUBSTANTIAL COMPLETION DATE When the Contractor considers the work to be substantially complete, the Contractor shall so notify the Engineer and request the Engineer establish the Substantial Completion Date. The Contractor's request shall list the 3pecific items U1 work that remain to be completed 1_ order 1U reach physical completion. The Engineer will schedule an inspection of the work with the Contractor to determine the status of completion. The Engineer may also establish the Substantial Completion Date unilaterally. If, after this inspection, the Engineer concurs with the Contractor that the work is substantially complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the Substantial Completion Date. If, after this inspection the Engineer does not consider the work substantially complete and ready for its intended use, the Engineer will, by written notice, so notify the Contractor giving the reasons therefor. Upon receipt of written notice concurring in or denying substantial completion, whichever is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized interruption, the work necessary to reach Substantial and Physical Completion. The Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work. The above process shall be repeated until the Engineer establishes the Substantial Completion Date and the Contractor considers the work physically complete and ready for final inspection. Add the following: To be considered substantially complete, the following conditions must be met: 1. The Contracting Agency must have full and unrestricted use and benefit of the facilities, both from the operational and safety standpoint. 11 11 2. Only minor incidental work, replacement of temporary substitute facilities, or correction or repair work remains to reach physical completion of the work. 1-05.11(2) FINAL INSPECTION AND PHYSICAL COMPLETION DATE (******) When the Contractor considers the work physically complete and ready for final inspection, the Contractor by written notice, shall request the Engineer to schedule a final inspection. The Engineer will set a date for final inspection. The Engineer and the Contractor will then make a final inspection and the Engineer will notify the Contractor in writing of all particulars in which the final inspection reveals the work incomplete or unacceptable. The Contractor shall immediately take such corrective measures as are necessary to remedy the listed deficiencies. Corrective work shall be pursued vigorously, diligently, and without interruption until physical completion of G:\PROJEC l S'2006\06028\06028 SPECS.doc 6-19 the listed deficiencies. This process will continue until the Engineer is satisfied the listed deficiencies have been corrected. If action to correct the listed deficiencies is not initiated within 7 days after receipt of the written notice listing the deficiencies, the Engineer may, upon written notice to the Contractor, take whatever steps are necessary to correct those deficiencies pursuant to Section 1-05.7. The Contractor will not be allowed an extension of contract time because of a delay in the performance of the work attributable to the exercise of the Engineer's right hereunder. Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting Agency, in writing, of the date upon which the work was considered physically complete. That date shall constitute the Physical Completion Date of the contract, but shall not imply acceptance of the work or that all the obligations of the Contractor under the contract have been fulfilled. 1-05.11(3) OPERATIONAL TESTING (******) It is the intent of the Contracting Agency to have at the Physical Completion Date a complete and operable system. Therefore when the work involves the installation of machinery or other mechanical equipment; street lighting, electrical distribution or signal systems; irrigation systems; buildings; or other similar work it may be desirable for the Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the physical completion date. Whenever items of work are listed in the Contract Provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment which prove faulty, or that are not in first class operating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing, shall be included in the unit contract prices related to the system being tested, unless specifically set forth otherwise in the proposal. Operational and test periods, when required by the Engineer, shall not affect a manufacturer's guaranties or warranties furnished under the terms of the contract. 1-05.13 Superintendents, Labor and Equipment of Contractor (October 1, 2005 APWA GSP) Revise the seventh paragraph to read: Whenever the Contracting Agency evaluates the Contractor's qualifications pursuant to Section 1-02.1, the Contracting Agency will take these performance reports into account. 1-05.16 Water and Power (New Section) (October 1, 2005 APWA GSP) Water for construction purposes shall be furnished and applied in accordance with these provisions and SECTION 2-07 of the Standard Specifications modified as follows: Water Supply: Water for use on the projects shall be furnished by the Contracting Agency and the Contractor shall convey the water from the nearest convenient hydrant or other G:\PROJECTS\2006\06028\06028 SPECS.doc 6-20 source at his own expense. The hydrants shall be used in accordance with the appropriate Water Department regulations. Measurement and Payment: No separate measurement or payment for water will be made. This pertains to water required for dust control, water settling trenches, and any other water as required by the Contract Documents. All costs for hauling, conveying, and applying water shall be included in the various bid items of the proposal. 1-05.17 Oral Agreements (New Section) (October 1, 2005 AWPA GSP) No oral agreement or conversation with any officer, agent, or employee of the Contracting Agency, either before or after execution of the contract, shall affect or modify any of the terms or obligations contained in any of the documents comprising the contract. Such oral agreement or conversation shall be considered as unofficial information and in no way binding upon the Contracting Agency, unless subsequently put in writing and signed by the Contracting Agency. 1-05.18 TESTING (NEW SECTION) The following new section i shall be added to the Standard Specifications: The Contractor shall be responsible for scheduling and paying for all material testing required by these Contract Documents. All testing services shall be performed by an independent, certified testing firm and/or laboratory meeting the approval of the Engineer. The Contractor shall submit information relating to the qualifications of the proposed testing firm to the Engineer for review and approval prior to the preconstruction conference. The testing frequencies listed below may be modified to assure compliance with the Specifications. Trench Backfill Copies of moisture -density curves for each type of material encountered and copies of all test results shall be provided to the Engineer as construction progresses. Compaction tests shall be taken at a frequency and at depths sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for each 100 linear feet of mainline pipeline trench and one (1) test for each street crossing. At alternating 100 -foot locations along the main trench line, tests shall be taken at 1 -foot, 2 -foot, and 3 -foot depths below finish grade. The Engineer may request additional tests be performed at the Contractor's expense, if test results do not meet the required trench backfill densities. All trenches shall be backfilled and compacted to at least 95 percent of maximum density as determined by ASTM D 698 (Standard Proctor). Roadway Embankment Copies of the moisture density curves for each type of material encountered and copies of all test results shall be provided to the Engineer as construction progresses. Compaction tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for every 5,000 square feet of surface area for each lift of roadway embankment. The Engineer may request additional tests be performed at the Contractor's expense, if test results do not meet the required subgrade densities. G:\PROJECTS\ 2006\06028\06028 SPECS.doc 6-21 Roadway embankment compaction shall be as specified in SECTION 2-03.3(14). Roadway Subgrade Copies of the moisture density curves for each type of material encountered and copies of all test results shall be provided to the Engineer as construction progresses. Compaction tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for every 5,000 square feet of subgrade. The Engineer may request additional tests be performed at the Contractor's expense, if test results do not meet the required subgrade densities. Subgrade compaction shall be as specified for Roadway Embankment. Ballast and Crushed Surfacing Copies of the moisture density curves for each type of material incorporated into the project and copies of all test results shall be provided to the Engineer as construction progresses. Compaction tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for every 5,000 square feet of surface area for each lift of ballast or crushed surfacing. The Engineer may request additional tests be performed at the Contractor's expense, if test results do not meet the required subgrade densities. Compaction of ballast and crushed surfacing shall be as specified in SECTION 4- 04.3(5). Cement Concrete Curb, Gutter, and Sidewalk A copy of the cement concrete design mix or certification from the concrete supplier that the concrete provided has been prepared to the strength requirement as specified elsewhere in these Specifications. Concrete strength cylinders shall be taken and tested each day, and every fourth truckload of concrete delivered to the job. All testing procedures shall be conducted in accordance with applicable Sections of Division 6-02 of the Standard Specifications. Copies of all test results shall be provided to the Engineer as construction progresses. Asphalt Paving Copies of the maximum Rice density test for each class of asphalt pavement and copies of all test results shall be provided to the Engineer as construction progresses. Density tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for every 2,500 square feet of surface area for each lift of asphalt pavement. The Engineer may request additional tests be performed at the Contractor's expense, if test results do not meet the required subgrade densities. G:\PROJECTS\2006\06028\06028 SPECS.doc 6-22 Compaction of asphalt pavement shall be as specified in SECTION 5-04.3(10)B. 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.1 LAWS TO BE OBSERVED Add the following: Amend the second sentence of the first paragraph to read: The Contractor shall indemnify and save harmless the State (including the Commission, the Secretary, and any agents, officers, and employees) and the Contracting Agency (including any agents, officers, employees, yees, and representatives) against anyclaims which mayarise � p Y representatives) "9 because the Contractor (or any employee of the Contractor or subcontractor or materialman) violated a legal requirement. (October 1, 2005 APWA GSP) Supplement this section with the following: In cases of conflict between different safety regulations, the more stringent regulation shall apply. The Washington State Department of Labor and Industries shall be the sole and paramount administrative agency responsible for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA). The Contractor shall maintain at the project site office, or other well known place at the project site, all articles necessary for providing first aid to the injured. The Contractor shall establish, publish, and make known to all employees, procedures for ensuring immediate removal to a hospital, or doctor's care, persons, including employees, who may have been injured on the project site. Employees should not be permitted to work on the project site before the Contractor has established and made known procedures for removal of injured persons to a hospital or a doctor's care. The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the Contractor's plant, appliances, and methods, and for any damage or injury resulting from their failure, or improper maintenance, use, or operation. The Contractor shall be solely and completely responsible for the conditions of the project site, including safety for all persons and property in the performance of the work. This requirement shall apply continuously, and not be limited to normal working hours. The required or implied duty of the Engineer to conduct construction review of the Contractor's performance does not, and shall not, be intended to include review and adequacy of the Contractor's safety measures in, on, or near the project site. 1-07.2 STATE SALES TAX Delete this section, including its sub -sections, in its entirety and replace it with the following: 1-07.2 State Sales Tax (October 1, 2005 APWA GSP) 1-07.2(1) GENERAL The Washington State Department of Revenue has issued special rules on the State sales tax. Sections 1-07.2(1) through 1-07.2(4) are meant to clarify those rules. The Contractor should contact the Washington State Department of Revenue for answers to questions in this area. The G:\PROJECTS\2006\06028\06028 SPECS.doc 6-23 Contracting Agency will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability. The Contractor shall include all Contractor -paid taxes in the unit bid prices or other contract amounts. In some cases, however, state retail sales tax will not be included. Section 1-07.2(3) describes this exception. The Contracting Agency will pay the retained percentage only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all contract -related taxes have been paid (RCW 60.28.050). The Contracting Agency may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of Revenue, whether the amount owed relates to this contract or not. Any amount so deducted will be paid into the proper State fund. 1-07.2(2) State Sales Tax — Rule 171 WAC 458-20-171, and its related rules, apply to building, repairing, or improving streets, roads, etc., which are owned by a municipal corporation, or political subdivision of the state, or by the United States, and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included as a part of the street or road drainage system and power lines when such are part of the roadway lighting system. For work performed in such cases, the Contractor shall include Washington State Retail Sales Taxes in the various unit bid item prices, or other contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the work. 1-07.2(3) State Sales Tax — Rule 170 WAC 458-20-170, and its related rules, apply to the constructing and repairing of new or existing buildings, or other structures, upon real property. This includes, but is not limited to, the construction of streets, roads, highways, etc., owned by the state of Washington; water mains and their appurtenances; sanitary sewers and sewage disposal systems unless such sewers and disposal systems are within, and a part of, a street or road drainage system; telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of a street or road lighting system; and installing or attaching of any article of tangible personal property in or to real property, whether or not such personal property becomes a part of the realty by virtue of installation. For work performed in such cases, the Contractor shall collect from the Contracting Agency, retail sales tax on the full contract price. The Contracting Agency will automatically add this sales tax to each payment to the Contractor. For this reason, the Contractor shall not include the retail sales tax in the unit bid item prices, or in any other contract amount subject to Rule 170, with the following exception. Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit bid item prices or in any other contract amount. 1-07.2(4) SERVICES The Contractor shall not collect retail sales tax from the Contracting Agency on any contract wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 244). O706.GR1 Permits And Licenses Section 1-07.6 is supplemented with the following: G:\PROJECTS\2006\06028\06028 SPECS.doc 6-24 07061.GRI (March 13, 1995) No hydraulic permits are required for this project unless the Contractor's operations use, divert, obstruct, or change the natural flow or bed of any river or stream, or utilize any of the waters of the State or materials from gravel or sand bars, or from stream beds. 1-07.9(5) REQUIRED DOCUMENTS Add the following: If using the occupation code for wage affidavits and payrolls and if the project involves more than one jurisdictional area, the Contractor shall reference the area just after the occupation code number. For exampie: 10-0010 Yak.E. 1-07.13(3) RELIEF OF RESPONSIBILITY FOR DAMAGE BY PUBLIC TRAFFIC Replace with the following: When it is necessary for public traffic to utilize the street and associated facilities during construction, the Contractor shall be responsible for damages to permanent work. The Contractor shall provide all necessary protection and temporary facilities to accommodate both vehicular and pedestrian traffic during construction. 1-07.17 UTILITIES AND SIMILAR FACILITIES 0717.FR1 (February 5, 2001) Utilities and Similar Facilities Section 1-07.1 is supplemented with the following: Public and private utilities, or their contractors, will furnish all work necessary to adjust, relocate, replace, or construct their facilities unless otherwise provided for in the Plans or these Special Provisions. Such adjustment, relocation, replacement, or construction will be done during the prosecution of the work for this project. The following addresses and telephone number of utility companies known or suspected of having facilities within the project limits are supplied for the Contractor's convenience: City of Yakima 129 North Second Street, Yakima, WA 98901 (509) 698-7328 Pacific Power 500 N. Keys Road, Yakima, WA 98901 (509) 575-3146 Ellensburg Telephone 305 N Ruby Street, Ellensburg, WA 98926 (509) 925-1425 Charter Communications 1005 No. 16th Ave., Yakima, WA 98902 (509) 494-7715 Cascade Natural Gas P 0 Box 1286, Yakima, WA 98907 (509) 457-5905 Qwest 8 S. 2nd Avenue, Yakima, WA 98902 (509) 575-7183 Yakima-Tieton Irrigation 470 Camp 4 Road, Yakima, WA 98908 (509) 678-4101 Yakima Valley Canal 1640 Garrison Lane, Yakima, WA 98908 (509) 966-2300 Naches-Cowiche Canal 5461 W. Powerhouse Rd., Yakima, WA 98908 (509) 930-9001 Locations and dimensions shown on the Plans for existing facilities are in accordance with available information obtained without uncovering, measuring, or other verification. It shall be the Contractor's responsibility to investigate the presence and location of all utilities prior to bid opening and to assess their impacts on his construction activities. The Contractor shall call the Utility Notification Center (One Call Center) for field location, not less than two nor more than ten business days before the scheduled date for commencement of excavation which may affect underground utility facilities, unless otherwise agreed upon by the parties involved. A business day is defined as any day other than Saturday, Sunday, or a legal local, state, or federal holiday. The telephone number for G:\PROJECTS\2006\06028\06028 SPECS.doc 6-25 the One Call Center for this project is 1-800-424-5555. If no one -number locator service is available, notice shall be provided individually by the Contractor to those owners known to or suspected of having underground facilities within the area of proposed excavation. Utilities, new or old, may be renewed, relocated, or adjusted for the proposed construction. The Contractor shall, prior to beginning any work, meet with all utility organizations (public and private) in the field to familiarize himself with existing utility locations, along with familiar- izing himself with plans and schedules for the installation of new, relocated, or adjusted utilities. Both public and private utility organizations, along with private contractors working for these organizations, may be doing utility installations within the area. The proposed con- struction work must be coordinated with these utility installations. The Contractor shall arrange with the owners and operators of the respective utility systems to mark the locations and, if necessary or prudent, to expose the existing utilities prior to construction of the facilities contained in this Contract. The Contractor shall coordinate his work with other contractors who may be working in the project area and cooperate with them. 1-07.18 PUBLIC LIABILITY AND PROPERTY DAMAGE INSURANCE Delete this section in its entirety, and replace it with the following: 1-07.18 Public Liability and Property Damage Insurance (October 1, 2005 APWA GSP) 1-07.18(1) GENERAL REQUIREMENTS The Contractor shall obtain and keep in force during the term of the contract and until 30 days after the physical completion date, unless otherwise indicated below, the following insurance with insurance companies or through sources approved by the State Insurance Commissioner pursuant to Title 48 RCW. The insurance provided must be with an insurance company with a rating of A-: VII or higher in the A.M. Best's Key Rating Guide, which is licensed to do business in the state of Washington (or issued as a surplus line by a Washington Surplus lines broker). The Contracting Agency reserves the right to approve the security of the insurance provided, the company, terms and coverage, and the Certificate of Insurance. If any policy is written on a claims made form, the retroactive date shall be prior to or coincident with the effective date of this contract. The policy shall state that coverage is claims made, and state the retroactive date. Claims made form coverage shall be maintained by the Contractor for a minimum of three years following the expiration or earlier termination of this contract, and the Contractor shall annually provide the Contracting Agency with proof of renewal. If renewal of the claims made form of coverage becomes unavailable, or economically prohibitive, the Contractor shall purchase an extended reporting period ("tail") or execute another form of guarantee acceptable to the Contracting Agency to assure financial responsibility for liability for services performed. The policies of insurance shall contain a "cross liability" endorsement substantially as follows: The inclusion of more than one insured under this policy shall not affect the rights of any insured as respects any claim, suit, or judgment made or brought by or for any other insured or by or for any employee of any other insured. This policy shall protect each insured in the same manner as though a separate policy had been issued to each, except that nothing herein shall operate to increase the company's liability beyond the amount or amounts for which the company would have been liable had only one insured been named. G:\PROJECTS\2006\06028\06028 SPECS.doc 6-26 The policies of insurance for general, automobile, and pollution policies shall be specifically endorsed to name the Contracting Agency and its officers, elected officials, employees, agents and volunteers, and any other entity specifically required by the Contract Provisions, as additional insured(s). In addition, Contractor's insurance shall be primary as respects the Contracting Agency, and any other insurance maintained by the Contracting Agency shall be excess and not contributing insurance with the Contractor's insurance. The Contracting_ Agency shall be given at least 45 days prior written notice of any cancellation, reduction in coverage, or other material change in any insurance policy. Insurance shall provide coverage to the Contractor, all subcontractors, and the Contracting Agency. The coverage shall protect against claims for personal injuries, inciuding accidental death, as well as claims for property damages which may arise from any act or omission of the Contractor or the subcontractor, or by anyone directly or indirectly employed by either of them. Contractor hereby assumes all risk of damage to its property, or injury to its officers, directors, agents, contractors, or invitees, in or about the Property from any cause, and hereby waives aii claims against the Contracting Agency. The Contractor further waives, with respect to the Contracting Agency only, its immunity under RCW Title 51, industrial insurance. Upon request, the Contractor shall forward to the Contracting Agency the original policy, or endorsement obtained, to a Contractor's policy currently in force. The Contractor shall not begin work under the contract until the required insurance has been obtained and approved by the Contracting Agency. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract upon which the Contracting Agency may, after giving five working days notice to the Contractor to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the Contracting Agency on demand, or at the sole discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting Agency. All costs for insurance shall be incidental to and included in the unit contract prices of the contract and no additional payment will be made. (******) This section is supplemented with the following: Within ten (10) days following contract award or prior to start of construction, whichever comes first, the Contractor shall furnish the Owner a Certificate of Insurance and the additional insured endorsements as evidence of compliance with these requirements. This certificate shall name the City of Yakima, its employees, agents, elected and appointed officials, Huibregtse, Louman Associates, Inc., and all subcontractors as "additional insureds" and shall stipulate that the policies named thereon cannot be canceled unless at least forty-five (45) days written notice has been given to the Owner. The certificate shall not contain the following or similar wording regarding cancellation notification: "Failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents, or representatives." 1-07.18(2) Coverages and Limits The insurance shall provide the minimum coverages and limits set forth below. Providing coverage in these stated minimum limits shall not be construed to relieve the Contractor from G:\PROJECTS\2006\06028\06028 SPECS.doc 6-27 liability in excess of such limits. All deductibles must be disclosed and are subject to approval by the Contracting Agency. The cost of any claim payments falling within the deductible shall be the responsibility of the Contractor. 1. A policy of Commercial General Liability Insurance, written on an insurance industry standard occurrence form: (CG 00 01) or equivalent, including all the usual coverage known as: Per project aggregate endorsement (CG2503) Premises/Operations Liability Products/Completed Operations — for a period of one year following final acceptance of the work. Personal/Advertising Injury Contractual Liability Independent Contractors Liability Stop Gap or Employers Contingent Liability Explosion, Collapse, or Underground (XCU), (as applicable)* Liquor Liability/Host Liquor Liability (as applicable)* Fire Damage Legal Blasting (as applicable)* * These coverage are only required when the Contractor's work under this agreement includes exposures to which these specified coverage respond. If the contract requires working over water, the following additional coverages are required, if so stated in the Contract Provisions: a. Watercraft, owned and non -owned b. U.S. Harborworkers'/Longshoremen and Jones Act If any structures are involved in the contract, the Contractor shall provide property insurance under an "All Risk Builder's Risk" form in an amount equal to the value of the structure. The structure shall have All Risk Builders Risk Insurance inclusive of earthquake and flood subject to customary industry deductibles. Other additional coverages that may be required will be listed in the Contract Provisions. Such policy(ies) must provide the following minimum limits: Bodily Injury and Property Damage $1,000,000 General Aggregate $1,000,000 Products & Completed Operations Aggregate $1,000,000 Personal & Advertising Injury $1,000,000 Each Occurrence $ 50,000 Fire Damage Stop Gap Employers Liability $1,000,000 Each Accident $1,000,000 Disease - Policy Limit $1,000,000 Disease - Each Employee 2. Commercial Automobile Liability: as specified by Insurance Services Office, form number CA 0001, Symbol 1 (any auto), with an MCS 90 endorsement and a CA 9948 endorsement attached if "pollutants" as defined in exclusion 11 of the commercial auto policy are to be transported. Such policy(ies) must provide the following minimum limit: Bodily Injury and Property Damage $1,000,000 combined single limit G:\PROJECTS\2006\06028\06028 SPECS.doc 6-28 3. Excess or Umbrella Liability $1 million per occurrence and aggregate 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 ig asbestos. Such Pollution Liability policy shall provide the following minimum coverage for Bodily Injury and Properly Damage: $1,000,000 per occurrence 5. Professional Liability: Required if design services are a part of the work, to cover damages resulting from professional errors and omissions. Such policy must provide the following minimum coverage: $1,000,000 per claim and annual aggregate. 6. A policy of Worker's Compensation, as required by the Industrial Insurance Laws of the State of Washington. As respects Workers' Compensation insurance in the state of Washington, Contractor shall secure its liability for industrial injury to its employees in accordance with the provisions of RCW Title 51. If Contractor is qualified as a self -insurer in accordance with RCW 51.14, Contractor shall so certify by letter signed by a corporate officer indicating that it is a qualified self insured, and setting forth the limits of any policy of excess insurance covering its employees. 1-07.18(3) SUBCONTRACTORS Contractor shall include all subcontractors as insureds under its policies or shall furnish separate evidence of insurance as stated above for each subcontractor. All coverage for subcontractors shall be subject to all the requirements stated herein and applicable to their profession. 1-07.18(4) EVIDENCE OF INSURANCE When the Contractor delivers the executed contract for the work to the Contracting Agency it shall be accompanied by a Certificate(s) of Insurance and endorsements for each policy of insurance meeting the requirements set forth above. The certificate must conform to the following requirements: 1. An ACORD certificate Form 25-S, showing the insuring company, policy effective dates, limits of liability and the Schedule of Forms and Endorsements. 2. 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 noncontributory, showing the policy number, and signed by an authorized representative of the insurance company on Form CG2010 (ISO) or equivalent. 3. The certificate(s) shall not contain the following or similar wording regarding cancellation notification to the Contracting Agency: "Failure to mail such notice shall impose no obligation or liability of any kind upon the company." 1-07.18(5) SELF-INSURANCE Should Contractor be self-insured for any liability coverage, a letter from the Corporate Risk Manager, or appropriate Finance Officer, is acceptable—stipulating if actuarially funded and fund limits; plus any excess declaration pages to meet the contract requirements. Further, this letter G:\PROJECTS\2006\06028\06028 SPECS.doc 6-29 shall advise how Contractor would protect and defend the Contracting Agency as an Additional Insured in their Self -Insured layer, and include claims -handling directions in the event of a claim. 1-07.23 PUBLIC CONVENIENCE AND SAFETY 1-07.23(1) Construction Under Traffic (October 1, 2005 APWA GSP) Revise the second paragraph to read: To disrupt public traffic as little as possible, the Contractor shall permit traffic to pass through the work with the least possible inconvenience or delay. The Contractor shall maintain existing roads, streets, sidewalks, and paths within the project limits, keeping them open, and in good, clean, safe condition at all times. Deficiencies caused by the Contractor's operations shall be repaired at the Contractor's expense. Deficiencies not caused by the Contractor's operations shall be repaired by the Contractor when directed by the Engineer, at the Contracting Agency's expense. The Contractor shall also maintain roads, streets, sidewalks, and paths adjacent to the project limits when affected by the Contractor's operations. Snow and ice control will be performed by the Contracting Agency on all projects. Cleanup of snow and ice control debris will be at the Contracting Agency's expense. The Contractor shall perform the following: 1. Remove or repair any condition resulting from the work that might impede traffic or create a hazard. 2. Keep existing traffic signal and lighting systems in operation as the work proceeds. (The Contracting Agency will continue the route maintenance on such system.) 3. Maintain the striping on the roadway at the Contracting Agency's expense. The Contractor shall be responsible for scheduling when to renew striping, subject to the approval of the Engineer. When the scope of the project does not require work on the roadway, the Contracting Agency will be responsible for maintaining the striping. 4. Maintain existing permanent signing. Repair of signs will be at the Contracting Agency's expense, except those damaged due to the Contractor's operations. 5. Keep drainage structures clean to allow for free flow of water. Cleaning of existing drainage structures will be at the Contracting Agency's expense when approved by the Engineer, except when flow is impaired due to the Contractor's operations. (******) Add the following to the third paragraph: 5. The Contractor shall maintain vehicular and pedestrian access to businesses at all times that businesses are open. Add the following to the sixth paragraph: 7. Open trenches and excavations shall be protected with proper barricades and at night they shall be distinctively indicated by adequately placed lights. Add the following paragraph: It shall be the responsibility of the Contractor to seek the approval of and notify the Resident Engineer and the Police and Fire Departments at least 24 hours prior to closing any street, in addition to correlating the proposed closures with the Contracting Agency to ensure proper detouring of traffic. When the street is re -opened, it shall again be the responsibility of the Contractor to notify the above named departments and persons. G:\PROJECTS\2006\06028\06028 SPECS.doc 6-30 1-07.23(2) Construction and Maintenance of Detours (October 1, 2005 APWA GSP) Revise the first paragraph to read: Unless otherwise approved, the Contractor shall maintain two-way traffic during construction. The Contractor shall build, maintain in a safe condition, keep open to traffic, and remove when no longer needed: 1. Detours and detour bridges that will accommodate traffic diverted from the roadway, bridge, sidewalk, or path during construction, 2. Detour crossings of intersecting highway, and 3. Temporary approaches. v v And add the following to the third paragraph: 5. The Contractor shall maintain vehici alar and pedestrian access to businesses at all times that businesses are open, uniess work is occurring immediately in front of the doorway. 6. It shall be the responsibility of the Contractor to maintain pedestrian traffic and busi- ness access throughout the duration of the project. At a minimum, the Contractor shall: a. Minimize the disruption in front of the business access by removing sidewalk on either side of the access and leaving the existing sidewalk in place as long as possible and, likewise, shall sequence the installation of the new sidewalk to provide access to the business; b. Provide gravel surfacing (crushed surfacing top course) access across the construction area to the door of the business; c. Provide boardwalks and bridging where gravel surfacing cannot be provided or, by the nature of the business or where directed by the Engineer, wheeled access by strollers and wheelchairs is critical to the business and cannot be provided through the gravel surfacing; d. Provide temporary sidewalk signs directing pedestrians through the construction, notifying pedestrians of alternative routes, and directing pedestrians to businesses where means of access is not obvious; and e. Adjusting times of construction immediately in front of a business access to times of the day when the business is closed, or business activity is light. For example, construction in front of a deli would be restricted during the lunch hour. f. When construction activities will affect ingress and egress to a property along the project alignment, the Contractor shall be responsible for notifying the occupant/occupants of the property 24 hours prior to the construction activity beginning. If personal contact with the occupant is not possible, the Contractor shall leave written notification. Add the following to the sixth paragraph: 7. Open trenches and excavations shall be protected with proper barricades and at night they shall be distinctively indicated by adequately placed lights. G:\PROJECTS\2006\06028\06028 SPECS.doc 6-31 Add the following paragraph: It shall be the responsibility of the Contractor to seek the approval of and notify the Resident Engineer, the City Public Works, and the Police and Fire Departments at least 24 hours prior to closing any street, in addition to correlating the proposed closures with the Contracting Agency to ensure proper detouring of traffic. When the street is reopened, it shall again be the responsibility of the Contractor to notify the above named departments and persons. Add the following: Local access shall be maintained to the residents within the project limits at all times. 0723012.FR1 (April 5, 2004) The construction safety zone will be determined as follows: When the posted speed is 35 MPH or under, the safety zone will be 10 feet from the outside edge of traveled way or 5 feet beyond the outside edge of the sidewalk. When the posted speed is from 40 to 55 MPH the safety zone will be 15 feet from the outside edge of traveled way. When the posted speed is 60 MPH or over the safety zone will be 30 feet from the outside edge of traveled way. During nonworking hours equipment or materials shall not be within the safety zone unless it is protected by permanent guardrail or temporary concrete barrier. The use of temporary concrete barrier shall be permitted only if the Engineer approves the installation and location. During 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. 1-07.24 Rights of Way (October 1, 2005 APWA GSP) Delete this section in its entirety, and replace it with the following: Street right of way lines, limits of easements, and limits of construction permits are indicated in the Plans. The Contractor's construction activities shall be confined within these limits, unless arrangements for use of private property are made. Generally, the Contracting Agency will have obtained, prior to bid opening, all rights of way and easements, both permanent and temporary, necessary for carrying out the work. Exceptions to this are noted in the Bid Documents or will be brought to the Contractor's attention. Whenever any of the work is accomplished on or through property other than public right of way, the Contractor shall meet and fulfill all covenants and stipulations of any easement G:\PROJECTS\2006\06028\06028 SPECS.doc 6-32 agreement obtained by the Contracting Agency from the owner of the private property. Copies of the easement agreements may be included in the Contract Provisions or made available to the Contractor as soon as practical after they have been obtained by the Engineer. Whenever easements or rights of entry have not been acquired prior to advertising, these areas are so noted in the Plans. The Contractor shall not proceed with any portion of the work in areas where right of way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry has been received. If the Contractor is delayed due to acts of omission on the part of the Contracting Agency in obtaining easements, rights of entry or right of way, the Contractor will be entitled to an extension of time. The Contractor agrees that such delay shall not be a breach of contract. Each property owner shall be given 48 hours notice prior to entry by the Contractor. This includes entry onto easements and private property where private improvements must be adjusted. The Contractor shall be responsible for providing, without expense or liability to the Contracting Agency, any additional land and access thereto that the Contractor may desire for temporary construction facilities, storage of materials, or other Contractor needs. However, before using any private property, whether adjoining the work or not, the Contractor shall file with the Engineer a written permission of the private property owner, and, upon vacating the premises, a written release from the property owner of each property disturbed or otherwise interfered with by reasons of construction pursued under this contract. The statement shall be signed by the private property owner, or proper authority acting for the owner of the private property affected, stating that permission has been granted to use the property and all necessary permits have been obtained or, in the case of a release, that the restoration of the property has been satisfactorily accomplished. The statement shall include the parcel number, address, and date of signature. Written releases must be filed with the Engineer before the Completion Date will be established. 1-07.28 SAFETY STANDARDS (NEW SECTION) (******) The following new section shall be added to the Standard Specifications: All work shall be performed in accordance with all applicable local, state, and federal health and safety codes, standards, regulations, and/or accepted industry standards. It shall be the responsibility of the Contractor to ensure that his work force and the public are adequately protected against any hazards. The Contracting Agency shall have the authority at all times to issue a stop work order at no penalty to the Contracting Agency if, in its opinion, working conditions present an undue hazard to the public, property, or the work force. Such authority shall not, however, relieve the Contractor of responsibility for the maintenance of safe working conditions or assess any responsibility to the Contracting Agency or Engineer for the identification of any or all unsafe conditions. 1-07.29 NOTIFYING PROPERTY OWNERS (NEW SECTION) (******) The following new section shall be added to the Standard Specifications: When construction activities will affect ingress and egress to a property along the project alignment, the Contractor shall be responsible for notifying the occupant/occupants of the property 24 hours prior to the construction activity beginning. If personal contact with the occupant is not possible, the Contractor shall leave written notification. G:\PROJECTS\2006\06028\06028 SPECS.doc 6-33 1-08 PROSECUTION AND PROGRESS Add the following new section: 1-08.0 Preliminary Matters (October 1, 2005 APWA GSP) 1-08.0(1) Preconstruction Conference (October 1, 2005 APWA GSP) Prior to the Contractor beginning the work, a preconstruction conference will be held between the Contractor, the Owner, the Engineer and such other interested parties as may be invited. The purpose of the preconstruction conference will be: 1. To review the initial preliminary progress schedule submitted per Section 1-08.3; 2. To establish a working understanding among the various parties associated or affected by the work; 3. To establish and review procedures for progress payment, notifications, approvals, submittals, etc.; 4. To establish normal working hours for the work; 5. To review safety standards and traffic control; and 6. To discuss such other related items as may be pertinent to the work. The Contractor shall prepare and submit at the preconstruction meeting the following: 1. A breakdown of all lump sum items; 2. A preliminary schedule of working drawing submittals; and 3. A list of material sources for approval if applicable. (******) This section is supplemented with the following: All payments for Lump Sum items over $5,000.00 or a single payment for a lump sum contract of any amount will be measured by a schedule of values established as follows: At the Preconstruction Conference, the contractor shall furnish a breakdown for each lump sum bid item, except mobilization, or for the total lump sum contract price showing the amount bid for each principal category of the work, in such detail as requested by the Engineer, to provide a basis for determining progress payments. This breakdown, referred to as the "Schedule of Values," will be approved by the Engineer as described in Section 1-08 Prosecution and Progress before the first payment is made. 1-08.0(2) Hours of Work (October 1, 2005 APWA GSP) Except in the case of emergency or unless otherwise approved by the Contracting Agency, the normal straight time working hours for the contract shall be any consecutive 8 -hour period between 7:00 a.m. and 6:00 p.m. of a working day with a maximum 1 -hour lunch break and a 5 - day work week. The normal straight time 8 -hour working period for the contract shall be established at the preconstruction conference or prior to the Contractor commencing the work. If a Contractor desires to perform work on holidays, Saturdays, Sundays, or before 7:00 a.m. or after 6:00 p.m. on any day, the Contractor shall apply in writing to the Engineer for permission to G:\PROJECTS\2006\06028\06028 SPECS.doc 6-34 work such times. Permission to work longer than an 8 -hour period between 7:00 a.m. and 6:00 p.m. is not required. Such requests shall be submitted to the Engineer no later than noon on the working day prior to the day for which the Contractor is requesting permission to work. Permission to work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and between the hours of 10:00 p.m. and 9:00 a.m. on weekends or holidays may also be subject to noise control requirements. Approval to continue work during these hours may be revoked at any time the Contractor exceeds the Contracting Agency's noise control regulations or complaints are received from the public or adjoining property owners regarding the noise from the Contractor's operations The Contractor shall have no claim for damages or delays should such permission be revoked for these reasons. Permission to work Saturdays, Sundays, holidays or other than the agreed upon normal straight time working hours Monday through Friday may be given subject to certain other conditions set forth by the Contracting Agency or Engineer. These conditions may include but are not limited to: requiring the Engineer nr such assistants as the Engineer may deem necessary to be present during the work; requiring the Contractor to reimburse the Contracting Agency for the costs in excess of straight -time costs for Contracting Agency employees who worked during such times, on non Federal aid projects; considering the work performed on Saturdays and holidays as working days with regards to the contract time; and considering multiple work shifts as multiple working days with respect to contract time even though the multiple shifts occur in a single 24- hour period. Assistants may include, but are not limited to, survey crews; personnel from the Contracting Agency's material testing lab; inspectors; and other Contracting Agency employees when in the opinion of the Engineer, such work necessitates their presence. 1-08.0(2) HOURS OF WORK (APWA ONLY) Add the following to the first paragraph: The "Schedule of Working Hours" form bound in the Contract and Related Materials section of these Contract Documents shall be executed by the Contractor prior to construction and shall be discussed at the preconstruction conference to formally establish the normal straight time working hours for the project. Normal working hours shall be limited to 40 hours per week based on the time the Contractor and/or his subcontractors are at the project site. Any time worked beyond the 40 hours per week shall be subject to the reimbursement provisions of SECTION 1-08.0(3). 1-08.0(3) REIMBURSEMENT FOR OVERTIME WORK OF CONTRACTING AGENCY EMPLOYEES (******) Replace with the following: Where the Contractor or any subcontractor elects to work on a Saturday, Sunday, or other holiday or longer than an 8 -hour shift on a regular working day, or during hours other than those described as normal straight time working hours under SECTION 1-08.0(2) HOURS OF WORK, such work shall be considered as overtime work. On all overtime work a Resident Engineer wiii be present, and a survey crew may be required at the discretion of the Engineer. The Contractor shall reimburse the Contracting Agency for the full amount of straight time plus overtime costs for employees and representatives of the Contracting Agency required to work during that time period. The amount shall be calculated on an hourly basis at normal hourly billing rates in effect at that time for the individuals and equipment required to do the work, including travel time. The Contractor by these Specifications does hereby authorize the Contracting Agency to deduct such costs from the amounts due or to become due to him. G:\PROJECTS\2006\06028\06028 SPECS.doc 6-35 1-08.1 SUBCONTRACTING (******) Add the following: The Contractor shall submit a "Request to Sublet" form, found on the following page, to the Engineer for review prior to the identified subcontractor beginning any work on the project. 1-08.3 PROGRESS SCHEDULE Delete the first paragraph and replace it with the following: Following Contract award and satisfactory provision or execution of all required Contract Documents, the Engineer will schedule a preconstruction conference at a time mutually agreeable to all concerned. At this conference, all points of the Contract Documents will be open to discussion including scope, order and coordination of work, equipment lead time required, means and methods of construction, inspection and reporting procedures, etc. The Contractor should satisfy himself that all provisions and intentions of the Contract are fully understood. The Contractor shall prepare and submit to the Engineer at the preconstruction conference a Construction Progress and Completion Schedule using a bar graph format. Items in the Schedule shall be arranged in the order and sequence in which they will be performed. The Schedule shall conform to the working time and time of completion established under the terms of the Contract and shall be subject to modification by the Engineer. The Schedule shall be drawn to a time scale, shown along the base of the diagram, using an appropriate measurement per day with weekends and holidays indicated. The Construction Progress Schedule shall be continuously updated and, if necessary, redrawn upon the first working day of each month or upon issuance of any Change Order which substantially affects the scheduling. Copies (2 prints or 1 reproducible) of newly updated Schedules shall be forwarded to the Engineer, as directed, immediately upon preparation. Seasonal weather conditions shall be considered in the planning and scheduling of work influenced by high or low ambient temperature or precipitation to ensure the completion of the work within the Contract Time. No time extensions will be granted for the Contractor's failure to take into account such weather conditions for the location of the work and for the period of time in which the work is to be accomplished. Delete the next to the last sentence of the second paragraph. 1-08.4 NOTICE TO PROCEED AND PROSECUTION OF THE WORK (APWA only) SECTION 1-08.4 of the APWA Supplement is replaced with the following: The Engineer will issue a Notice to Proceed after the Contract has been executed and the Contract Bond and evidence of insurances have been approved. The Contractor shall not begin work until the Notice to Proceed has been issued. The Contractor shall not delay the start of construction activities. The Contract time shall begin on the date set forth in the Notice to Proceed or the first day the Contractor begins work, whichever comes first. The work thereafter shall be prosecuted diligently to completion within the Contract Time. Failure of the Contractor to begin work by the date set forth in the Notice to Proceed will be considered grounds for Termination for Default as specified under SECTION 1-08.10(1) of the Standard Specifications. G:\PROJECTS\2006\06028\06028 SPECS.doc 6-36 � Washington State �I/ Department of Transportation Request to Sublet Work ❑ Subcontractor ❑ Lower Tier Subcontractor Prime Contractor Federal Employer I.D. Number * State Contract Number Job Description (Title) Request Number Approval is Requested to Sublet the Following Described Work to: OSubcontractor or Lower Tier Subcontractor Federal Employer I D Number * Address Telephone Number City State Zip Code Estimated Starting Date If Lower Tier Subcontractor, ID of Corresponding Subcontractor * If no Federal Employer I.D. Number, Use Owner's Social Security Number item No. Partial item Description Amount I understand and will insure that the subcontractor will comply fully with the plans and specifications under which this work is being performed. Prime Contractor Signature Date Department of Transportation Use Only Percent of Total Contract This Request Previous Requests Sublet to Date % ❑ DBE ❑ MBE ❑ WBE Remarks: % % Project Engineer ❑ Approved Date Approved - Region Construction Engineer (When Required) Date DOT Form 421-012 EF Revised 6/97 Distribution. White (Original) - Region Canary (Copy) - Project Engineer Pink (Copy) - Contractor 1-08.4 Notice to Proceed and Prosecution of the Work (October 1, 2005 APWA GSP) Revise this section to read: Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of insurance have been approved and filed by the Contracting Agency. The Contractor shall not commence with the work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the project site within ten days of the Notice to Proceed Date, unless otherwise approved in writing. The Contractor shall diligently pursue the work to the physical completion date within the time specified in the contract. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the contract. 1-08.5 TIME FOR COMPLETION (******) 1-08.5 TIME FOR COMPLETION (CONTRACT TIME) Add the following: Fifty -Five (55) working days after the date set forth in the NOTICE TO PROCEED shall be allowed for completion of all Contract work. Add the following paragraph after the second paragraph: Inclement weather shall not be a prima facie reason for the granting of an extension of time, and the Contractor shall make every effort to continue work under prevailing conditions. The Owner may, however, grant an extension of time if an unavoidable delay as a result of inclement weather in fact occurs, and such shall then be classified as a "delay." An "inclement" weather delay day is defined as a day on which the Contractor is prevented by inclement weather or conditions resulting immediately therefrom adverse to the current con- trolling operation or critical path activity, as determined by the Resident Engineer, from pro- ceeding with at least 75 percent of the normal labor and equipment force engaged on such operation for at least 60 percent of the total daily time being currently spent on the controlling operation or critical path activity. Delete Item f. found in the APWA Supplement. 1-08.5 Time for Completion (October 1, 2005 APWA GSP) Revise the fourth and fifth paragraphs to read: Contract time shall begin on the first working day following the Notice to Proceed Date. The contract provisions may specify another starting date for contract time, in which case, time will begin on the starting date specified. Each working day shall be charged to the contract as it occurs, beginning on the day after the Notice to Proceed Date, unless otherwise provided in the Contract Provisions, until the contract work is physically complete. If substantial completion has been granted and all the authorized working days have been used, charging of working days will cease. Each week the Engineer will provide the Contractor a statement that shows the number of working days: (1) charged to the contract the week before; (2) specified for the physical completion of the contract; and (3) remaining for the physical completion of the contract. The statement will also show the nonworking days and any partial or whole day the Engineer declares as unworkable. Within 10 calendar days after the date of each statement, the Contractor shall file a written protest of any alleged discrepancies in it. To be considered by the Engineer, the protest shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of time disputed. By not filing G:\PROJECTS\2006\06028\06028 SPECS.doc 6-37 such detailed protest in that period, the Contractor shall be deemed as having accepted the statement as correct. If the Contractor elects to work 10 hours a day and 4 days a week (a 4-10 schedule) and the fifth day of the week in which a 4-10 shift is worked would ordinarily be charged as a working day then the fifth day of that week will be charged as a working day whether or not the Contractor works on that day. Revise the seventh paragraph to read: The Engineer will give the Contractor written notice of the completion date of the contract after all the Contractor's obligations under the contract have been 1 performed Med by ti ie Contractor. following events must occur before the Completion Date can be established: The 4 The physical work on the project must be complete; nnrl �. 11w physical vrvIf vii the project 1i NAVE be vvI tif.ww, CII iu 2. The Contractor must furnish all documentation required by the contract and required by law, to allow the Contracting Agency to process final acceptance of the contract. The following documents must be received by the Project Engineer prior to establishing a completion date: a. Certified Payrolls (Federal -aid Projects) b. Material Acceptance Certification Documents c. Annual Report of Amounts Paid as MBE/WBE Participants or Quarterly Report of Amounts Credited as DBE Participation, as required by the Contract Provisions. d. FHWA 47 (Federal -aid Projects) e. Final Contract Voucher Certification f. Property owner releases per Section 1-07.24 1-08.7 Maintenance During Suspension (October 1, 2005 APWA GSP) Revise the second paragraph to read: At no expense to the Contracting Agency, the Contractor shall provide through the construction area a safe, smooth, and unobstructed roadway, sidewalk, and path for public use during suspension (as required in Section 1-07.23 or the Special Provisions). This may include a temporary road or detour. 1-08.9 LIQUIDATED DAMGES The provisions of SECTION 1-08.9 of the Standard Specifications shall be modified as follows: Because the Contracting Agency finds it impractical to calculate the cost of damages, it will use the following: If the Contract work is not completed within the times specified in SECTION 1-08.5, the Contractor agrees to pay to the Owner the sum of $1 ,000 per day for each and every working day said work remains uncompleted after expiration of the specified time. 1-09 MEASUREMENT AND PAYMENT 1-09.2(1) GENERAL REQUIREMENTS FOR WEIGHING EQUIPMENT (******) This section is supplemented with the following: Should the Inspector or Material Receiver be unavailable, it shall be the responsibility of the Contractor's project superintendent to collect all said certified tickets for the day and deliver G:\PROJECTS\2006\06028\06028 SPECS,doc 6-38 them to the Inspector the morning following the day's construction. The certified tickets shall have project name, date, time, product delivered, gross weight, tare weight, and net weight shown in pounds. Any certified weight tickets submitted later than the morning following the day materials are delivered to the site will not be considered for measurement and payment. 1-09.2(3) SPECIFIC REQUIREMENTS FOR PLATFORM SCALES Add the following: The Contractor will furnish a person, at no cost to the Contracting Agency, who will operate the certified scales while the loading and hauling of materials is in progress. The Contractor shall provide the platform scales and any tickets required for self -printing scales. Certified weight tickets accompanying each truckload of material will be required to be delivered to the Resident Engineer at the site. Should the Resident Engineer be unavailable, it shall be the responsibility of the Contractor's project superintendent to collect all said certified tickets for the day and deliver them to the Resident Engineer the morning following the day's construction. The certified tickets shall have project name, date, time, product delivered, gross weight, tare weight, and net weight shown in pounds. Any certified weight tickets submitted later than the morning following the day materials are delivered to the site will not be considered for measurement and payment. 1-09.3 SCOPE OF PAYMENT (******) Add the following: Payment for work performed under this Contract will be based on the items listed in the Bid Schedule. Should a conflict exist between the item descriptions or the units of measurement and payment listed in the Bid Schedule and the "Payment" clauses found in each Section of the Standard Specifications, the Bid Schedule items will prevail. If work is required to complete the project according to the intent of the Plans and Specifications but no bid item is provided in the Bid Schedule, then the Contractor shall include the cost for providing the necessary work in the unit or lump sum price for the bid item most closely related to the work. 1-09.4 EQUITABLE ADJUSTMENT Replace Item 2.b. with the following: 2.b. Per Section 1-09.6, Force Account. 1-09.6 FORCE ACCOUNT (October 1, 2005 APWA GSP) Supplement this Section with the following: Owner has estimated and included in the Proposal, dollar amounts for all items to be paid per force account, only to provide a common proposal for Bidders. All such dollar amounts are to become a part of Contractor's total bid. However, Owner does not warrant expressly or by implication, that the actual amount of work will correspond with those estimates. Payment will be made on the basis of the amount of work actually authorized by Engineer. Add the following clarification: (******) The term "project overhead" shall include "jobsite overhead." The term "general company overhead" shall include "home office overhead." G:\PROJECTS\2006\06028\06028 SPECS.doc 6-39 1-09.7 MOBILIZATION (******) Add the following to the first paragraph: 4. The cost of the project sign(s) shown on the Plans which are required to be installed at the site through the duration of construction. 1-09.9 PAYMENTS (October 1, 2005 APWA GSP) Delete the third paragraph and replace it with the following: Progress payments for completed work and materia! on hand will be based upon progress estimates prepared by the Engineer. A progress estimate cutoff date will be established at the preconstruction meeting. The initial progress estimate will be made not later than 30 days after the Contractor commences the work, and successive progress estimates will be made every month thereafter until the Completion Date. Progress estimates made during progress of the work are tentative, and made only for the purpose of determining progress payment. The progress estimates are subject to change at any time prior to the calculation of the Final Payment. The value of the progress estimate will be the sum of the following: 1. Unit Price Items in the Bid Form — the approximate quantity of acceptable units of work completed multiplied by the unit price. 2. Lump Sum Items in the Bid Form — the estimated percentage complete multiplied by the Bid Forms amount for each Lump Sum Item, or per the Schedule of Values for that item as approve by the Engineer. 3. Materials on Hand — 100 percent of invoiced cost of material delivered to Job site or other storage area approved by the Engineer. 4. Change Orders — entitlement for approved extra cost or completed extra work as determined by the Engineer. Progress payments will be made in accordance with the progress estimate less: 1. Retainage per Section 1-09.9(1); 2. The amount of Progress Payments previously made; and 3. Funds withheld by the Contracting Agency for disbursement in accordance with the Contract Documents. Progress payments for work performed shall not be evidence of acceptable performance or an admission by the Contracting Agency that any work has been satisfactorily completed. Payments will be made by warrants, issued by the Contracting Agency's fiscal officer, against the appropriate fund source for the project. Payments received on account of work performed by a subcontractor are subject to the provisions of RCW 39.04.250. (******) The Contracting Agency has up to 45 calendar days after the progress estimate to issue the progress payment to the Contractor. 1-09.9 PAYMENTS (******) Add the following: G:\PROJECTS12006\06028\06028 SPECS.doc 6-40 The estimate cutoff date discussed above shall be the last working day of each month. The Contractor shall submit his signed Application for Payment within 3 working days of the estimate cutoff date. After the application for payment is reviewed by the Engineer, the Engineer will make a recommendation to the Contracting Agency for action at the first available meeting of the governing body that payment be made. Payment to the Contractor will be made within approximately 30 calendar days from said meeting. Failure to submit an Application for Payment within the required time may delay action by the Contracting Agency's governing body and further delay payment to the Contractor. All payments for lump sum items over $5,000.00 or a single payment for a lump sum contract of any amount will be measured by a schedule of values established as follows: At the Preconstruction Conference, the contractor shall furnish a breakdown for each lump sum bid item or for the total lump sum contract price showing the amount bid for each principal category of the work, in such detail as requested by the Engineer, to provide a basis for determining progress payments. This breakdown, referred to as the "Schedule of Values," will be approved by the Engineer as described in Section 1-08 Prosecution and Progress before the first payment is made. 1-09.9(1) RETAINAGE (******) Add the following to the fourth paragraph: 5. An affidavit is delivered to the Contracting Agency by the Contractor, stating that all persons performing labor or furnishing materials have been paid. 1-09.9(2) CONTRACTING AGENCY'S RIGHT TO WITHHOLD AND DISBURSE CERTAIN AMOUNTS (NEW SECTION) The following new section shall be added to the Standard Specifications: In addition to monies retained pursuant to RCW 60.28 and subject to RCW 39.04.250, RCW 39.12, and RCW 39.76, the Contractor authorizes the Engineer to withhold progress payments due or deduct an amount from any payment or payments due the Contractor which, in the Engineer's opinion, may be necessary to cover the Contracting Agency's costs for or to remedy the following situations: 1. Damage to another contractor when there is evidence thereof and a claim has been filed. 2. Where the Contractor has not paid fees or charges to public authorities or municipalities which the Contractor is obligated to pay. 3. Utilizing material, tested and inspected by the Engineer, for purposes not connected with the Work (Section 1-05.6). 4. Landscape damage assessments per Section 1-07.16. 5. For overtime work performed by Contracting Agency personnel or its representative, per Section 1-08.0(3). 6. Anticipated or actual failure of the Contractor to complete the Work on time: a. Per Section 1-08.9 Liquidated Damage; or b. Lack of construction progress based upon the Engineer's review of the Contractor's approved progress schedule which indicates the Work will not be completed within the Contract Time. When calculating an anticipated time overrun, the Engineer will make allowances for weather delays, approved unavoidable delays, and suspensions of the Work. The amount withheld under this subparagraph will be based upon the liquidated damages amount per day set forth in Contract Documents multiplied by the number of days the Contractor's approved progress schedule, in the opinion of the Engineer, indicates the Contract may exceed the Contract Time. G:\PROJECTS\2006\06028\06028 SPECS.doc 6-41 7. Failure of the Contractor to perform any of the Contractors other obligations under the Contract, including but not limited to: a. Failure of the Contractor to provide the Engineer with a field office when required by the Contract Provisions. b. Failure of the Contractor to protect survey stakes, markers, etc., or to provide adequate survey work as required by Section 1-05.5. c. Failure of the Contractor to correct defective or unauthorized work (Section 1- 05.7). d. Failure of the Contractor to furnish a Manufacturer's Certificate of Com- pliance in lieu of material testing and inspection as required by Section 1- 06.3. e. Failure to submit weekly payrolls, Intent to Pay Prevailing Wage forms, or correct underpayment to employees of the Contractor or subcontractor of any tier as required by Section 1-07.9. f. Failure of the Contractor to pay worker's benefits (Title 50 and Title 51 RCW) ac rani iirari by Sartinn 1 -07.10. Failure of the Contractor to submit and obtain approval of a progress schedule per Section 1-08.3. g. The Contractor authorizes the Engineer to act as agent for the Contractor disbursing such funds as have been withheld pursuant to this section to a party or parties who are entitled to payment. Disbursement of such funds, if the Engineer elects to do so, will be made only after giving the Contractor 15 calendar days prior written notice of the Contracting Agency's intent to do so, and if prior to the expiration of the 15 -calendar day period: 1. No legal action has commenced to resolve the validity of the claims, and 2. The Contractor has not protested such disbursement. A proper accounting of all funds disbursed on behalf of the Contractor in accordance with this section will be made. A payment made pursuant to this section shall be considered as payment made under the terms and conditions of the Contact. The Contracting Agency shall not be liable to the Contractor for such payment made in good faith. If legal action is instituted to determine the validity of the claims prior to expiration of the 15 - day period mentioned above, the Engineer will hold the funds until determination of the action or written settlement agreement of the parties. When the conditions 1-7 are resolved or the Contractor provides a Surety Bond satisfactory to the Contracting Agency which will protect the Contracting Agency in the amount withheld, payment shall be made for amounts withheld because of them. 1-09.9(3) FINAL PAYMENT (NEW SECTION) (******) The following new section shall be added to the Standard Specifications: Upon completion of all work under this Contract, the Contractor shall notify the Engineer, in writing, that he has completed his part of the Contract and shall request final payment. Upon receipt of such request, the Engineer will inspect and, if acceptable, submit to the Owner his recommendation as to acceptance of the completed work and as to the final estimate of the amount due the Contractor. Upon approval of this final estimate and upon final acceptance of the work under this Contract, the Owner will notify the Department of Revenue of the completion of said Contract. Provided the Department of Revenue certifies there are no taxes or penalties due and owing from the Contractor, and there are no other known claims or liens against the retained funds, and further provided the terms of SECTION 1-09.9(1) are in compliance, the Owner will pay to the Contractor the balance of monies due under this Contract in accordance with RCW Title 60.28. In the event unsatisfied claims or liens for taxes, material, labor, and other services are known to exist, an amount will be further withheld from the retainage sufficient to satisfy the settlement of such claims and liens, including G:\PROJECTS12006\06028\06028 SPECS.doc 6-42 attorney's fees incurred, and the remainder will be released from escrow, or released from the retained funds and paid to the Contractor. On contracts for public works, final payment of the retained percentage will not be made until after the Contractor has filed with the Owner the Affidavit of Wages Paid forms required by RCW 39.12.040 certifying that the Contractor and subcontractors have paid not less than the prevailing rate of wages. The parties further agree that the Owner may, without liability, withhold final payment to the Contractor until such time as the Contractor has completed all forms required by the Owner. 1-09.13(3) Claims $250,000 or Less (October 1, 2005 APWA GSP; may be used on FHWA-funded projects) Delete this Section and replace it with the following: The Contractor and the Contracting Agency mutually agree that those claims that total $250,000 or less, submitted in accordance with Section 1-09.11 and not resolved by nonbinding ADR processes, shall be resolved through litigation unless the parties mutually agree in writing to resolve the claim through binding arbitration. 1-09.13(3)A Administration of Arbitration (October 1, 2005 APWA GSP) Revise the third paragraph to read: The Contracting Agency and the Contractor mutually agree to be bound by the decision of the arbitrator, and judgment upon the award rendered by the arbitrator may be entered in the Superior Court of the county in which the Contracting Agency's headquarters are located. The decision of the arbitrator and the specific basis for the decision shall be in writing. The arbitrator shall use the contract as a basis for decisions. 1-10 TEMPORARY TRAFFIC CONTROL 1-10.1 General (October 1, 2005 APWA GSP) Revise the first paragraph to read: The Contractor shall provide flaggers, signs, and other traffic control devices not otherwise specified as being furnished by the Contracting Agency. The Contractor shall erect and maintain all construction signs, warning signs, detour signs, and other traffic control devices necessary to warn and protect the public at all times from injury or damage as a result of the Contractor's operations which may occur on highways, roads, streets, sidewalks, or paths. No work shall be done on or adjacent to any traveled way until all necessary signs and traffic control devices are in place, including flaggers. 1002.GR1 Traffic Control Management 1002012.GR1 (August 1, 2004) Section 1-10.2(2) is supplemented with the following: The Traffic Control Supervisor shall be certified by one of the following: G:\PROJECTS\2006\06028\06028 SPECS.doc 6-43 The Northwest Laborers -Employers Training Trust 27055 Ohio Avenue Kinsgton, WA 98346 (360) 297-3035 Evergreen Safety Council 401 Pontius Avenue North Seattle, WA 98109 1-800-521-0778 or (206) 382-4090 1-10.2(2) Traffic Control Plans (******) This section is supplemented with the following: The traffic control plans provided in the Plans show a method of hanrilinn traffic in the major areas of construction. The Contractor shall be required to prepare additional or supplemental traffic control plans required to complete the work. The Contractor shall designate a Traffic Control Supervisor who shall prepare, revise, supplement or modify the contract signing plans when needed to show the necessary Class A and B construction signing and barricades, traffic control devices, and traffic flagging operations required for the contractor's operation and submit it to the Engineer for review no later than the preconstruction conference date. When the Class B signing for a particular area will be provided as detailed on one or more of the figures included in the WSDOT standard plans or MUTCD without modification, the Contractor may reference the applicable figure or standard plan at the appropriate location on the Plan. When this procedure is used, variable distances such as minimum length of taper must be specified by the Contractor. The signing plans prepared by the Contractor Traffic Control Supervisor shall provide for adequate warning within the limits n -f the project and on all streets, alleys and driveways entering the project so that approaching traffic may turn left or right onto existing undisturbed streets before reaching the project. All costs incurred by the Contractor in preparation of the Traffic Control Plan, including any revisions required by the Engineer after review, shall be included in the unit contract prices for "Project Temporary Traffic Control," per lump sum. 1-10.4 MEASUREMENT (August 2, 2004) Section 1-10.4(1) is supplemented with the following: The proposal contains the item "Project Temporary Traffic Control," lump sum. The provisions of Section 1-10.4(1) shall apply. There will be no separate measurement or payment for the Traffic Control Supervisor. All costs associated with the Traffic Control Supervisor shall be included in the unit price for "Project Temporary Traffic Control," per lump sum. 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP 2-01.1 DESCRIPTION (******) This section is supplemented with the following: G:\PROJECTS\2006\06028\06028 SPECS.doc 6-44 In no case shall the Contractor be required to clear and grub beyond the right of way line, except as specifically directed by the Engineer or noted on the Plans to remove trees, stumps, shrubs, or other items which, by proximity or due to root growth, would constitute a hazard to the public or endanger the facility. The Contractor shall temporarily remove and later replace to its original condition or relocate nearby as directed, all mail boxes, small trees, shrubs, street signs, culverts, irrigation facilities, concrete or rock walls, or other similar obstructions which lie in or near the line of work and are not intended for removal. Should any damage be incurred, the cost of replace- ment or repair shall be borne by the Contractor. 2-01.3(2) GRUBBING (******) Add the following: The Contracting Agency will, at its own cost, reference all known existing monuments or markers relating to subdivisions, plats, roads, street centerline intersections, etc. The Contractor shall take special care to protect these monuments or markers and also the reference points. In the event the Contractor is negligent in preserving such monuments and markers, the points will be reset by a licensed surveyor at the Contractor's expense. 2-01.3(4) ROADSIDE CLEANUP (******) Add the following: Partial cleanup shall be done by the Contractor when he feels it is necessary or when, in the opinion of the Contracting Agency, partial cleanup should be done prior to either final cleanup or final inspection. The cleanup work shall be done immediately upon written notification of the Engineer and other work shall not proceed until this partial cleanup is accomplished. Should the Contractor not conduct the cleanup as directed and in a timely manner, the Owner shall take action to have such cleanup work completed by others and will deduct such costs from any payment due the Contractor. 2-01.3(5) FENCING (NEW SECTION) (******) Add the following: The Contractor shall be required to carefully remove all existing fencing located within or near the proposed work. All fencing materials to be removed and replaced shall be temporarily placed on the adjacent properties or stored as directed by the Engineer. The removal and replacement of all fencing shall be done at the Contractor's expense. Any fencing that is to be reset shall be relocated and reset by the Contractor along the property lines or as directed by the Engineer. Unless provided for otherwise, the necessary work to restore and reinstall the fencing shall be considered incidental. 2.01.4 MEASUREMENT (******) This section is supplemented with the following: No unit of measurement shall apply to Roadside Cleanup. 2-01.5 PAYMENT (******) This section is supplemented with the following: G:\PROJECTS\2006\06028\06028 SPECS.doc 6-45 Unless a specific bid item has been included in the proposal, all costs incurred to complete the requirements of SECTION 2-01, including partial roadside cleanup, will be considered as incidental work to the various bid items and no separate payment will be made. 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 2-02.3(3) REMOVAL OF PAVEMENT, SIDEWALKS, AND CURBS This section is supplemented with the following: Where shown on the Plans or as directed by the Engineer, the Contractor shall be required to remove existing pavement, sidewalks, curbs, etc., which are outside the right of way line and are required to be removed for construction of the improvements. In those Areas where asphalt pavement removal is required, the Contractor shall prior to ... .. .,..... .... ....... ... .... .. ..,.. N....... p............ .. ..+.......... the vv� �u uvw� shall, prior to excavation, score the edge of the asphalt concrete pavement with an approved pavement cutter such as a concrete saw. During the course of the work, the Contractor shall take pre- cautions to preserve the integrity of this neat, clean pavement edge. Should the pavement edge be damaged prior to asphalt concrete paving activities, the Contractor shall be required to trim the edge with an approved pavement cutter as directed by the Engineer immediately prior to paving. No separate payment shall be made for saw -cutting pavement. 2-02.5 PAYMENT (******) This section is supplemented with the following: Unless a specific bid item has been included in the proposal, all costs incurred to complete the requirements of SECTION 2-02 including sawcutting will be considered as incidental work to the various bid items and no separate payment will be made. Asphalt pavement removal on Peck's Canyon Road, outside of the trench excavation area, shall be paid by the square yard. Sawcutting shall be considered as incidental work to this item. 2-07 WATERING 2-07.1 DESCRIPTION (******) This section is supplemented with the following: The Contractor shall be solely responsible for dust control on this project and shall protect motoring public, adjacent homes and businesses, orchards, crops, and school yards from damage due to dust, by whatever means necessary. The Contractor shall be responsible for any claims for damages and shall protect the Contracting Agency, Yakima County, and the Engineer from any and all such claims. When directed by the Engineer, the Contractor shall provide water for dust control within two hours of such order and have equipment and manpower available at all times including weekends and holidays to respond to orders for dust control measures. G:\PROJECTS\2006\06028\06028 SPECS.doc 6-46 2-09 STRUCTURE EXCAVATION 2-09.4 MEASUREMENT (******) Delete paragraph two under the Horizontal Limits section and the second sentence under the Shoring or Extra Excavation section. Section 2-09.4 is supplemented as follows: "Shoring or Extra Excavation," per linear foot, shall be measured along the centerline of the trench or excavation. 2-09.5 PAYMENT (******) Section 2-09.5 is supplemented as follows: The unit price bid for "Controlled Density Fill," per cubic yard, shall be full compensation for all labor, tools, equipment, and materials necessary to fill existing pipelines and vaults scheduled for abandonment with CDF, including, but not necessarily limited to, excavation, dewatering, cutting and removing pipe, capping pipe ends, placing material, backfill and compaction as shown on the Plans and specified herein. Delete "Shoring or Extra Excavation, Class B", per square foot, and add "Shoring or Extra Excavation", per linear foot. The unit price bid for "Shoring or Extra Excavation," per linear foot, shall be full pay for all excavation, backfill, haul, compaction, and other work required when extra excavation is used in lieu of constructing shoring. If select backfill material is required for backfilling within the limits of the structure excavation, it shall also be required as backfill material for the extra excavation at the Contractor's expense. 2-11 TRIMMING & CLEANUP 2-11.5 Payment (******) This section is supplemented with the following: When the contract does not include trimming and cleanup as a pay item, performing this work shall be incidental to construction and all costs shall be included in other pay items. 3-01 PRODUCTION FROM QUARRY AND PIT SITES AND STOCKPILING 3-01.2 MATERIAL SOURCES, GENERAL REQUIREMENTS (******) This section is supplemented with the following: No source has been provided for any aggregate or dirt or other materials necessary for the construction of this project. The Contractor shall make his own arrangements to obtain the necessary materials at his own expense, and all costs of acquiring, producing, and placing this material in the finished work shall be included in the unit contract prices for the various items involved. G:\PROJECTS\2006\06028\06028 SPECS.doc 6-47 3-02 STOCKPILING AGGREGATES 3-02.2(2) STOCKPILE SITE PROVIDED BY CONTRACTOR (******) This section is supplemented with the following: if the sources of materials provided by the Contractor necessitate hauling over roads other than City streets, the Contractor shall, at his own cost and expense, make all arrangements for the use of the haul routes. 4-04 BALLAST AND CRUSHED SURFACING 4-04.3(5) SHAPING AND COMPACTION (******) Thic continn is Qi innlemcntcrl with the following: The Contractor shall notify the Engineer when he is ready for in-place ballast, base course, or top course density tests. All costs associated with testing shall be the responsibility of the Contractor. Placement of successive courses of aggregate or asphalt concrete shall not proceed until density requirements are met. 5-04 HOT MIX ASPHALT 5-04.2 MATERIALS (******) This section is supplemented with the following: The grade of asphalt binder that shall be used for this project is: PG 64-28. 5-04.3(2) HAULING EQUIPMENT (******) This section is supplemented with the following: Sufficient numbers of trucks shall be provided by the Contractor to assure a continuous paving operation at proper HMA mix temperatures. Paving operations shall not proceed until hauling equipment sufficient to assure continuous operations is provided. 5-04.3(3) HMA PAVERS (******) This section is supplemented with the following: The HMA paver that is utilized on this project shall be capable of spreading and finishing courses of HMA plant mix in a width from centerline of the roadway to the edge of the roadway or gutter in a single pass. 5-04.3(5)A PREPARATION OF EXISTING SURFACE (******) This section is supplemented with the following: The Contractor will be required to patch existing asphalt pavement street surfaces which are to remain, where utility trenches were excavated and backfilled prior to or along with this project. Trench patching with Hot Mix Asphalt (HMA) shall be completed within three (3) days of backfilling, and all patch joints shall be sealed per 5-04.3(5)E. G:\PROJECTS\2006\06028\06028 SPECS.doc 6-48 No impact tools or pavement breakers can be used for cutting trench crossings of existing pavement. Trench crossing of existing pavement shall be vertically sawcut as directed by the Engineer. HMA for preleveling shall be thoroughly compacted. HMA that is used to prelevel wheel rutting conditions shall be compacted with a pneumatic tire roller unless otherwise approved by the Engineer. 5-04.3(5)E PAVEMENT REPAIR General (******) This section is supplemented with the following: After the completion of trench and patch repairs, the Contractor shall seal the joints with CSS -1 and concrete sand. The cost of sealing shall be included in the unit contract price for HMA Cl. 3/8 -inch. 5-04.3(7)A MIX DESIGN General (******) This section is supplemented with the following: The Contractor may submit for acceptance an approved WSDOT mix design for the class of HMA specified in the contract if the mix design has been approved within the previous twelve month period using aggregate and asphalt binder from the same sources. The Contractor shall provide the mix design to the Engineer at least fifteen (15) working days prior to any paving. Delete Paragraph 1 in Subsection 2. Statistical or Nonstatistical Evaluation. The Contractor shall be responsible for the verification of the mix design. 5-04.3(8)A ACCEPTANCE SAMPLING AND TESTING — HMA MIXTURE (******) Subsection 1 is deleted and replaced with the following: 1. General. Acceptance of HMA shall be as provided under Nonstatistical or Commercial evaluation. Commercial evaluation will be used for Commercial HMA and for other classes of HMA in the following applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores and other nonstructural applications as approved by the Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Engineer. The proposal quantity of HMA that is accepted by commercial evaluation will be excluded from the quantities used in the determination of Nonstatistical evaluation. Commercial HMA can be used for patching utility or conduit trenches less than 24 inches in width. 5. Test Results. Paragraph 1 is deleted and replaced with the following; Payment will be made on the basis of the unit contract price for HMA for all HMA accepted on the project. HMA not meeting the quality requirements of the Contract shall be rejected. 5-04.3(9) SPREADING AND FINISHING (******) Section 5-04.3(9) of the Standard Specifications is revised with the following: G:\PROJECTS\2006\06028\06028 SPECS.doc 6-49 Unless otherwise approved by the Engineer, the nominal compacted depth of any layer HMA shall not exceed 0.25 feet. 5-04.3(10) COMPACTION of 5-04.3(10)B CONTROL Section 5-04.3(10)B CONTROL, of the Special Provisions shall be deleted and replaced with the following: Each course of asphalt concrete pavement shall be compacted to a minimum of 91% of theoretical maximum Rice density, ASTM 2041. 5-04.3(11) REJECT HMA (******) This section is suppiemented with the following: Delete all references to Combined Pay Factor (CPF). Payment will be made on the basis of the unit contract price for HMA Cl. 3/8 -inch for all HMA accepted on the project. HMA not meeting the quality requirements of the Contract shall be rejected, 5-04.3(13) SURFACE SMOOTHNESS This section is supplemented with the following: Where directed by the Engineer, the Contractor shall feather the HMA pavement in a manner to produce a smooth -riding connection to the existing pavement. HMA Cl. 3/8 -inch shall be utilized in the construction of the feathered connections to existing pavement. All costs and expenses in connection with providing, placing material, and feathering the asphalt concrete pavement shall be paid for as the unit contract price per ton for "HMA Cl. 3/8 -inch PG 64-28." All utility appurtenances such as manhole covers and valve boxes shall be adjusted to finished grade in accordance with the procedure in Section 7-05.3(1). 5-04.3(15) HMA ROAD APPROACHES (******) This section is supplemented with the following: Any portion of the existing driveway (road approach) beyond the construction limits that is damaged by the Contractor's operations shall be replaced in kind at his expense to the satisfaction of the Engineer. Grades from the edge of pavement to existing driveways (road approaches) shall be constructed to provide safe ingress and egress and shall be constructed of materials in kind, as shown on the plans, or as otherwise directed by the Engineer. All transitions to existing asphalt concrete and cement concrete driveways, curb, asphalt thickened edge for gutter, and walkways shall be vertically sawcut at least two (2) inches with straight, uniform edges. Existing asphalt pavement may be cut with a wheel, provided the wheel cut is full depth and no damage occurs to the pavement which is to remain. G:\PROJECTS\2006\06028\06028 SPECS.doc 6-50 5-04.3(17) PAVING UNDER TRAFFIC (******) This section is supplemented with the following: Delete the following in paragraph 5: "except the costs of temporary pavement markings" 5-04.3(19) SEALING OF PAVEMENT SURFACES (******) This section is supplemented with the following: Revise the first sentence to read: "The Contractor shall apply a fog seal to all travel lanes and allow it to cure prior to opening the lane to traffic, when the weaving course is placed after October 1 and before April 1." Add the following: The cost of providing and applying the fog seal shall be incidental to the unit contract price per ton for HMA Cl. 3/8 -inch PG 64-28. 5-04.3(21) ASPHALT BINDER REVISION (******) Section 5-04.3(21) is deleted. 5-04.5 PAYMENT (******) This section is supplemented with the following: The unit price bid for "Commercial HMA for Patching," per ton shall be full compensation for all labor, tools, equipment, and materials necessary to temporarily patch roadway trench areas at the end of each working day as shown on the Plans and as specified. The unit price bid for "HMA for Pavement Repair Cl. 3/8" PG 64-28," per square yard shall be full compensation for all labor, tools, equipment, and materials necessary to provide pavement repair at the end of each working day as shown on the Plans and as specified. All costs for "Sawcutting Asphalt Pavement" or "Sawcutting Cement Concrete", including labor and equipment, associated with cutting asphalt pavement or cement concrete shall be considered incidental and included in the unit contract price of other work items. The following sections are deleted: 5-04.5(1) Quality Assurance Price Adjustment 5-04.5(1)A Price Adjustment for Quality of HMA 5-04.5(1)B Price Adjustment for Quality of HMA Compaction 7-05 MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS 7-05.2 MATERIALS (******) Section 7-05.2 of the Standard Specifications shall be revised as follows: Drain Rock: Drain rock shall be as specified in Section 9-03.12(5) of the Standard Specifications. G:\PROJECTS\2006\06028\06028 SPECS.doc 6-51 Manhole Metal Castings: All cast iron frames and covers shall be as specified in SECTION 9-05.15(1) of the Standard Specifications. All cast iron frames and covers to be used on this project shall be of the type, weight, and size approved by the City of Yakima, and shall be furnished by the Contractor. Covers for domestic water shall be stamped "WATER." Covers for sanitary sewer shall be stamped "SEWER," Covers for storm drain shall be stamped "DRAIN." Precast Concrete Catch Basin: Catch basins shall be constructed as shown on the detail sheet of the Plans. Catch Basin Metal Castings: All frames and grates shall be capable of withstanding, with a reasonable margin of safety, a concentrated load of 20,000 pounds and shall be as specified in SECTION 9-05.15(2) of the Standard Specifications. The grate shall be ductile iron and "bicycle safe." The contact surfaces of the frame and grate shall be machine finished to a common plane and shall be so cast as to prevent rocking. Frames and grates shall be Inland Foundry Co., Inc., No. 433 Round Base, 20" x 24" or approved equal. 7-05.3(1) ADJUSTING MANHOLES AND CATCH BASINS TO GRADE (******) This section is supplemented with the following: Manholes, water valve boxes, catch basins and similar utility appurtenances and structures shall not be adjusted until the Asphalt pavement is completed, at which time the center of each structure shall be relocated from 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 frame plus 2 feet. The frame 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, 11A inches 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. HMA CL 3/8" 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 the 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. Utility structures outside paved areas shall be adjusted to match the finish grade of the area surrounding the structure. The Contractor shall form an area a minimum of one foot outside the edges of the structure one foot deep, and pour and finish neatly with Class 3000 concrete to match the slope and grade of the adjacent area. The utility lid shall be cleaned of all concrete prior to acceptance. 7-09 PIPE AND FITTINGS FOR WATER MAIN 7-09.2 MATERIALS (******) Section 7-09.2 shall be revised as follows: Ductile Iron Water Main Pipe: Ductile iron pipe shall conform with the requirements of SECTION 9-30.1(1) of the Standard Specifications except that it shall be Standard Thickness G:\PROJECTS\2006\06028\06028 SPECS.doc 6-52 Class 52. Ductile iron pipe shall be cement -mortar lined and shall conform to ANSI A-21.11 and shall be U.S. Tyton joint pipe of approved equal. Rubber ring gaskets shall conform to ANSI A-21.11. All cast iron fittings and flanged ductile iron fittings shall be Class 250 and all ductile iron mechanical joint fittings shall be Class 350 conforming to ANSI/AWWA C110/A- 21.10 and ANSI/AWWA C153 A-21.53. Mortar lining shall be same thickness as for pipe. Where called for on the Plans, restrained joint pipe shall be supplied with U.S. Pipe Field Lok gaskets, or approved equal. All mechanical joints shall be supplied with Romac Griping follower gland assembly. Pipe Zone bedding material shall be native or imported gravel backfill material meeting the requirements of SECTION 9-03.12(3), or as approved by the Engineer. Connection Couplings: Couplings for DI or PVC pipe, either transition or straight couplings, shall be compression type flexible couplings conforming to SECTION 9-30.2(7) of the Standard Specifications. Imported Select Backfill, where directed by the Engineer, shall be crushed gravel, placed and compacted in layers. The crushed gravel bedding shall conform to crushed surfacing base course meeting the requirements of Section 9-03.9(3), or as approved by the Engineer. 7-09.3(10) BACKFILLING TRENCHES This section is supplemented with the following: Street crossing trenches and other locations as directed by the Engineer shall be backfilled for the full depth of the trench (above the pipe zone bedding) with imported Select Backfill meeting the requirements of Section 7-08.3(3) of these Standard Specifications. 7-09.3(11) COMPACTION OF BACKFILL (******) Delete the first paragraph and this section is supplemented with the following: Mechanical compaction shall be required for all trenches. The Contractor is hereby cautioned that time extensions shall not be granted due to unstable trench backfill conditions caused by excessive watering. The Contractor shall be responsible for correcting such conditions caused by his own construction activities. The density of the compacted material shall be at least 95% of the maximum density as determined by ASTM D 698 Tests (Standard Proctor). The Contractor shall notify the Engineer when they are ready for in-place density tests of the trench line. Density tests shall be taken at various depths in the trench. The Contractor shall provide a backhoe and operator for the excavation and backfill of test holes. The cost of the backhoe and operator shall be considered incidental. Placement of courses of aggregate shall not proceed until density requirements have been met. The first 500 feet of trench backfill operations shall be considered a test section for the Contractor to demonstrate his backfilling and compaction techniques. The Contractor shall notify the Engineer at least 3 working days prior to beginning trench excavation and backfill operations and shall arrange for in-place density tests to be taken on the completed test section in accordance with the above requirements. No further trenching will be allowed until the specified density is achieved in the test section. Passing in-place density tests in the test section will not relieve the Contractor from achieving the specified densities throughout the project. G:\PROJECTS\2006\06028\06028 SPECS.doc 6-53 7-09.3(19)A CONNECTIONS TO EXISTING MAINS (******) This section is supplemented with the following: No connections to existing mains are allowed until new mains have been tested and accepted. No public water valves shall be opened or closed by anyone but the City of Yakima Water/Irrigation Division staff. The Contractor shall coordinate existing valve operation with the City by contacting Alvie Maxey at 575-6196 a minimum of 24 hours prior to work requiring valve operation. In no case shall any existing water main be closed for a period of greater than eight (8) hours, or as otherwise approved by the City. 7-09.3(23) HYDROSTATIC PRESSURE TEST (******) This section supplemented with following: This IIJ VV VtIVII is supplemented VIIIVIItVV VV llll the following: 11 IlJ.. Replace the first sentence with: All water mains and appurtenances shall be tested under a hydrostatic pressure of 180 psi. 7-09.4 MEASUREMENT (******) This section is supplemented with the following: There will be no separate measurement or payment for dewatering operations by the Contractor. All costs associated with dewatering operations shall be included in the various bid items associated with the work. The length and depth of "Select Backfill, as Directed" shall be field measured by the Engineer. The trench width payment line limit for "Select Backfill, as Directed" shall be as shown on the Plans. No measurement or payment will be made for excavation or backfill material beyond the payment line limit. 7-09.5 PAYMENT (******) This section is supplemented with the following: Revise the second paragraph under Item 1 to read as follows: The unit contract price per linear foot for each size of " -Inch Water Main and Fittings, in Place," shall be full pay for all work to complete the installation of the water main and fittings including, but not limited to, trench excavation of all materials regardless of the nature, trench dewatering, bedding, imported pipe bedding material in the pipe zone, laying and jointing pipe and fittings, concrete thrust blocking, backfilling, compaction, testing, flushing, disinfecting the pipeline, and cleanup. The unit contract price per linear foot for each size of "=Inch Restrained Joint Water Main and Fittings, in Place," shall be full pay for all work to complete the installation of the water main and fittings including, but not limited to, trench excavation of all materials regardless of the nature, trench dewatering, bedding, imported pipe bedding material in the pipe zone, laying and jointing pipe and fittings, concrete thrust blocking, backfilling, compaction, testing, flushing, disinfecting the pipeline, and cleanup. The unit contract price per each for "Concrete Anchor Block," shall be full pay for all work to complete the installation of the concrete anchor block, including, but no limited to, excavation G:\PROJECTS\2006\06028\06028 SPECS.doc 6-54 of all material regardless of nature, trench, dewatering, pipe dewatering, forming, concrete placement, backfilling, and compaction, as shown on the Plans and as specified. The unit contract price per each for "Concrete Pipe Plug," shall be full pay for all work to complete the installation of the concrete pipe plug, including, but no limited to, excavation of all material regardless of nature, trench, dewatering, pipe dewatering, existing pipe removal, forming, concrete placement, backfilling, and compaction, as shown on the Plans and as specified. Payment for all pipe items shall be made as follows: 75% of the unit bid price for materials and initial installation; the next 15% of the unit bid price upon the successful completion of density testing; and the final 10% of the unit bid price upon the completion of pipe testing, including hydrostatic, and bacteriological. The unit price bid for "Shoring or Extra Excavation," per linear foot, shall be full compensation for all labor, tools, equipment, and materials necessary to furnish and install shoring or over -excavate on trenches exceeding four (4) feet in depth, per SECTION 2-09 of the Standard Specifications and applicable amendments. Payment for "Select Backfill, as Directed" will be made at the unit bid price per cubic yard, which shall be full compensation for furnishing, hauling, placing, and compacting the material where directed by the Engineer. 7-12 VALVES FOR WATER MAINS 7-12.2 MATERIALS (******) This section is supplemented with the following: The following materials are required on this project: Gate Valves: All gate valves size 2 -inch through 10 -inch shall be resilient seated gate valves conforming to the latest AWWA Standard C 509. Valves shall be Mueller, Clow, or M&H. All gate valves 3 -inch and larger shall have mechanical joint and/or flanged connections as shown on the Plans, non -rising stems, open counterclockwise, and shall be provided with a 2 -inch square operating nut. Stuffing box shall be 0 -ring type. Two-inch valves shall have screw type end connections and be non -rising stem with 2 -inch operating nut. Butterfly Valves: Butterfly valves, 12 -inch and larger, shall be suitable for direct burial and shall conform to the latest AWWA Standard C 504. Approved manufacturers are: Pratt, Mueller and M&H. Valves shall have mechanical joint and/or flanged connections as shown on the Plans and shall be of the same size as the line on which they are located. Valve shafts shall be a one- piece unit extending full size through the valve disc and valve bearings, with minimum shaft diameter as specified in AWWA C 504 Class 150B. Valve operators shall be worm gear type, sealed, gasketed, and lubricated for underground service. All valves shall open counter -clockwise and shall be provided with a 2 -inch operating nut, unless otherwise specified. Tapping Sleeve: Tapping sleeves shall be manufactured by Romac, or approved equal. Stainless steel bolts shall be provided for all tapping sleeves. G:\PROJECTS\2006\06028\06028 SPECS.doc 6-55 Check Valves: Hydraulically operated check valves shall be CLA-VAL Model 81-02, or approved equal. Valves shall be Globe, Class 150, Flanged, stainless steel trim, epoxy coated, with position indicator. Pilot system shall have isolation valves. AiriVacuum Valves: AirNacuum valves shall be VALMATIC 202C or approved equal. Valve Boxes: The top section of the valve boxes shall be Rich Model 940-B, or approved equal, 18 inches high. The bottom section shall be a Rich Model R-36, or equal, 36 inches high; extension sections shall be Rich Model 044, or equal, 12 inches high. 7-12.3 CONSTRUCTION REQUIREMENTS (******) This section is supplemented with the following: Add the following to SECTION 7-12.3 of the Standard Specifications: Valves: Upon completion of all work in connection with this Contract, the Contractor shall coordinate with the City to open all valves involved in this work and the Engineer so notified. Valve Boxes: Valve boxes should be set to position during backfilling operations so they will be in a vertically centered alignment to the valve operating stem. The top of the box will be at finai grade. Adjustment to Grade: The Contractor shall adjust all water valve boxes to the final grade of the surrounding area including new concrete sidewalk, asphalt pavement, gravel surfacing, or topsoil surfacing. In asphalt concrete areas, water valve boxes shall be adjusted to grade in accordance with the procedure outlined in Section 7-05.3(1) of these Special Provisions. The Contractor actor SI Tall keep tl Ie valve boxes free from o1 i l debris caused by the construction activities. All valve boxes will be inspected during final walk-thru to verify that the valve box is plumb and that the valve wrench can be placed on the operating nut. 7-12.5 PAYMENT (******) This section is supplemented with the following: The unit price bid per each for " -Inch Valve and Valve Box," shall be full pay for all work to furnish and install the valve complete in place on the water main, including excavation, dewatering, existing pipe removal, bedding, jointing and laying, concrete blocking, painting, disinfecting, hydrostatic testing, backfill, compaction, valve nut extension, valve box, and final adjustment to finish grade. The unit price bid for "Combination Air Valve Assembly," per each, shall be full compensation for all labor, tools, materials, and equipment necessary to furnish and install the air valve in place including, but not necessarily limited to, excavation, dewatering, pipe and fittings, connections to piping, all valves, valve enclosure, frame and cover, backfill and compaction, and painting as shown on the Plans and specified herein. The lump sum price bid for "Check Valve Vault Assembly," shall be full compensation to furnish and install the check valve vault assembly including, but not limited to, excavation and dewatering; check valves, butterfly valves, pipe and fittings inside and within 2 feet outside the vault; vault and cover; drain system; ladder, pipe supports, concrete blocking; backfill and compaction; as shown on the Plans and specified herein. G:\PROJECTS\2006\06028\06028 SPECS.doc 6-56 The lump sum price bid for "Watermain, Valves, and Fittings, in Place," shall be full compensation for all labor, tools, equipment, and materials necessary to furnish 2 EA 24" Valves, 1 EA 18" Valve, and all pipe, fittings, and appurtenances on W. Powerhouse Road (Schedule C) including but not limited to, excavation, trench dewatering, existing pipe removal, bedding, jointing and laying, concrete blocking, painting, disinfection, hydrostatic testing, backfill, compaction, valve boxes, and final adjustment to finished grade. The unit price bid per each for "24 -Inch x 6 -Inch Tapping Assembly," shall be full compensation for all labor, tools, equipment, and materials necessary to furnish and install the tapping assembly, including, but not necessarily limited to, excavation, trench dewatering, connection to existing piping, existing pipe dewatering, miscellaneous pipe and fittings for pipe dewatering, backfill, and compaction, as shown on the Plans and specified. This item also includes removal of all installed items where designated temporary on the Plans. The lump sum price bid for "24 -Inch D.I. Watermain, Valves, and Fittings, in Place," shall be full compensation for all labor, tools, equipment, and materials necessary to furnish and install 2 EA 24" valves, pipe and fittings at the intersection of Pecks Canyon Road and Powerhouse Road including, but not limited to, excavation, trench dewatering, existing pipe removal, bedding, jointing and laying, concrete blocking, painting, disinfection, hydrostatic testing, backfill, compaction, valve nut extensions, valve boxes, and final adjustment to finished grade. 7-14 HYDRANTS 7-14.2 MATERIALS (******) This section is revised to read: The City of Yakima will supply the hydrant(s) to the Contractor for this project. 7-14.3(1) SETTING HYDRANTS Supplement this section with the following: The hydrant shall be set to the correct elevation on a concrete block base 12" x12"x6" thick, which has been placed on undisturbed earth. Around the base of the hydrant, the Contractor shall place 0.25 C.Y. of drain rock ranging in size from 3/4 -inch to 1 1/2 -inch, said drain rock being for the purpose of allowing free drainage of the hydrant. 7-14.3(2) HYDRANT CONNECTIONS Revise this section is revised to read: Hydrants shall be connected to the main with 6 -inch ductile iron pipe unless otherwise specified. Each hydrant lateral shall include an auxiliary resilient seat gate valve and valve box located 2.5 feet from the main. 7-14.3(2) A HYDRANT RESTRAINT Revise this section as follows: Delete second sentence and replace with the following: G:\PROJECTS\2006\06028\06028 SPECS.doc 6-57 All hydrants shall be connected to the water main, auxiliary valve and hydrant with ROMAC "Grip Ring" with accessory pack per manufacturer's printed specifications and instructions, or approved equivalent. 7-14.5 PAYMENT (******) This section is supplemented with the following: The unit price bid for " Hydrant Assembly," per each, shall be full compensation for all labor, tools, equipment, and materials necessary to complete this item in place including excavation, trench dewatering, valve and valve box, connection to existing main, pipe connecting the hydrant to the main, new vertical length extension as required, painting, new concrete block base, gravel, concrete thrust blocking, and other items required for complete and operational hydrant assembly. 7-15 SERVICE CONNECTIONS 7-15.1 GENERAL Revise this section to read: The City of Yakima will make a new service connection to the existing main, extend the service line to the back of curb and gutter, and install a new water meter. The Contractor shall provide all excavation, dewatering, backfill, and compaction for the City installed service line. The Contractor will furnish and install a new service line from the new water meter (installed by the City) to the residence existing water service connection point including all labor, tools, materials, and equipment, excavation, dewatering, laying and joining the pipe, backfill, and compaction. This work also includes the installation of a 2 -inch PVC casing conduit beneath the existing Naches-Cowiche Canal per Canal Co. requirements. The Contractor shall use equipment and installation methods to provide minimal damage to existing yard features. 7-15.2 MATERIALS Revise this section to read: Service Line: Per Section 9-30.6(3)A or Crosslinked Polyethylene Tubing, ASTM 877-89, Wirsbo-Pex or approved equivalent with 16 gauge insulated solid copper tracing wire strapped to tubing and connected to corporation cock and new meter set. Water Meters: All water meters to be supplied and installed by the City of Yakima. 7-15.3 CONSTRUCTION REQUIREMENTS Revise this Section as follows: Change the minimum of depth of cover in the first sentence of the second paragraph to 4.5 feet. 7-15.4 MEASUREMENT Revise this Section as follows: Measurement for "Water Service Line," shall be by the linear foot of service line installed by the Contractor. 7-15.5 PAYMENT Revise this Section as follows: G:\PROJECTS\2006\06028\06028 SPECS.doc 6-58 The unit price bid for "Water Service Line," per linear foot shall be full compensation for all labor, tools, equipment, and materials required to install a fully functional water service line including, but not necessarily limited to, excavation and dewatering; casing pipe beneath the Naches-Cowiche Canal; laying and joining the pipe, fittings, and appurtenances; backfilling, testing, flushing, and disinfection of the service connection. 7-20 HDPE PIPE INSTALLATION REQUIREMENTS (NEW SECTION) 7-20.1 DESCRIPTION These specifications are for the installation of HDPE water main inside existing piping at the City's Level 2 reservoirs (Reservoir No. 1 and Reservoir No. 2). These Specifications are intended to be performance specifications that describe the ultimate function to be achieved, that is to provide a leakproof, pressurized water system. Therefore, the precise materials and the methods outlined are not described in detail in the following Sections. 7-20.2 MATERIALS High Density Polyethylene Pipe (HDPE) shall be extra high molecular weight, high density ethylene/hexane copolymer, PE 3408 polyethylene resin. The Standard Dimension Ratio (SDR) shall be 17 for all pipe sizes. Pipe material shall be provided in straight segments and no coiled pipe will be allowed. The manufacturer's certification shall state that the pipe was manufactured from one specific resin in compliance with these Specifications. The certificate shall state the specific resin used, its source, and list its compliance with these Specifications. The pipe shall contain no recycled compound except that generated in the manufacturer's own plant from resin of the same specification from the same raw material. The pipe shall be homogeneous throughout and free of visible cracks, holes, voids, foreign inclusions, or other deleterious defects, and shall be identical in color, density, melt index, and other physical properties throughout. During extrusion production, the HDPE pipe shall be continuously marked with durable printing including (but not limited to) nominal size, dimension ratio, pressure rating, type (trade name), material classification, certification base and date. Polyethylene fittings shall be FRIATEC or approved equal, and shall comply with all appropriate requirements of AWWA C901, AWWA C906, or CSA B137.1. Socket type fittings shall comply with ASTM D2683. Butt fusion fittings shall comply with ASTM D3261. Electrofusion fittings shall comply with ASTM F1055. Fabricated fittings shall be designed and manufactured to be as strong or stronger than the pipe to which the fittings will be joined. Mechanical fittings shall be approved only after submission of appropriate test data and service histories indicating their acceptability for the intended service. In all cases, the Specifications and requirements for the fittings supplied shall comply with the appropriate sections of AWWA C901, AWWA C906, or CSA B137.1. Pipe stiffeners shall be used in conjunction with mechanical restrained fittings. Pipe stiffeners shall be designed to support the interior wall of the HDPE and maintain pipe round. The stiffeners shall support the pipe's end and control the "necking down" reaction to the pressure applied during normal installation. The pipe stiffeners shall be formed for 304 or 316 stainless steel to the HDPE manufacturers published average inside diameter of the specific size and DR of the HDPE. G:\PROJECTS\2006\06028\06028 SPECS.doc 6-59 7-20.2(1) HANDLING OF HDPE PIPE The manufacturer shall package the pipe in a manner designed to deliver the pipe to the project neatly, intact, and without physical damage. The transportation carrier shall use appropriate methods and intermittent checks to ensure the pipe is properly supported, stacked, and restrained during transport such that the pipe is not nicked, gouged, or physically damaged. Pipe shall be stored on clean, level ground to prevent undue scratching or gouging of the pipe. If the pipe must be stacked for storage, such stacking shall be done in accordance with the pipe manufacturer's recommendations. The handling of pipe shall be done in such a manner that it is not damaged by dragging over sharp objects or cut by chokers or lifting equipment. Sections of pipe having been discovered with cuts or gouges in excess of 10% of the wall thickness of the pipe shall be cut out and removed or the section of pipe rejected. 7-90.3 r(INSTRI CTIQIN REQ111REMENTS 7-20.3(1) PREPARATION OF EXISTING LINES It shall be the responsibility of the Contractor to clean and clear the existing water lines of obstructions or materia! which prevents proper insertion of the sliplining pipe. The Contractor shall remove one (1) existing 24 -inch valve from inside each existing reservoir located at the end of the receiving pipe. 7-20.3(2) INSTALLING HDPE PIPE 7-20.3(2)A JOINING HDPE PIPE Sections of polyethylene pipe shall be joined into continuous lengths on the job site, above ground. The joining method shall be butt fusion and shall be performed in strict conformance with the pipe manufacturer's recommendations and ASTM -F-585. The butt fusion equipment used in the joining process shall be capable of meeting all conditions recommended by the pipe manufacturer, including, but not limited to, temperature requirements of 400D F and interface fusion pressure of 75 psi. Socket fusion, hot gas fusion, threading, or solvent -cement joints and epoxies are not permitted. The Contractor shall be responsible to verify the fusion equipment is in good working order and the operator has been trained within the past twelve months. The fusion equipment shall be equipped with a Datalogger for recording heater temperature and fusion pressure. All fused joints shall be watertight and shall have a tensile strength equal to that of the pipe. All joints are subject to acceptance by the Owner prior to insertion. All defective joints shall be cut out and replaced at no additional cost to the City. The Contractor shall remove all HDPE trimmings or other miscellaneous material from the inside of the pipe being butt fused prior to installation. All pipe, both new and existing, shall be adequately covered at the end of each working day to prevent entry by animals (i.e. rodents, cats, etc.). If pipe is left open and unattended by the Contractor, he shall be responsible for verifying no animals have entered the pipe and provide suitable evidence to the Engineer. The Contractor shall not continue work until such evidence is provided and accepted by the Engineer. 7-20.3(2)B SLIPLINING WITH HDPE PIPE Sliplining shall be accomplished with a power winch and steel cable connected to the end of the liner by use of an appropriate nose -cone pulling head. During insertion of the new HDPE pipe, precautions should be taken to protect the liner pipe as it is pulled into the existing irrigation main piping. Any cuts, gouges, or scrapes equal to 10% of the liner wall thickness shall be cause for G:\PROJECTS\2006\06028\06028 SPECS.doc 6-60 rejection of that portion of the liner pipe. Once the insertion is initiated, the pull shall be completed without interruption. At the Contractor's option, as recommended by the pipe manufacturer and accepted by the Engineer, the liner pipe may be pushed into position, or a combination of pushing and pulling techniques may be used to insert the liner. The manufacturer's recommendations shall be followed regarding relaxation and thermal equilibrium of the liner prior to terminal and service connections, but shall not be less than 2 hours. Following the required time, terminal and service connections may be made, the area between the existing pipe and new pipe shall be pressure grouted, and backfilling of open pits may be completed. 7-20.3(2)C WINCHING The winch shall be of the constant load type but shall be fit with a direct reading load gauge to measure the winching load. At the end of each day's winching, the Contractor shall provide the Owner with copies of the forces recorded in winching at the start of any pull and during the pull at increments of 50 feet of winching distance and at any restart after temporary stops. The winch shall be fitted with a device to automatically disengage when the load exceeds a preset maximum load to be approved by the Owner. Under no circumstances will the pipe be stressed beyond its elastic limit. The Contractor shall supply sufficient cable in one continuous length so that the pull may be continuous between approved winching points. The winch, cable, and cable drum shall be provided with safety cage and supports so it may be operated safely without injury to persons or property. The Contractor shall provide a system of guide pulleys and bracings at each access pit to minimize cable contact with the existing irrigation piping. The nose cone at the head of the slipline pipe shall be fitted with a swivel attachment to prevent or minimize the twist transmission between the winch cable and the nose cone. The excavation supports at the launch site shall remain completely separate from the pipe support system and must be so designed that neither the pipe nor the winch cable is in contact with them. Lubrication to ease the pull shall be as recommended by the HDPE pipe manufacturer, shall not be harmful to piping materials, and shall be approved by the Owner. 7-20.3(2)D INSERTION OR ACCESS PITS The length of the access pit shall be a minimum of 12 times the diameter of the liner plus the sloping ends of the pit. The ends of the pit shall be sloped at a minimum of 2.5 to 1 slope from the ground surface to the top of the existing irrigation main. The sides of the pit shall be properly braced per local, state, and federal regulations. The width of the access pit shall be a minimum of the outside diameter of the existing irrigation main plus 12 inches, but shall not exceed 3 feet in width. The access pit shall allow insertion of continuous pipe length without bending to a smaller radius of curvature than permissible by the manufacturer. In addition, the top of the pipe length to be inserted shall be protected from damage at the entry into the pipe to be sliplined. 7-20.3(2)F LEAK TESTING Pressure testing shall be conducted in accordance with ASTM F2164, Field Leak Testing of Polyethylene Pressure Piping Systems Using Hydrostatic Pressure. The HDPE pipe shall be filled with water raised to test pressure and allowed to stabilize. The test pressure shall be 60 psi. The G:\PROJECTS\2006\06028\06028 SPECS.doc 6-61 pipe shall pass if the final pressure is with 5% of the test pressure for 1 hour. For safety reasons, hydrostatic testing only will be used. 7-20.4 MEASUREMENT Measurement for payment of HDPE pipe and fittings shall be by the linear foot of pipe installed and tested and shall be measured along the pipe through fittings, valves, and couplings. 7-20.5 PAYMENT The unit contract price per linear foot for " -inch HDPE Pipe and Fittings, in Place," shall be full compensation for all work to complete the installation of the HDPE watermain including, but not limited to, excavation, dewatering, removal of existing pipe, bedding, pipe, fittings, fusing, equipment, technical service, pipe connections, concrete thrust blocking, testing, flushing, disinfecting the pipeline, and cleanup. This work also includes the removal of one (1) existing valve from each existing reservoir (total 2 valves)pressure grni Ming the space between the new and existing pipe, HDPE pipe inserts, link -seals, and installation of one (1) new screened spool in each reservoir (total 2 spools) as shown on the Plans and specified herein. 8-04 CURBS, GUTTERS, AND SPILLWAYS 8-04.3(1) CEMENT CONCRETE CURBS, GUTTERS, AND SPILLWAYS (**nx ) This section is supplemented with the following: Cement concrete traffic curb and gutter constructed on this project shall be as shown on the Detail Sheet of the Plans. Full Height or "Barrier" cement concrete traffic curb and gutter as shown on the Detail Sheet shall be used on the roadway as shown on the Plans. Depressed or "Driveway" cement concrete traffic curb and gutter as shown on the Detail Sheet shall be used at all driveway and wheelchair ramp locations as shown the Plans and as directed in VII shown on Plans 11 V11 the field by the Engineer. Cement concrete curb and gutter which does not comply with the section details on the Plans shall be removed and replaced at the Contractor's expense. A template shall be required to be placed at the back of curb for construction of driveway transitions from Barrier to Driveway curb and gutter. The template shall extend from the bottom of curb to the top of the curb, and shall have a minimum length of 8 feet, with the 6 - foot long transition centered in the template. The Contractor shall also be required to use a template at the back of Driveway/Depressed curb and gutter to ensure a straight and uniform back of curb in conformance with the Details. The new concrete curb and gutter shall be cured in accordance with SECTION 5-05.3(13)B of the Standard Specifications. Application of the curing compound shall be in accordance with the manufacturer's recommendations. First-class workmanship and finish will be required on all portions of concrete curb and gutter work. Quality of workmanship and finish will be evaluated continuously and will be based solely upon the judgment of the Engineer. The Contractor shall be required to construct a minimum 20 linear foot section of curb and gutter which demonstrates quality which is acceptable by the Owner and Engineer. This "model" section will be referenced during construction for comparison to newly poured curb. If at any time it is found that quality is unacceptable, work shall be immediately stopped, and no additional curb and gutter shall be placed. Cement concrete curb and gutter which does not comply with the section details on the Plans, or in the Engineer's opinion does not demonstrate first-class workmanship and finish, shall be removed and replaced at the Contractor's expense. Should the Contractor's equipment or methods be unable to produce curb and gutter meeting the requirements of the G:\PROJECTS12006\06028\06028 SPECS.doc 6-62 Details and Specifications, no further curb and gutter construction will be allowed until corrections have been made to said equipment or methods. 8-04.5 PAYMENT This section is supplemented with the following: The unit price bid for "Cement Concrete Curb and Gutter," per linear foot, shall include steel reinforcement in driveway or catch basins sections. 8-06 CEMENT CONCRETE DRIVEWAY ENTRANCES 8-06.3 Construction Requirements (******) This section is supplemented with the following: The concrete driveway entrance/sidewalk shall be six (6) inches in thickness. 8-14 CEMENT CONCRETE SIDEWALKS 8-14.3(3) PLACING AND FINISHING CONCRETE (******) This section is supplemented with the following: All sidewalks not located in driveway entrance areas shall be four (4) inches in thickness. All concrete approaches located behind a Depressed curb and gutter section shall be six (6) inches in thickness. Sidewalks shall be marked across the entire width every five (5) feet and with preformed asphalt impregnated joint fillers 3/8 -inch thick every twenty (20) feet. Concrete sidewalk shall be cured in accordance with SECTION 5-05.3(13)A of the Standard Specifications. Application of the curing compound shall be in accordance with the manufacturer's recommendations. Failure to properly secure or seal the cement concrete sidewalk will require the Contractor to remove and replace the sidewalk section at his expense. First-class workmanship and finish will be required on all portions of cement concrete sidewalk work. Quality of workmanship and finish will be evaluated continuously and will be based solely upon the judgment of the Engineer. If at any time it is found that quality is unacceptable, work shall be immediately stopped, and no additional sidewalk shall be placed. Cement concrete sidewalk which does not comply with the section details on the Plans, or in the Engineer's opinion does not demonstrate first-class workmanship and finish, shall be removed and replaced at the Contractor's expense. Should the Contractor's equipment or methods be unable to produce sidewalk meeting the requirements of the Details and Specifications, no further sidewalk construction will be allowed until corrections have been made to said equipment. 8-14.5 PAYMENT Change the second paragraph to read: "Cement Concrete Sidewalk, -Inch Thick," per square yard. Crushed surfacing top course shall be incidental to this item and no separate payment shall be made. G:\PROJECTS\2006\06028\06028 SPECS.doc 6-63 STDPLANS.GR9 STANDARD PLANS January 3, 2006 The State of Washington Standard Pians for Road, Bridge and Municipal Construction M21-01 transmitted under Publications Transmittal No. PT 06-001, effective January 3, 2006 is made a part of this contract. The Standard Plans are revised as follows: All Standard Plans All references in the Standard Plans to "Asphalt Concrete Pavement" shall be revised to read "Hot Mix Asphalt". All rcforonroc in +ho Q4,r, dar`d Plans to the abbreviation "A(`D I oh .11 be t.•. read "HMArr All �r�r w...., in .r r.. vaur r..wu r rww w ur.., abbreviation r(4 lr Vi r rwr Jr I(4rl be revised w 1(4(4(4 "HMA". Ifl . C-1 Sheet 2 The SNOW LOAD RAIL WASHER dimensions are revised to 1 3/4" from 2", and to 7/8" from 1". C-11 b Sheets 1 and 2 in the PRECAST FOOTING, ELEVATION view (Sheet 1) and in the CAST -IN-PLACE FOOTING, ELEVATION view (Sheet 2), COMMERCIAL CONCRETE is revised to CONCRETE CLASS 4000. In the BREAKAWAY ANCHOR ANGLE, ELEVATION view (Sheet 2), the welding symbols are revised to indicate that the 1/4" Inside Gussets have 1/4" fillet weld joints, and the 1/2" End Gussets have 1/2" fillet weld joints. C -14h 1n the TABLE, column "B": 3r 0" 3r %" d 3' 4 W' to 2r 0", 2r 1A" d 2r In the i L7LC, in I,.VIUI l 11 I J U , J 2 74 , and J /2 are revised L - L - 2 %4 , and L - 4'/2" respectively. In the TABLE, in column "C": 2'- 4", 2'- 6 1/4", and 2'- 8'/2" are revised to 3'- 4", 3'- 6'/4", and 3'- 8 '/2" respectively. G -8q Sheet 1 In the ELEVATION views, in the labels LOWER SIGN POST SUPPORT: the parenthetical specification "12 GAGE" is revised to "7 GAGE". K-1 through K-27 These plans shall not be used on projects administered by WSDOT. The following are the Standard Plan numbers applicable at the time this project was advertised. The date shown with each plan number is the publication approval date shown in the lower right-hand corner of that plan. Standard Plans showing different dates shall not be used in this contract. A-1 5/13/02 A-4 3/07/97 A-7 10/04/05 A-2 5/09/02 A-5 2/24/03 A-3 5/30/02 A-6 2/24/03 B-1 11/08/05 B -4h 5/09/97 B -21a 7/13/05 B -la 11/08/05 B-7 11/23/04 B-22 7/21/03 B-1 b 11/08/05 B -7a 2/09/05 B -22a 8/01/97 B -le 5/20/04 B-8 6/23/04 B -23a 2/25/05 B-1 z 6/23/04 B -8a 6/23/04 B -23b 2/25/05 B-2 2/25/05 B-9 11/23/04 B -23c 5/20/04 B -2a 2/25/05 B -9a 11 /23/04 B -23d /no/97 G:\PROJECTS\2006\06028\06028 SPECS.doc 6-64 B -2b 6/17/02 B -9b 11/23/04 B-25 6/30/04 B -2c 6/17/02 B -9c 11/23/04 B -25a 11/08/05 B -2d 6/17/02 B -9d 11/23/04 B-26 11/08/05 B -2e 2/25/04 B-11 2/25/05 B-27 11/08/05 B-3 1/28/02 B-13 2/25/05 B -27a 11/08/05 B -3a 5/09/97 B-18 2/25/05 B -27b 11/08/05 B -4b 2/09/05 B -18a 7/13/05 B-28 11/08/05 B -4c 2/09/05 B -18b 7/13/05 B-29 11/08/05 B -4d 9/16/02 B-19 5/30/97 B-30 11/08/05 B -4f 5/09/97 B -20d 6/30/04 B-34 3/03/05 B -4g 7/18/97 B-21 7/13/05 C-1 10/31/03 C -2t 3/03/05 C -8d 11/08/05 C -la 7/31/98 C-3 10/04/05 C -8e 11/08/05 C -lb 10/31/03 C -3a 10/04/05 C -8f 6/30/04 C -lc 5/30/97 C -3b 10/04/05 C-10 7/31/98 C-1 d 10/31/03 C -3c 10/04/05 0-11 5/20/04 C-2 1/06/00 C -3d 3/03/05 C-11 a 5/20/04 C -2a 7/17/98 C-4 7/13/01 C-11 b 5/20/04 C -2b 6/12/98 C -4a 2/25/05 0-12 7/27/01 C -2c 2/20/03 C -4b 6/23/00 0-13 4/16/99 C -2d 5/22/98 C -4e 2/20/03 C -13a 4/16/99 C -2e 3/07/97 C -4f 6/30/04 C -13b 4/16/99 C -2f 3/14/97 0-5 10/31/03 C -14a 7/26/02 C -2g 7/27/01 0-6 5/30/97 0-14b 7/26/02 C -2h 3/28/97 C -6a 3/14/97 C -14c 7/26/02 C -2i 3/28/97 C -6c 1/06/00 C -14d 7/26/02 C -2j 6/12/98 C -6d 5/30/97 C -14e 7/26/02 C -2k 7/27/01 C -6f 7/25/97 C -14f 9/02/05 C -2n 7/27/01 0-7 10/31/03 C -14g 9/02/05 0-20 7/13/01 C -7a 10/31/03 C -14h 12/02/03 C -2p 10/31/03 0-8 4/27/04 C -14i 12/02/03 C -2q 3/03/05 C -8a 7/25/97 C -14j 12/02/03 C -2r 3/03/05 C -8b 7/17/98 C -16a 11/08/05 C -2s 3/03/05 C -8c 11/08/05 C -16b 11/08/05 D -la 1/23/02 D-2.30-00 11/10/05 D-2.80-00 11/10/05 D -lb 10/06/99 D-2.32-00 11/10/05 D-2.82-00 11/10/05 D -lc 10/06/99 0-2.34-00 11/10/05 D-2.84-00 11/10/05 D -1d 10/06/99 0-2.36-00 11/10/05 D-2.86-00 11/10/05 D -le 1/23/02 D-2.38-00 11/10/05 D-2.88-00 11/10/05 D-1 f 10/06/99 D-2.40-00 11/10/05 D-2.92-00 11/10/05 D-2.02-00 11/10/05 D-2.42-00 11/10/05 D-3 7/13/05 D-2.04-00 11/10/05 D-2.44-00 11/10/05 D -3a 6/30/04 D-2.06-00 11/10/05 0-2.46-00 11/10/05 D -3b 6/30/04 0-2.08-00 11/10/05 D-2.48-00 11/10/05 D -3c 6/30/04 D-2.10-00 11/10/05 D-2.60-00 11/10/05 0-4 12/11/98 D-2.12-00 11/10/05 D-2.62-00 11/10/05 D-6 6/19/98 D-2.14-00 11/10/05 D-2.64-00 11/10/05 D-7 10/06/99 D-2.16-00 11/10/05 D-2.66-00 11/10/05 D -7a 10/06/99 D-2.18-00 11/10/05 0-2.68-00 11/10/05 D-9 12/11/98 D-2.20-00 11/10/05 D-2.78-00 11/10/05 E-1 7/25/97 E-4 8/27/03 E-5 5/29/98 E-2 5/29/98 E -4a 8/27/03 F-1 12/17/02 F -2c 6/23/04 F -3c 2/09/05 G:\PROJECTS\2006\06028\06028 SPECS.doc 6-65 r-1 a 12/17/02 F -2d 6/23/04 F -3u 2/09/05 F-2 8/27/99 F-3 1/13/03 F -3e 2/09/05 F -2a 6/23/04 F -3a 2/09/05 F-4 1/13/03 F -2b 2/09/05 F -3b 9/02/05 G-1 9/12/01 G-6 8/27/03 G -8e 8/18/04 G-2 6/04/02 G -6a 8/27/03 G -8f 11/09/05 G -2a 6/04/02 G -6b 8/27/03 G -8g 11/09/05 G-1 11/09/05 G-7 7/18/97 G -9a 6/25/02 G -3a 11/09/05 G -8a 12/15/04 G -9b 2/09/05 G -3b 11/09/05 G -8b 11/09/05 G -9c 11/23/04 G -4a 11/09/05 G -8c 8/18/04 G -9d 2/09/05 G -4b 6/30/04 G -8d 12/15/04 H-1 1/10/02 H-4 8/18/04 H-10 5/29/98 H -la 4/14/00 H -4a 2/25/05 H-12 _2/25/05 H -lb 3/04/05 H -4b 2/25/05 H -12a 2/25/05 H -lc 3/04/05 H-6 10/29/03 H -12b 2/25/05 H-1 d 1/10/02 H-7 8/10/98 H-13 2/25/05 H -le 4/14/00 H-8 9/18/98 H -13a 2/25/05 H-2 .......................3/04/05 H-9 4/18/97 H-14 2/09/05 1-1 7/18/97 1-6 7/17/03 1-11 9/11/03 1-2 4/23/99 1-7 7/17/03 1-12 7/17/03 1-3 8/20/99 1-8 7/17/03 1-13 7/17/03 1-4 7/17/03 1-9 7/17/03 1-14 7/17/03 1-5 7/17/03 1-10 7/17/03 1-15 7/13/05 J-1 b 10/08/99 J -6g 12/12/02 J-11 a 9/02/05 J-1 c 4/24/98 J -6h 4/24/98 J-11 b 9/02/05 I-1 e R/Q1 /07 .1-7a 9/12/01 I-1 1 r A/Q2/05 J-lf 6/23/00 J -7c 6/19/98 J-12 11/08/05 J-3 8/01/97 J -7d 4/24/98 J -15a 10/04/05 J -3b 3/04/05 J -8a 5/20/04 J -15b 10/04/05 J -3c 6/24/02 J -8b 5/20/04 J -16a 3/04/05 J -3d 11/05/03 J -8c 5/20/04 J -16b 9/02/05 J-5 8/01/97 J -8d 5/20/04 J-18 9/02/05 J -6c 4/24/98 J -9a 4/24/98 J-19 9/02/05 J -6f 4/24/98 J-10 7/18/97 J-20 9/02/05 K-1 12/20/02 K-10 12/20/02 K-19 12/20/02 K-2 12/20/02 K-11 12/20/02 K-20 12/20/02 K-3 12/20/02 K-12 12/20/02 K-21 12/20/02 K-4 12/20/02 K-13 12/20/02 K-22 12/20/02 K-5 12/20/02 K-14 12/20/02 K-23 12/20/02 K-6 12/20/02 K-15 12/20/02 K-24 12/20/02 K-7 12/20/02 K-16 12/20/02 K-25 12/20/02 K-8 12/20/02 K-17 12/20/02 K-26 12/20/02 K-9 12/20/02 K-18 12/20/02 K-27 12/20/02 L-1 7/18/97 L-3 7/18/97 L -5a 7/31/98 L-2 7/18/97 L-5 7/31/98 L-6 7/25/97 M-1.20-00 2/25/05 M-3.30-00 12/15/04 M-20.10-00 3/04/05 M-1.40-00 2/25/05 M-3.40-00 12/15/04 M-20.20-00 3/04/05 M-1.60-00 2/25/05 M-3.50-00 12/15/04 M-20.30-00 3/04/05 M-1.80-00 2/25/05 M-5.10-00 12/15/04 M-20.40-00 3/04/05 G:\PROJECTS\2006\06028\06028 SPECS.doc 6-66 M-2.20-00 2/25/05 M-7.50-00 3/04/05 M-20.50-00 3/04/05 M-2.40-00 2/25/05 M-9.50-00 3/04/05 M-24.20-00 3/04/05 M-2.60-00 2/25/05 M-11.10-00 3/04/05 M-24.40-00 3/04/05 M-3.10-00 12/15/04 M-15.10-00 2/25/05 M-24.60-00 3/04/05 M-3.20-00 12/15/04 M-17.10-00 3/04/05 G:\PROJECTS\2006\06028\06028 SPECS.doc 6-67 APPENDIX G:\PROJECTS\2006\06028\06028 SPECS.doc CONSTRUCTION SEQUENCE G:\PROJECTS\2006\06028\06028 SPECS.doc 7-1 CITY OF YAKIMA Level 2 — Domestic Water System Improvements City Project No. WA2096 HLA Project No. 06028 CONSTRUCTION SEQUENCE The specifics of the order of work may be at the Contractor's option, but work shall be closely coordinated with the construction sequence outlined below. The Contractor may submit an alternate construction sequence for review and approval prior to construction. The City reserves the right to alter the sequence at any time prior to the Contractor beginning work in a specific area. FIRST ORDER OF WORK Schedule C work shall be the first order of work and shall be completed prior to beginning any other schedules of work, unless otherwise directed by the Engineer. See Sheet 17. 1. The Contractor shall have all tools, equipment, materials, pipe, valves, fittings, and appurtenances necessary for a complete and operational installation prior to beginning work. All work shall be completed in an expedient and timely fashion, and the watermain shall be fully drained, underground work completed, functional and in service within eight (8) hours of watermain shut -down. The Contractor shall complete as much work above ground as practical prior to watermain shut -down. 2. The Contractor shall coordinate a minimum of two (2) working days prior to pipe shutdown and dewatering with the City and all water customers hooked to the effected portion of watermain including, but not limited to: • Lloyd Company (181309-42010), 1701 Garretson Road ■ Ackley Fruit Co., LLC (181309-42012), 101 N. 48th Avenue 3. Coordinate with the City to isolate the existing watermains effected by Schedule C construction including: 24 -inch steel watermain south to the water storage reservoirs (1,700 L.F±); 24 -inch C.I. watermain northwest to Garretson Road (1,500 L.F. ±); and 24 -inch C.I. watermain southeast to Ford Avenue (1,800 L.F. ±). 4. City of Yakima to live tap the existing 24 -inch C.I. watermain near Ford Road and install hydrant for use by the Contractor for dewatering watermain northwest of Ford Avenue to the existing concrete valve vault. (The City will use this hydrant in later work to supply water to Riverview Manor also.) 5. The Contractor shall coordinate pipe dewatering with Squire Ingham Company Parcel No's 181309-41006/44003, for overland drainage and disposal in the properties northeast of Powerhouse Road (5231 W. Powerhouse Road). 6. Contractor shall live tap the existing 24 -inch steel line on the southwest side of Powerhouse Road and install a new 6 -inch tapping valve. Contractor shall tap the existing 18 -inch steel reservoir overflow piping and install a new 6 -inch pipe saddle. Connect required piping and dewater the existing piping from the reservoirs to the south, G:\PROJECTS\2006\06028\06028 SPECS.doc 7-2 and existing piping from the northwest into the existing reservoir overflow piping for discharge into the General Irrigation Reservoir. Pipe connections shall be completed at least one (1) day prior to pipe dewatering. 7. Remove the existing valves, vault, pipe, and fittings. Cut in a new 24 -inch tee southeast of the existing concrete vault and install all new valves, fittings, and appurtenances. Install all new pipe, valves, fittings, and appurtenances for a complete and operational system. 8. Coordinate with the City to open the mainline valve at Ford Avenue fill the lines with water, bleeding air out of the system at the existing fire hydrant at Garretson Road and at the standpipe near the reservoir site. 9. Complete all pavement repair, gravel surfacing repair, adjustment of valves to grade, and any other work required to complete this schedule of work. SECOND ORDER OF WORK (Portions of Schedule B and D) 10. The Contractor shall have all tools, equipment, materials, pipe, valves, fittings, and appurtenances necessary for a complete and operational installation prior to beginning work. All work shall be completed in an expedient and timely fashion, and the watermain shall be fully functional and in service within eight (8) hours of watermain shut -down. The Contractor shall complete as much work above ground as practical prior to watermain shut -down. 11. The Contractor shall coordinate a minimum of two (2) days prior to pipe shutdown and dewatering with the City and all water customers hooked to the effected portion of watermain including, but not limited to: Fred Meyer Shopping Center and associated stores, All homes on Ford Road, All homes in Riverview Manor. The City shall install facilities necessary to provide temporary water service to these areas. 12. Coordinate with the City to isolate the existing watermain between the Powerhouse valve vault near the 40th/Powerhouse Pump Station and Ford Avenue (3,000 L.F±), and shut all branch valves off the 24 -inch C.I. transmission main. 13. Contractor shall live tap the existing 24 -inch C.I watermain north of the existing Powerhouse Valve Vault and install a new 6 -inch tapping valve. Connect required piping and dewater the isolated watermain to the adjacent Naches-Cowiche Canal. Contact Dan Butler at the Naches-Cowiche Canal Co. at 930-9601, a minimum of 24 hours prior to discharging water to the canal. 14. Install concrete straddle block. Cut -in new piping and install all valves, fittings, appurtenances, and thrust blocking at the Powerhouse Road/Peck's Canyon Road intersection; and just north of the Powerhouse Valve Vault, and connect back to existing piping. G:\PROJECTS\2006\06028\06028 SPECS.doc 7-3 15. Back -fill connection locations with select backfill or as otherwise directed by the Engineer. 16. Coordinate with the City to install a new water service connection from the existing 24 - Inch watermain in Powerhouse Road to 4120 W. Powerhouse Road, Parcel No. 181315- 21007. The City shall furnish and install a new water meter at the back of curb, water service pipe, and connect to the existing watermain. The Contractor shall provide all equipment, tools, materials, and labor required for a complete and operational water service connection. 17. Install a temporary blow -off assembly south of Ford Avenue and coordinate with the City to open the mainline valves near the Powerhouse valve vault and fill the transmission main. THIRD ORDER OF WORK (Portions of Schedule B and A) 18. The Contractor shall have all tools, equipment, materials, pipe, valves, fittings, and appurtenances necessary for a complete and operational installation prior to beginning work. All work shall be completed in an expedient and timely fashion, and the watermain shall be fully functional and in service within 15 days of beginning work. 19. Install approximately 1,200 L.F.± of new 18 -inch D.I. watermain in Peck's Canyon Road from Station 17+00 to near the connection with the 24 -inch watermain in Powerhouse Road, including all pipe, fittings, thrust blocking, and appurtenances. 20. Complete all testing. 21. Make final connection to new 18" Butterfly Valve at Powerhouse Road. 22. Coordinate with the City to transfer water service connections near Sta. 17+00 in Peck's Canyon Road to two existing home services. Contractor shall perform all trench excavation work, and the City shall furnish and install the water meter. 23. Complete all pavement restoration and HMA overlay in Peck's Canyon Road and the intersection with Powerhouse Road. 24. Install approximately 800 L.F.± new 18 -inch D.I. watermain from Peck's Canyon Road up thru the City reservoir property, new check valve vault assembly, approximately 440 L.F.± new 16 -inch D.I. watermain from the inflow check valve at Sta. 9+50 to the new 16 - inch valves at Sta. 5+00. Include 16 -inch D.I. watermain from Sta. 5+00 up to the exterior wall of each reservoir. 25. Install approximately 700 L.F.± new 12 -inch D. I. Watermain from approximately 52+50 near the Level 3 Pump Station around the south side of Reservoir No. 1 and connect to the new 18 -inch D.I. watermain at Sta. 59+00. 26. Complete all testing. 27. Coordinate with City to shut down existing 24 -inch steel watermain between Pecks Canyon Road and the Level 3 Pump Station. G:\PROJECTS\2006\06028\06028 SPECS.doc 7-4 28. Complete the final connection of the new 12 -inch D.I. watermain to the existing 24 -inch steel watermain at the Level 3 Pump Station. 29. Coordinate with the City to lower the water elevation in Reservoir No. 2 (north reservoir) and complete the new 16 -inch influent pipe connection to Reservoir No. 2. 30. Fill reservoir No. 2 and operate this reservoir (both filling and system demand) thru the new influent line. Contractor may temporarily install a pipe spool in place of the new Cla-Val Check Valve or modify the operation of the check valve to allow temporary two- way flow. J 1 . At the 40th Avenue/Powerhouse Road location, coordinate with the City to close the westerly most existing 24 -inch valve and isolate the existing 24 -inch steel watermain to the west. 32. Coordinate with the City to empty Reservoir No. 1 (south reservoir) and complete the influent pipe connection. install two new 16 -inch butterfly valves at Sta. 31+35/Sta. 42+18, and complete slipline installation of new HDPE pipe in existing 24 -inch Reservoir No. 1 effluent line. 33. Fill reservoir No. 1 and operate Reservoir No. 1 thru both the influent check valve vault and effluent check valve vault as intended for final operation. Close the new 16 -inch butterfly valve on the influent line to Reservoir No. 2. 34. Coordinate with the City to empty Reservoir No. 2 (north reservoir) and complete the slipline installation of new HDPE pipe in existing 24 -inch Reservoir No. 2 effluent line. 35. Fill reservoir No. 2 and operate the Reservoirs thru both influent and effluent check valve vaults as intended for final operation. LAST ORDER OF WORK (Portions of Schedule 0) 36. The Contractor shall have all tools, equipment, materials, pipe, valves, fittings, and appurtenances necessary for a complete and operational installation prior to beginning work. All work shall be completed in an expedient and timely fashion, and the watermain shall be fully functional and in service within 5 days of watermain shut -down. 37. Coordinate with the City to isolate the existing 16 -inch C.I. watermain at the west curb line of Powerhouse Road to the cul-de-sac of Fechter Road (1,400 L.F±). 38. Just north of the existing Powerhouse Road Valve Vault, install new 16 -inch D.I. watermain between the new 16 -Inch B.V. and the existing 16 -Inch C.I. pipe at back of curb line. 39. Complete the 16-Inch/12-inch existing by-pass connection abandonment. 40. Return the 16 -inch watermain to service. 41. Coordinate with the City for temporary shut -down of the 40th/Powerhouse Pump Station. Install new 24 -Inch watermain from the new 24 -Inch B.V. to the pump station discharge piping. G:\PROJECTS\2000\0^0028\06600628 SPECS.doc 7-5 42. Complete removal of existing pipe, valves, and fittings in Powerhouse Road. Complete all pipe abandonments in Powerhouse Road. 43. Connect to the existing 16 -inch valve behind the west curbline and dewater the existing 24 -inch watermain into the Naches-Cowiche Canal. Contact Dan Butler at the Naches- Cowiche Canal Co. at 930-9601, a minimum of 24 hours prior to discharging water to the canal. 44. Remove the existing 24 -inch valves and 16 -inch valve from the west side of Powerhouse Road. 45. Complete all restoration. 46. Contractor shall live tap the existing 24 -inch steel watermain near the Peck's Canyon crossing and install a new 6 -inch tapping valve. Connect required piping and dewater the isolated watermain to the adjacent Yakima Valley Canal located down gradient from the watermain. Contact Bob Smoot at the Yakima Valley Canal Co. at 966-2300, a minimum of 24 hours prior to discharging water to the canal. Water must be discharged to the Canal prior to October 12, 2006 or must be completed in the spring of 2007. 47. Complete pipe abandonment of the existing 24 -inch steel watermain from Peck's Canyon Road, east across the orchard, and to Powerhouse Road. 48. Complete all final restoration and cleanup. G:\PROJECTS\2006\06028\06028 SPECS.doc 7-6 AMENDMENTS TO THE 2006 WASHINGTON STATE DEPARTMENT OF TRANSPORTATION STANDARD SPECIFICATIONS G:\PROJECTS\2006\06028\06028 SPECS.doc 8-1 1 INTRODUCTION 2 The following Amendments and Special Provisions shall be used in conjunction with the 3 2006 Standard Specifications for Road, Bridge, and Municipal Construction. 4 5 AMENDMENTS TO THE STANDARD SPECIFICATIONS 6 7 The following Amendments to the Standard Specifications are made a part of this contract 8 and supersede any conflicting provisions of the Standard Specifications. For informational 9 purposes, the date following each Amendment title indicates the implementation date of the 10 Amendment or the latest date of revision. 11 12 Each Amendment contains all current revisions to the applicable section of the Standard 13 Specifications and may include references which do not apply to this particular project. SECTION 1-04, SCOPE OF THE WORK April 3, 2006 1-04.6 Variation in Estimated Quantities The paragraph beginning with if the adjusted final quantity of any items, is revised to read: If the adjusted final quantity of any item does not vary from the quantity shown in the proposal by more than 25%, then the Contractor and the Contracting Agency agree that all work under that item will be performed at the original contract unit price. 1 SECTION 1-06, CONTROL OF MATERIAL 2 April 3, 2006 3 1-06.1 Approval of Materials Prior To Use 4 The second sentence in the first paragraph is revised to read: 5 6 The Contractor shall use the Qualified Product List (QPL), the Aggregate Source 7 Approval (ASA) Database, or the Request for Approval of Material (RAM) form. 8 9 Number 1 under the second paragraph is revised to read: 10 11 1. Shall be new, unless the Special Provisions or Standard Specifications permit 12 otherwise; 13 14 1-06.1(1) Qualified Products List (QPL) 15 This section is supplemented with the following: 16 17 The current QPL can be accessed on-line at www.wsdot.wa.gov/bizlmats/QPL/QPL.cfm. 18 19 The following new sub -section is inserted to follow 1-06.1(2). 20 21 1-06.1(3) Aggregate Source Approval (ASA) Database 22 The ASA is a database containing the results of WSDOT preliminary testing of 23 aggregate sources. This database is used by the Contracting Agency to indicate the 24 approval status of these aggregate sources for applications that require preliminary 25 testing as defined in the contract. The ASA 'Aggregate Source Approval Report' 26 identifies the currently approved applications for each aggregate source listed. The 27 acceptance and use of these aggregates is contingent upon additional job sampling N_ 28 and/or documentation. 29 30 Aggregates approved for applications on the ASA 'Aggregate Source Approval Report' 31 not conforming to the specifications, not fulfilling the acceptance requirements, or 32 improperly handled or installed, shall be replaced at the Contractor's expense. 33 34 For questions regarding the approval status of an aggregate source, contact the 35 WSDOT Regional Materials Engineer for the Region the source is located in. The 36 Contracting Agency reserves the right to make revisions to the ASA database at 37 anytime. 38 39 If there is a conflict between the ASA database and the contract, then the contract shall 40 take precedence over the ASA database in accordance with Section 1-04.2. The ASA 41 database can be accessed on-line at www.wsdot.wa.gov/biz/mats/ASA. 42 1 1-06.2(2)D Quality Level Analysis 2 Item 9 under the first paragraph is revised to read: 3 4 9. Determine the Composite Pay Factor (CPF) for each lot. 5 6 7 CPF = fi(PF1) + f2(PF2) +•••+ fi(PFi) Ef. 8 9 i=1 to 10 11 where: fi = price adjustment factor listed in these 12 Specifications for the applicable material 13 14 j = number of constituents being evaluated 1 SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 2 January 3, 2006 3 1-07.10 Worker's Benefits 4 The fourth paragraph is revised to read: 5 6 The Public Works Contract Division of the Washington State Department of Labor and 7 Industries will provide the Contractor with applicable industrial insurance and medical 8 aid classification and premium rates. After receipt of Revenue Release from the 9 Washington State Department of Revenue, the contracting agency will verify through 10 the Department of Labor and Industries that the Contractor is current with respect to the 11 payments of industrial insurance and medical aid premiums. 12 13 1-07.15 Temporary Water Pollution/Erosion Control 14 The first paragraph is revised to read: 15 16 In an effort to prevent, control, and stop water pollution and erosion within the project, 17 thereby protecting the work, nearby land, streams, and other bodies of water, the 18 Contractor shall perform all work in strict accordance with all Federal, State, and local 19 laws and regulations governing waters of the State, as well as permits acquired for the 20 project. SECTION 1-08, PROSECUTION AND PROGRESS April 3, 2006 1-08.3 Progress Schedule This section is revised to read: 1-08.3 Progress Schedule 1-08.3(1) General Requirements The Contractor shall submit Type A or Type B Progress Schedules and Schedule Updates to the Engineer for approval. Schedules shall show work that complies with all time and order of work requirements in the contract, Scheduling terms and practices shall conform to the standards established in Construction Planning and Scheduling, Second Edition, published by the Associated General Contractors of America. Except for Weekly Look -Ahead Schedules, all schedules shall meet these General Requirements_, and provide the following information: 1. Include all activities necessary to physically complete the project. 2. Show the planned order of work activities in a logical sequence. 3. Show durations of work activities in working days as defined in Section 1-08.5. 4. Show activities in durations that are reasonable for the intended work. 5. Define activity durations in sufficient detail to evaluate the progress of individual activities on a daily basis. 6. Show the physical completion of all work within the authorized contract time. The Contracting Agency allocates its resources to a contract based on the total time allowed in the contract. The Contracting Agency may accept a Progress Schedule indicating an early physical completion date but cannot guarantee the Contracting Agency's resources will be available to meet an accelerated schedule. No additional compensation will be allowed if the Contractor is not able to meet their accelerated schedule due to the unavailability of Contracting Agency's resources or for other reasons beyond the Contracting Agency's control. If the Engineer determines that the Progress Schedule or any necessary Schedule Update does not provide the required information, then the schedule will be returned to the Contractor for correction and resubmittal. The Engineer's approval of any schedule shall not transfer any of the Contractor's responsibilities to the Contracting Agency. The Contractor alone shall remain responsible for adjusting forces, equipment, and work schedules to ensure completion of the work within the time(s) specified in the contract. 1-08.3(2) Progress Schedule Types Type A Progress Schedules are required on all projects that do not contain the bid item for Type B Progress Schedule. Type B Progress Schedules are required on all projects that contain the bid item for Type B Progress Schedule. Weekly Look -Ahead Schedules and Schedule Updates are required on all projects. 1-08.3(2)A Type A Progress Schedule The Contractor shall submit five copies of a Type A Progress Schedule no later than the first working day of the contract as defined in Section 1-08.5. The schedule may be a critical path method (CPM) schedule, bar chart, or other standard schedule format. The Engineer will evaluate the Type A Progress Schedule and approve or return the schedule for corrections within 15 calendar days of receiving the submittal. 1-08.3(2)B Type B Progress Schedule The Contractor shall submit a preliminary Type B Progress Schedule no later than five calendar days after the date the contract is executed. The preliminary Type B Progress Schedule shall comply with all of these requirements and the requirements of Section 1-08.3(1), except that it may be limited to only those activities occurring within the first 60 working days of the project. The Contractor shall submit five copies of a Type B Progress Schedule no later than 30 calendar days after the date the contract is executed. The schedule shall be a critical path method (CPM) schedule developed by the Precedence Diagramming Method (PDM). Restraints may be utilized, but may not serve to change the logic of the network or the critical path. The schedule shall display at least the following information: Contract Number and Title Construction Start Date Critical Path Activity Description Milestone Description Activity Duration Predecessor Activities Successor Activities Early Start (ES) and Early Finish (EF) for each activity Late Start (LS) and Late Finish (LF) for each activity Total Float (TF) and Free Float (FF) for each activity Physical Completion Date Data Date The Engineer will evaluate the Type B Progress Schedule and approve or return the schedule for corrections within 15 calendar days of receiving the submittal. 1-08.3(2)C Vacant 1-08.3(2)D Weekly Look -Ahead Schedule Each week that work will be performed, the Contractor shall submit a Weekly Look -Ahead Schedule showing the Contractor's and all subcontractors' proposed work activities for the next two weeks. The Weekly Look -Ahead Schedule shall include the description, duration and sequence of work, along with the planned hours of work. This schedule may be a network schedule, bar chart, or other standard schedule format. The Weekly Look Ahead Schedule shall be submitted to the Engineer by the midpoint of the week preceding the scheduled work or some other mutually agreed upon submittal time. 1-08.3(3) Schedule Updates The Engineer may request a Schedule Update when any of the following events occur: 1 i . The project has experienced a change Lange a1L.1aa affects aIC critical paiice 1 . 2. The sequence of work is changed from that in the approved schedule. 3. The project is significantly delayed. 4. Upon receiving an extension of contract time. The Contractor shall submit five copies of a Type A or Type B Schedule Update within 15 calendar days of receiving a written request, or when an update is required by any other provision of the contract. A "significant" delay in time is defined as 10 working days or 10 percent of the original contract time, whichever is greater. In addition to the other requirements of this Section, Schedule Updates shall reflect the following information: 1. The actual duration and sequence of as -constructed work activities, including changed work. 2. Approved time extensions. 3. Any construction delays or other conditions that affect the progress of the work. 4. Any modifications to the as -planned sequence or duration of remaining activities. 5. The physical completion of all remaining work in the remaining contract time. Unresolved requests for time extensions shall be reflected in the Schedule Update by assuming no time extension will be granted, and by showing the effects to follow-on activities necessary to physically complete the project within the currently authorized time for completion. 1-08.3(4) Measurement No specific unit of measurement shall apply to the lump sum item for Type B Progress Schedule. 1-08.3(5) Payment Payment will be made in accordance with Section 1-04.1, for the following bid item when it is included in the proposal: "Type B Progress Schedule", lump sum. The lump sum price shall be full pay for all costs for furnishing the Type B Progress Schedule and preliminary Type B Progress Schedule. Payment of 80 percent of the lump sum price will be made upon approval of the Progress Schedule. Payment will be increased to 100 percent of the lump sum price upon completion of 80 percent of the original total contract award amount. All costs for providing Type A Progress Schedules and Weekly Look -Ahead Schedules are considered incidental to other items of work in the contract. No payment will be made for Schedule Updates that are required due to the Contractors operations. Schedule Updates required by events that are attributed to the actions of the Contracting Agency will be paid for in accordance with Section 1-09.4. 1-08.4 Prosecution of Work The first sentence is revised to read: The Contractor shall begin work within 21 calendar days from the date of execution of the contract by the Contracting Agency, unless otherwise approved in writing. 1-08.5 Time for Completion This section is revised to read: The Contractor shall complete all physical contract work within the number of "working days" stated in the Contract Provisions or as extended by the Engineer in accordance with Section 1-08.8. Every day will be counted as a "working day" unless it is a nonworking day or an Engineer determined unworkable day. A nonworking day is defined as a Saturday, a Sunday, a day on which the contract specifically suspends work, or one of these holidays: January 1, the third Monday of January, the third Monday of February, Memorial Day, July 4, Labor Day, November 11, Thanksgiving Day, the day after Thanksgiving, and Christmas Day. When any of these holidays fall on a Sunday, the following Monday shall be counted a nonworking day. When the holiday falls on a Saturday, the preceding Friday shall be counted a nonworking day. The days between December 25 and January 1 will be classified as nonworking days. An unworkable day is defined as a half or whole day the Engineer declares to be unworkable because of weather or conditions caused by the weather that prevents satisfactory and timely performance of the work shown on the critical path of the Contractor's approved progress schedule. Other conditions beyond the control of the Contractor may qualify for an extension of time in accordance with Section 1- 08.8. Contract time shall begin on the first working day following the 21st calendar day after the date the Contracting Agency executes the contract. If the Contractor starts work on the project at an earlier date, then contract time shall begin on the first working day when onsite work begins. The contract provisions may specify another starting date for contract time, in which case, time will begin on the starting date specified. Each working day shall be charged to the contract as it occurs, until the contract work is physically complete. If substantial completion has been granted and all the authorized working days have been used, charging of working days will cease. Each week the Engineer will provide the Contractor a statement that shows the number of working days: (1) charged to the contract the week before; (2) specified for the physical completion of the contract; and (3) remaining for the physical completion of the contract. The statement will also show the nonworking days and any half or whole day the Engineer declares as unworkable. Within 10 calendar days after the date of each statement, the Contractor shall file a written protest of any alleged discrepancies in it. To be considered by the Engineer, the protest shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of time disputed. By not filing such detailed protest in that period, the Contractor shall be deemed as having accepted the statement as correct. The Engineer will give the Contractor written notice of the physical completion date for all work the contract requires. That date shall constitute the physical completion date of the contract, but shall not imply the Secretary's acceptance of the work or the contract. The Engineer will give the Contractor written notice of the completion date of the contract after all the Contractor's obligations under the contract have been performed by the Contractor. The following events must occur before the Completion Date can be established: 1. The physical work on the project must be complete; and 2. The Contractor must furnish all documentation required by the contract and required by law, to allow the Contracting Agency to process final acceptance of the contract. The following documents must be received by the Project Engineer prior to establishing a completion date: a. Certified Payrolls (Federal -aid Projects) b. Material Acceptance Certification Documents c. Annual Report of Amounts Paid as MBE/WBE Participants or Quarterly Report of Amounts Credited as DBE Participation, as required by the Contract Provisions. d. FHWA 47 (Federal -aid Projects) e. Final Contract Voucher Certification ( 1-08.8 Extensions of Time This section is revised to read: The Contractor shall submit any requests for time extensions to the Engineer in writing no later than 10 working days after the delay occurs. The requests for time extension shall be limited to the affect on the critical path of the Contractor's approved schedule attributable to the change or event giving rise to the request. To be considered by the Engineer, the request shall be in sufficient detail (as determined by the Engineer) to enable the Engineer to ascertain the basis and amount of the time requested. The request shall include an updated schedule that supports the request and demonstrates that the change or event: (1) had a specific impact on the critical path, and except in cases of concurrent delay, was the sole cause of such impact, and (2) could not have been avoided by resequencing of the work or by using other reasonable alternatives. If a request combined with previous extension requests, equals 20 percent or more of the original contract time then the Contractor's letter of request must bear consent of Surety. In evaluating any request, the Engineer will consider how well the Contractor used the time from contract execution up to the point of the delay and the effect the delay has on any completion times included in the special provisions. The Engineer will evaluate and respond within 15 calendar days of receiving the request. The authorized time for physical completion will be extended for a period equal to the time the Engineer determines the work was delayed because of: 1. Adverse weather causing the time requested to be unworkable, provided that the Engineer had not already declared the time to be unworkable and the Contractor has filed a written protest according to Section 1-08.5. 2. Any action, neglect, or default of the Contracting Agency, its officers, or employees, or of any other contractor employed by the Contracting Agency. 3. Fire or other casualty for which the Contractor is not responsible. 4. Strikes. 5. Any other conditions for which these Specifications permit time extensions such as: a. In Section 1-04.4 if a change increases the time to do any of the work including unchanged work. b. In Section 1-04.5 if increased time is part of a protest that is found to be a valid protest. c. In Section 1-04.7 if a changed condition is determined to exist that caused a delay in completing the contract. d. In Section 1-05.3 if the Contracting Agency does not approve properly prepared and acceptable drawings within 30 calendar days. e. In Section 1-07.13 if the performance of the work is delayed as a result of damage by others. f. in Section 1-07.17 if the removal or the relocation of any utility by forces other than the Contractor caused a delay. g. In Section 1-07.24 if a delay results from all the right of way necessary for the construction not being purchased and the spacial prnvisinns dnas not makne specific provisions regarding unpurchased right of way. h. In Section 1-08.6 if the performance of the work is suspended, delayed, or interrupted for an unreasonable period of time that proves to be the responsibility of the Contracting Agency. i. In Section 1-09.11 if a dispute or claim also involves a delay in completing the contract and the dispute or claim proves to be valid. j. In Section 1-09.6 for work performed on a force account basis. 6. If the actual quantity of work performed for a bid item was more than the original plan quantity and increased the duration of a critical activity. Extensions of time will be limited to only that quantity exceeding the original plan quantity. 7. Exceptional causes not specifically identified in items 1 through 6, provided the request letter proves the Contractor had no control over the cause of the delay and could have done nothing to avoid or shorten it. Working days added to the contract by time extensions, when time has overran, shall only apply to days on which liquidated damages or direct engineering have been charged, such as the following: If substantial completion has been granted prior to all of the authorized working days being used, then the number of days in the time extension will eliminate an equal number of days on which direct engineering charges have accrued. If the substantial completion date is established after all of the authorized working days have been used, then the number of days in the time extension will eliminate an equal number of days on which liquidated damages or direct engineering charges have accrued. The Engineer will not allow a time extension for any cause listed above if it resulted from the Contractor's default, collusion, action or inaction, or failure to comply with the contract. The Contracting Agency considers the time specified in the special provisions as sufficient to do all the work. For this reason, the Contracting Agency will not grant a time extension for: ( • Failure to obtain all materials and workers unless the failure was the result of exceptional causes as provided above in subsection 7; • Changes, protests, increased quantities, or changed conditions (Section 1- 04) that do not delay the completion of the contract or prove to be an invalid or inappropriate time extension request; • Delays caused by nonapproval of drawings or plans as provided in Section 1-05.3; • Rejection of faulty or inappropriate equipment as provided in Section 1- 05.9; • Correction of thickness deficiency as provided in Section 5-05.5(1)B. The Engineer will determine whether the time extension should be granted, the reasons for the extension, and the duration of the extension, if any. Such determination will be final as provided in Section 1-05.1. ( 1 SECTION 1-09, MEASUREMENT AND PAYMENT 2 January 3, 2006 3 1-09.9(1) Retainage 4 The fourth paragraph is revised to read: 5 6 Release of the retainage will be made 60 days following the Completion Date (pursuant 7 to RCW 39.12, and RCW 60.28) provided the following conditions are met: 8 9 1. On contracts totaling more than $20,000, a release has been obtained from 10 the Washington State Department of Revenue. 11 12 2 Affidavits of Wages Paid fnr the Contractor and all Subcontractors are nn file 13 with the Contracting Agency (RCW 39.12.040). 14 15 3. A certificate of Payment of Contributions Penalties and Interest on Public 16 Works Contract is received from the Washington State Employment Security 17 Department. 18 19 4. Washington State Department of Labor and Industries (per section 1-07.10) 20 shows the Contractor is current with payments of industrial insurance and 21 medical aid premiums. 22 23 5. All claims, as provided by law, filed against the retainage have been resolved. 24 In the event claims are filed and provided the conditions of 1, 2, 3 and 4 are 25 met, the Contractor will be paid such retained percentage less an amount 26 sufficient to pay any such claims together with a sum determined by the 27 Contracting Agency sufficient to pay the cost of foreclosing on claims and to 28 cover attorney's fees. 1 SECTION 2-09, STRUCTURE EXCAVATION 2 January 3, 2006 3 2-09.3(1)E Backfilling 4 Item 1 of the first paragraph under Compaction is revised to read: 5 6 1. Backfill supporting roadbed, roadway embankments, or structures, including 7 backfill providing lateral support for noise barrier wall foundations, luminaire poles, 8 traffic signal standards, and roadside and overhead sign structure foundations — 9 placed in horizontal layers no more than 6 inches thick with each layer compacted 10 to 95 percent of the maximum density determined by the Compaction Control Test, 11 Section 2-03.3(14)D. t 1 SECTION 8-04, CURBS, GUTTERS, AND SPILLWAYS 2 January 3, 2006 3 8-04.4 Measurement 4 The first paragraph is revised to read: 5 6 All curbs, gutters, and spillways will be measured by the linear foot along the line and 7 slope of the completed curbs, gutters, or spillways, including bends. Measurement of 8 cement concrete curb and cement concrete curb and gutter, when constructed across 9 driveways or sidewalk ramps, will include the width of the driveway or sidewalk ramp. 1 SECTION 9-02, BITUMINOUS MATERIALS 2 January 3, 2006 3 9-02.1(4) Asphalt Binders 4 This section including title is revised to read: 5 6 9-02.1(4) Performance Graded Asphalt Binder (PGAB) 7 PGAB meeting the requirements of AASHTO M 320 Table 1 of the grades specified in 8 the contract shall be used in the production of HMA. The Direct Tension Test (AASHTO 9 T 314) of M 320 is not a specification requirement. 10 11 9-02.1(4)A Performance Graded Asphalt Binder 12 This section including title is revised to read: 13 14 9-02.1(4)A Quality Control Plan 15 The Asphalt Supplier of PGAB shall have a Quality Control Plan (QCP) in accordance 16 with WSDOT QC 2 "Standard Practice for Asphalt Suppliers That Certify Performance 17 Graded Asphalts". The Asphalt Supplier's QCP shall be submitted and approved by the 18 WSDOT State Materials Laboratory. Any change to the QCP will require a new QCP to 19 be submitted. The Asphalt Supplier of PGAB shall certify through the Bill of Lading that 20 PGAB meets the specification requirements of the contract. 21 22 9-02.1(6)A Polymerized Cationic Emulsified Asphalt CRS -2P 23 This section is revised to read: 24 25 26 27 28 The asphalt CRS -2P shall be a polymerized cationic emulsified asphalt. The polymer shall be milled into the asphalt or emulsion during the manufacturing of the emulsion. The asphalt CRS -2P shall meet the following specifications: AASHTO Test Method Specifications Minimum Maximum Viscosity @122°F, SFS T 59 100 400 Storage Stability 1 day % T 59 --- 1 Demulsibility 35 ml. 0.8% Dioctyl Sodium Sulfosuccinate T 59 40 --- Particle Charge T 59 positive --- Sieve Test % T 59 --- 0.30 Distillation Oil distillate by vol. of emulsion % T 59note 1 0 3 Residue T 59 note 1 65 --- Test on the Residue From Distillation Penetration X77°F T 49 100 250 Torsional Recovery % note2 18 --- 1 2 3 4 5 b 7 8 or Toughness/Tenacity in -lbs note 3 50/25 note 'Distillation modified to use 300 grams of emulsion heated to 3502F ± 92F and maintained for 20 minutes. note 2The Torsional Recovery test shall be conducted according to the California Department of Transportation Test Method No. 332. The residue material for this test shall come from California Department of Transportation Test Method No. 331. 9 note 3Benson method of toughness and tenacity; Scott tester, inch -pounds at 772F. 10 20 in. per minute pull. Tension head 7/8 in. diameter, 11 12 At the option of the supplier the Benson Toughness/ Tenacity test can be used in lieu of 13 Torsional Recovery based on type of modifier used. If the Benson Toughness/Tenacity 14 method is used for acceptance the supplier must supply all test data verifyina 15 specification conformance. SECTION 9-35, TEMPORARY TRAFFIC CONTROL MATERIALS April 3, 2006 9-35.2 Construction Signs The first paragraph is supplemented with the following: Post mounted Class A construction signs shall conform to the requirements of this section and additionally shall conform to the requirements stated in section 9-28. The second paragraph is revised to read: Aluminum sheeting shall be used to fabricate all construction signs. The signs shall have a minimum thickness of 0.080 -inches and a maximum thickness of 0.125 - inches. The first sentence in the fourth paragraph is revised to read: The use of plywood, composite, fiberglass reinforced plastic, new fabric rollup signs, and any other previously approved sign materials except aluminum is prohibited. Any sign which otherwise meets the requirements of this section and was purchased prior to July 1, 2004, may be utilized until December 31, 2007. If a fabric sign is used, it shall have been fabricated with Type VI reflective sheeting. l PROJECT LOCATION RIVER RD SCENIC DR FLETC D CASTLEVAL RD LNCOLN AVE ENGLEWOO 1 a DOUGLAS DOUGLAS DR W ? \\ w N GLACIER WAY C m N QtmR�YRCmiummill% j RCHEY RD ME 00T UPLA D DR R00 EVELT AVE SKYLINE AVE 19, LA 1 HAVEN WAY BITTERROO SUM. ITVIEW AVE CASCADE D GE ST W YAKIMA A E BARGE ST BARCE 5T W CHESTN T A McCARGAR W WALNUT VICINITY MAP NOT TO SCALE BELL DATUM ELEVATION NGS BRASS CAP STAMPED "E294 1949" LOCATED AT THE NORTHWEST CORNER OF THE POWERHOUSE ROAD BRIDGE OVER THE NACHES RIVER. ELEVATION: 1180.70, DATUM NGVD 1929 CITY OF YAKIMA LEVEL 2 - DOMESTIC WATER SYSTEM IMPROVEMENTS CITY PROJECT NO. WA2096 HLA PROJECT NO. 06028 JULY 2006 SHEET 1 SHEET 2 SHEET 3 SHEET 4 SHEET 5 SHEET 6 SHEET 7 SHEET 8 SHEET 9 SHEET 10 SHEET 11 SHEET 12 SHEET 13 SHEET 14 SHEET 15 SHEET 16 SHEET 17 SHEET 18 SHEET 19 SHEET 20 SHEET 21 SHEET 22 SHEET 23 SHEET 24 SHEET 25 SHEET 26 SHEET 27 SHEET INDEX COVER SHEET SUMMARY OF QUANTITIES AND GENERAL NOTES LEGEND AND DETAILS DETAILS CHECK VALVE VAULT AND DETAILS SHEET LAYOUT SCHEDULE A - RESERVOIR 1&2 SITE PLAN SCHEDULE A - RESERVOIR 1&2 PIPING PROFILES SCHEDULE A - RESERVOIR 1&2 PIPING PROFILES SCHEDULE A - 12" BYPASS WATERMAIN PLAN AND PROFILE STA. 50+00 TO STA. 53+80 SCHEDULE A - 12" BYPASS WATERMAIN PLAN AND PROFILE STA. 53+80 TO STA. 59+00 SCHEDULE A - PECK'S CANYON WATERMAIN PLAN AND PROFILE STA. 10+60 TO STA. 15+80 SCHEDULE B - PECK'S CANYON WATERMAIN PLAN AND PROFILE STA. 15+80 TO STA. 19+00 SCHEDULE B - PECK'S CANYON WATERMAIN PLAN AND PROFILE STA. 19+00 TO STA. 21+60 SCHEDULE B - PECK'S CANYON WATERMAIN PLAN AND PROFILE STA. 21+60 TO STA. 25+60 SCHEDULE B - PECK'S CANYON WATERMAIN PLAN AND PROFILE STA. 25+60 TO EX. 24" W.M. SCHEDULE C - W POWERHOUSE RD. - WATERMAIN RECONFIGURATION PLAN SCHEDULE D - N. 40TH AVENUE AND POWERHOUSE RD SITE PLAN SCHEDULE D - EXISTING 24" PIPE ABANDONMENT PLAN STA. 100+00 TO STA. 113+00 SCHEDULE D - EXISTING 24" PIPE ABANDONMENT PLAN STA. 113+00 TO EOP TRAFFIC CONTROL PLAN 1 TRAFFIC CONTROL PLAN 2 TRAFFIC CONTROL PLAN 3 TRAFFIC CONTROL PLAN 4 TRAFFIC CONTROL PLAN 5 TRAFFIC CONTROL PLAN 6 DETOUR PLAN Huibregtse, Louman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue :•Yakima, WA 98902 (509) 966-7000 + FAX (509) 965-3800 EXPIRES p..,. 6, 0008 6 JOB NUMBER: 06028 DATE. 7-10-06 FILE NAMES. DRAWING: SHEETS.dwg CITY OF YAKIMA LEVEL 2 - DOMESTIC WATER SYSTEM IMPROVEMENTS REVISION DATE DESIGNED BY - ENTERED BY - MTB JLB COVER SHEET 1 OF 27 * SUMMARY OF QUANTITIES SCHEDULE A — RESERVOIR SITE WATERMAIN IMPROVEMENTS ITEM # TOTAL QUANTITY UNIT ITEM DESCRIPTION 1 1 L.S. MOBILIZATION 2 1 L.S. CLEARING AND GRUBBING 3 250 L.F 18—INCH HDPE PIPE AND FITTINGS, IN PLACE 4 250 L.F 18—INCH D.I. WATERMAIN AND FITTINGS, IN PLACE 5 400 L.F. 18—INCH RESTRAINED JOINT WATERMAIN AND FITTINGS, IN PLACE 6 740 L.F. 16—INCH RESTRAINED JOINT WATERMAIN AND FITTINGS, IN PLACE 7 730 L.F. 12—INCH D.I. WATERMAIN AND FITTINGS, IN PLACE 8 4 EA. 16—INCH BUTTERFLY VALVE AND VALVE BOX 9 1 EA. 12—INCH BUTTERFLY VALVE AND VALVE BOX 10 1 EA. CHECK VALVE VAULT ASSEMBLY 11 2 EA. RESERVOIR PENETRATION FOR PIPE 12 1 L.S. MANHOLE FOR DRAIN SYSTEM, COMPLETE 13 1 EA. COMBINATION AIR VALVE ASSEMBLY 14 2,120 L.F. SHORING OR EXTRA EXCAVATION 15 5 EA. CONCRETE PIPE PLUG 16 3 EA. CONCRETE ANCHOR BLOCK 17 1 L.S. SITE GRADING 18 300 S.Y GRAVEL SURFACE REPAIR 19 EST F.A. MINOR CHANGES SCHEDULE B — PECK'S CANYON WATER MAIN IMPROVEMENTS ITEM # TOTAL QUANTITY UNIT ITEM DESCRIPTION 20 1 L.S. MOBILIZATION 21 1 L.S. PROJECT TEMPORARY TRAFFIC CONTROL 22 1 L.S. CLEARING AND GRUBBING 23 1,200 L.F. 18—INCH D.I. WATERMAIN AND FITTINGS, IN PLACE 24 80 L.F. 18—INCH RESTRAINED JOINT WATERMAIN AND FITTINGS, IN PLACE 25 2 EA. 18—INCH BUTTERFLY VALVE AND VALVE BOX 26 1 EA. 24—INCH X 6—INCH TAPPING ASSEMBLY 27 1 L.S. 24—INCH D.I. WATERMAIN, VALVES, AND FITTINGS, IN PLACE 28 1,280 L.F SHORING OR EXTRA EXCAVATION 29 110 C.Y. SELECT BACKFILL, AS DIRECTED 30 1,380 S.Y. ASPHALT PAVEMENT REMOVAL 31 310 TON CRUSHED SURFACING BASE COURSE 32 75 TON COMMERCIAL HMA FOR PATCHING 33 240 TON HMA CL. 3/8" PG 64-28 34 4 C.Y. CONTROLLED DENSITY FILL 35 45 TON CRUSHED SURFACING TOP COURSE FOR SHOULDERING 36 EST. F.A. MINOR CHANGES SCHEDULE C — W. POWERHOUSE RD. WATERMAIN IMPROVEMENTS ITEM # TOTAL QUANTITY UNIT ITEM DESCRIPTION 37 1 L.S. MOBILIZATION 38 1 L.S. PROJECT TEMPORARY TRAFFIC CONTROL 39 1 L.S. EXISTING VALVES AND VAULT REMOVAL 40 1 EA. 24—INCH X 6—INCH TAPPING ASSEMBLY 41 1 L.S. WATERMAIN, VALVES, AND FITTINGS, IN PLACE 42 50 L.F. SHORING OR EXTRA EXCAVATION 43 30 C.Y SELECT BACKFILL, AS DIRECTED 44 30 S.Y. HMA FOR PAVEMENT REPAIR CL. 3/8" PG 64-28 45 80 S.Y. GRAVEL SURFACE REPAIR 46 EST. F.A. MINOR CHANGES * SCHEDULES OF WORK CORRESPOND WITH GEOGRAPHIC AREAS OF WORK, AND ARE NOT INTENDED TO DICTATE ORDER OF WORK. A CONSTRUCTION SEQUENCE IS INCLUDED IN THE APPENDIX OF THE SPECIFICATIONS. * SUMMARY OF QUANTITIES SCHEDULE D — W. POWERHOUSE ROAD/40TH AVE. WATERMAIN IMPROVEMENTS ITEM /f TOTAL QUANTITY UNIT ITEM DESCRIPTION 47 1 L.S. MOBILIZATION 48 1 L.S. PROJECT TEMPORARY TRAFFIC CONTROL 49 1 L.S. CLEARING AND GRUBBING 50 1 L.S. REMOVE EXISTING PIPING, VALVES, AND FITTINGS 51 120 C.Y. CONTROLLED DENSITY FILL 52 15 EA. CONCRETE PIPE PLUG 53 115 L.F. 24—INCH D.I. WATERMAIN AND FITTINGS, IN PLACE 54 45 L.F. 16—INCH D.I. WATERMAIN AND FITTINGS, IN PLACE 55 2 EA. 24—INCH BUTTERFLY VALVE AND VALVE BOX 56 1 EA. 16—INCH BUTTERFLY VALVE AND VALVE BOX 57 1 EA. 6—INCH GATE VALVE AND VALVE BOX 58 1 EA. FIRE HYDRANT ASSEMBLY 59 1 EA. 24—INCH X 6—INCH TAPPING ASSEMBLY 60 240 L.F WATER SERVICE LINE 61 175 L.F. SHORING OR EXTRA EXCAVATION 62 60 C.Y. SELECT BACKFILL, AS DIRECTED 63 100 L.F CEMENT CONCRETE CURB AND GUTTER 64 6 S.Y CEMENT CONCRETE SIDEWALK, 4—INCH THICK 65 15 S.Y. CEMENT CONCRETE SIDEWALK, 6—INCH THICK 66 215 S.Y HMA FOR PAVEMENT REPAIR CL. 3/8" PG 64-28 67 EST F.A. MINOR CHANGES CITY OF YAKIMA PUBLIC WATERLINE GENERAL NOTES 1 ALL PUBLIC WATERLINE PIPE SHALL BE CLASS 52 DUCTILE IRON. DUCTILE IRON PIPE SHALL BE CEMENT—MORTAR LINED AND SHALL CONFORM TO ANSI A-21 11 AND SHALL BE U.S. TYTON JOINT PIPE OR APPROVED EQUAL. RUBBER RING GASKETS SHALL CONFORM TO ANSI A-21.11. ALL CAST IRON FITTINGS AND FLANGED DUCTILE IRON FITTINGS SHALL BE CLASS 250 AND ALL DUCTILE IRON MECHANICAL JOINT FITTINGS SHALL BE CLASS 350 CONFORMING TO ANSI/AWWA C110/A-21 10 AND ANSI/AWWA C153 A-21.53. MORTAR LINING SHALL BE SAME THICKNESS AS FOR PIPE. 2. NO PUBLIC WATER VALVES SHALL BE OPENED OR CLOSED (OPERATED) BY ANYONE BUT THE CITY OF YAKIMA WATER/IRRIGATION DIVISION STAFF. CONTACT ALVIE MAXEY AT 575-6196 A MINIMUM OF 24 HOURS PRIOR TO WORK REQUIRING OPERATION OF PUBLIC WATER VALVES. 3. ALL PUBLIC WATERLINES SHALL HAVE A MINIMUM OF 4.5 FEET OF COVER. 4. ALL TEES, BENDS AND ENDS OF WATERLINES SHALL BE RESTRAINED WITH ROMAC GRIPRING RESTRAINT SYSTEM AND BLOCKED WITH POURED IN PLACE CONCRETE THRUST BLOCKS IN ACCORDANCE WITH THE CITY OF YAKIMA SPECIFICATIONS UNLESS ALTERNATE RESTRAINT SYSTEMS HAVE BEEN PREVIOUSLY APPROVED ALL FITTINGS IN CONTACT WITH CONCRETE SHALL BE WRAPPED IN PLASTIC. 5. DIRECT—BURIED LINE VALVES OF 12" SIZE AND LARGER SHALL BE BUTTERFLY VALVES. ALL SMALLER, DIRECT—BURIED LINE VALVES SHALL BE RESILIENT WEDGE GATE VALVES. ALL VALVES SHALL BE DESIGNED TO AWWA SPECIFICATIONS AND SHALL HAVE A STANDARD 2" SQUARE—OPERATING NUT UNLESS OTHERWISE SHOWN ON PLANS. ALL VALVES SHALL BE DESIGNED FOR AT LEAST 150 PSI WORKING PRESSURE AND SHALL OPEN COUNTER CLOCKWISE. 6. ALL WATERLINE FACILITIES SHALL BE THOROUGHLY FLUSHED, PRESSURE TESTED AND CHLORINATED AND A POTABLE WATER TEST (BAC—T) SHALL BE APPROVED BY THE CITY OF YAKIMA PRIOR TO ANY CONNECTION TO EXISTING WATER SYSTEM. FLUSHING OF CHLORINATED WATER INTO STORM DRAIN SYSTEM IS NOT ALLOWED UNLESS DE—CHLORINATED. 7 ALL WATERLINE, FITTINGS AND VALVES USED FOR FINAL WATERLINE CONNECTIONS TO THE EXISTING WATER SYSTEM SHALL BE SWABBED WITH 300PPM CHLORINATED SOLUTION. 8. CONTRACTOR SHALL NOTIFY ALL AFFECTED WATER CUSTOMERS 24 HOURS PRIOR TO ANY WATER SYSTEM SHUTDOWN FOR FINAL WATERLINE CONNECTIONS. COORDINATE WITH CITY OF YAKIMA WATER/IRRIGATION DIVISION. 9. THE CITY OF YAKIMA WATER/IRRIGATION DIVISION SHALL MAKE ALL WATER MAIN TAPS UNLESS OTHERWISE NOTED. 10. THE CITY OF YAKIMA WATER/IRRIGATION DIVISION SHALL INSTALL ALL WATER SERVICES UNLESS OTHERWISE NOTED GENERAL PROJECT NOTES 1 THE SPECIFICS OF THE ORDER OF WORK SHALL BE AT THE CONTRACTOR'S OPTION, BUT WORK SHALL BE CLOSELY COORDINATED WITH THE CONSTRUCTION SEQUENCE DESCRIBED IN THE APPENDIX OF THE PROJECT SPECIFICATIONS. THE CONTRACTOR SHALL COORDINATE ALL CONSTRUCTION ACTIVITY WITH THE CITY OF YAKIMA. 2. FOR CONNECTIONS TO EXISTING WATERMAINS ALL PIPING SHALL BE EXPOSED, AND ALL LABOR, TOOLS, MATERIALS, AND EQUIPMENT NECESSARY TO MAKE THE CONNECTION SHALL BE ON HAND PRIOR TO BEGINNING WORK. THE CONNECTION SHALL 8E MADE IN THE MINIMUM TIME POSSIBLE TO MINIMIZE IMPACTS TO THE WATER SYSTEM AND ITS CUSTOMERS. 3. ALL CONSTRUCTION SHALL CONFORM TO THE LATEST EDITION OF THE STANDARD SPECIFICATIONS FOR ROAD, BRIDGE, AND MUNICIPAL CONSTRUCTION AS PUBLISHED BY THE WASHINGTON STATE DEPARTMENT OF TRANSPORTATION (WSDOT) AND THE AMERICAN PUBLIC WORKS ASSOCIATION (APWA) AND THE SPECIAL PROVISIONS OF THE CITY OF YAKIMA. 4 THE CONTRACTOR IS ADVISED THAT THE LOCATION AND/OR ELEVATION OF EXISTING UTILITIES SHOWN HEREON ARE BASED UPON UTILITY INFORMATION OF RECORD, INFORMATION PROVIDED TO HUIBREGTSE, LOUMAN ASSOCIATES, INC. AND WHERE POSSIBLE MEASUREMENTS TAKEN IN THE FIELD IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO VERIFY PERTINENT LOCATIONS AND ELEVATIONS, ESPECIALLY AT CONNECTION POINTS AND AT POTENTIAL UTILITY CONFLICTS. 5. THE CONTRACTOR MUST CALL THE LOCAL UTILITY LOCATION REQUEST CENTER NOT LESS THAN 72 HOURS NOR MORE THAN 10 BUSINESS DAYS BEFORE ANY EXCAVATION, TO REQUEST FIELD LOCATIONS OF UTILITIES. THE TELEPHONE NUMBER FOR THE ONE CALL CENTER FOR THIS PROJECT IS 1-800-424-5555. PRIOR TO CONSTRUCTION, THE CONTRACTOR SHALL VERIFY PERTINENT LOCATIONS AND ELEVATIONS, ESPECIALLY AT THE CONNECTION POINTS AND AT POTENTIAL UTILITY CONFLICTS. IT SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR TO NOTIFY THE ENGINEER IMMEDIATELY WHERE EXISTING UTILITIES ARE FOUND TO CONFLICT WITH PROJECT IMPROVEMENTS. NO ADDITIONAL COMPENSATION WILL BE ALLOWED FOR POTHOLING OR VERIFICATION OF EXISTING UTILITY LOCATIONS. 6. ANY DAMAGE TO PUBLIC UTILITIES OR ADJACENT PROPERTIES AS A RESULT OF THE CONSTRUCTION ACTIVITIES SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR. REPAIRS SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR AND SHALL BE MADE IN A TIMELY MANNER TO THE SATISFACTION OF THE DAMAGED PARTY 7 CONTRACTOR SHALL REMOVE ALL DEBRIS FROM THE SITE. NO BURNING WILL BE ALLOWED. THE CONTRACTOR SHALL BE REQUIRED TO SECURE AND OPERATE HIS OWN WASTE DISPOSAL SITE AT HIS OWN EXPENSE FOR THE DISPOSAL OF ALL UNSUITABLE MATERIAL, ASPHALT, CONCRETE, DEBRIS, WASTE MATERIAL, AND ANY OTHER OBJECTIONABLE MATERIAL WHICH IS DIRECTED TO WASTE. THE CONTRACTOR SHALL COMPLY WITH THE STATE OF WASHINGTON REGULATIONS REGARDING DISPOSAL OF WASTE MATERIAL AS OUTLINED IN WAC 173-304, SUBCHAPTER 461 8. AT ALL TIMES DURING CONSTRUCTION, THE CONTRACTOR SHALL BE RESPONSIBLE FOR CONTROLLING ON—SITE EROSION DUE TO WIND AND RUNOFF. 9. A PRECONSTRUCTION MEETING WITH THE LOCAL JURISDICTION/PUBLIC WORKS DEPARTMENT, THE ENGINEER, THE CONTRACTOR, AND INTERESTED UTILITY COMPANIES SHALL BE HELD A MINIMUM OF ONE WEEK PRIOR TO BEGINNING CONSTRUCTION. CITY INSPECTOR SHALL BE GIVEN 48—HOURS MINIMUM NOTICE PRIOR TO THE START OF WORK. 10. THE CONTRACTOR SHALL HAVE ONE (1) SIGNED COPY OF THE APPROVED PLANS, ONE (1) COPY OF THE APPROPRIATE STANDARDS AND SPECIFICATIONS, AND A COPY OF ANY PERMITS AND EXTENSION AGREEMENTS NEEDED FOR THE JOB, ON—SITE AT ALL TIMES. 11. IF WORKERS ENTER ANY TRENCH OR OTHER EXCAVATION FOUR FEET OR MORE IN DEPTH THAT DOES NOT MEET THE OPEN PIT REQUIREMENTS OF WSDOT/APWA SECTION 2-09.3(3)8, IT SHALL BE SHORED AND CRIBBED. THE CONTRACTOR SHALL BE SOLELY RESPONSIBLE FOR WORKER SAFETY AND THE ENGINEER ASSUMES NO RESPONSIBILITY ALL TRENCH SAFETY SYSTEMS SHALL MEET THE REQUIREMENTS OF THE WASHINGTON INDUSTRIAL SAFETY AND HEALTH ACT, CHAPTER 49.17 RCW. 12. IF, DURING THE CONSTRUCTION PROCESS, CONDITIONS ARE ENCOUNTERED BY THE CONTRACTOR, HIS SUBCONTRACTORS, OR OTHER AFFECTED PARTIES, WHICH COULD INDICATE A SITUATION THAT IS NOT IDENTIFIED IN THE PLANS OR SPECIFICATIONS, THE CONTRACTOR SHALL CONTACT THE ENGINEER IMMEDIATELY 13. THE CONTRACTOR SHALL BE RESPONSIBLE FOR PROVIDING ADEQUATE SAFEGUARDS, SAFETY DEVICES, PROTECTIVE EQUIPMENT, FLAGGERS, AND ANY OTHER ACTIONS NEEDED TO PROTECT THE LIFE, HEALTH, AND SAFETY OF THE PUBLIC, AND TO PROTECT PROPERTY IN CONNECTION WITH THE PERFORMANCE OF WORK COVERED BY THIS CONTRACT. THE CONTRACTOR SHALL BE RESPONSIBLE FOR PROVIDING ANY AND ALL TRAFFIC CONTROL DEVICES AS MAY BE REQUIRED BY THE CONSTRUCTION ACTIVITIES. ALL SECTIONS OF THE WSDOT/APWA STANDARD SPECIFICATIONS SECTION 1-10, TEMPORARY TRAFFIC CONTROL, SHALL APPLY IF WORK WITHIN THE RIGHT OF WAY WILL INTERRUPT NORMAL TRAFFIC OPERATION. 14 THE CONTRACTOR SHALL BE RESPONSIBLE FOR KEEPING ROADWAYS FREE AND CLEAR OF ALL CONSTRUCTION DEBRIS AND DIRT TRACKED FROM THE SITE. 15. THE CONTRACTOR SHALL BE RESPONSIBLE FOR RECORDING AS—BUILT INFORMATION ON A SET OF RECORD DRAWINGS KEPT AT THE CONSTRUCTION SITE, AND AVAILABLE TO THE CITY OF YAKIMA INSPECTOR AT ALL TIMES. THE CONTRACTOR SHALL DELIVER THESE DRAWINGS TO THE ENGINEER AT THE COMPLETION OF THE WORK. 16. ALL OPERATIONS CONDUCTED ON THE PREMISES, INCLUDING THE WARMING UP, REPAIR, ARRIVAL, DEPARTURE, OR RUNNING OF TRUCKS, EARTHMOVING EQUIPMENT, CONSTRUCTION EQUIPMENT, AND ANY OTHER ASSOCIATED EQUIPMENT SHALL GENERALLY BE LIMITED TO THE PERIOD BETWEEN 7:00 A.M. AND 7.00 P.M. EVERY DAY UNLESS OTHERWISE APPROVED BY THE CITY Hnibregtse, Lotman Associates, Inc. CIVIL ENGINEERING - LAND SURVEYING • PLANNING 801 North 39th Avenue •: Yakima, WA 98902 (509) 966-7000 FAX (509) 965-3800 EXPIRES 9 - 6, 2008 JOB NUMBER: DATE: 06028 7-10-06 FILE NAMES. DRAWING: SHEETS.dwg CITY OF YAKIMA LEVEL 2 - DOMESTIC WATER SYSTEM IMPROVEMENTS REVISION DATE DESIGNED BY: ENTERED BY: MTB JLB SUMMARY OF QUANTITIES AND GENERAL NOTES SHEET 2 OF 27 LEGEND NOTES5' LENGTH OF 4" x 4" 3' MIN, CLEARANCE x/- PRESSURE TREATED POST (PAN ED BLUE) } 180' ELBOW (PAINTED) A '- �4 FROM OBSTRUCPONS r 5" STORZ N7 EXIST, 000C. WALL PIPE, WITH NON-SHRINK GROUT. 0 NEW PIPE, 16-INCH DIAMETER N6 GROUT REMAINING PENETRATION AROUND N3 CUT HOLE IN EXISTING CONCRETE WALL N7 EXTEND PIPE INTO TANK MINIMUM 3'-0" MATH HOLE SAW. VERIFY HOLE DIAMETER NB CONCRETE THRUST BLOCKING REQUIRED PRIOR TO CUTTING. N9 RESTRAINED FLANGE N4 INSTALL 'LINK-SEAL" MODEL LS-360-C-30, PER MFG. RECOMMENDATIONS VARIES STRAPS � �I •\-BEE-HIVE STRAINER r COUPLING-44,11-SPECIFIED In PAVEMENT �HYDRANT EXISTING FEATURES EXISTING FEATURES 2' PIX (PAINTED) 24" MANHOLE FRAME & COVER W/ WATER" y v¢ / Mir GROUND >6�.- . CONCRETE THRUST 2 x _ - _ mi %�. N=e=■�Ikl= LINE BLOCKING INSTALL FOAM BACKER ROD. ® FENCE UTILITY POLE o 0 ' 2' 'EX 2' 90' VALVE BOX_B 6" RESILIENT SEAT GATE VALVE 0,25 C.Y. GRAVEL DRAIN 1 1/2" ROUND VA �z N �' N5 GAS UNE POLE ANCHOR (-- • ss ® WATER • SIDE Q N2 ® � EARTH SIDE SANITARY SEWER SIGN w w aI♦-'',o �, C.T.S.25' ,,/-LP X C.T.S. 2" BRASS MAINLINE SEE NOTE 3 SEE NOTE 1 {7�� WASHED ROCK SEE NOTE 1 `.> :•/✓ P•7• DOMESTIC WATER GAS VALVE Q o o STORM DRAIN MONUMENT N3 _ �9�[Zaa. _--- _-- ' - NIPPLE VALVE BOX ' .`- + � �� OVERHEAD POWER Ere cm. MAILBOX OVERHEAD 2" C.T.S. COMYNA 1 /`7f ■ 1'' I I I _ ,� I II I I I, ���� IRRIGATION 99 ,9x DECIDUOUS WEE 1 4' LENGTH DIAMETER CONCRETE CULVERT DF 30' REINFORCED PIPE. ATR 64.40 - 2' UNIONGROUT 1 () 2" R.S. GATE VALVE W/ 2" OPERATING NUT • \\j'i� jJyO�\\j\\j1\jO/jyj\�jJ/1�jJj, .N.PIP\��O�P/NY y: UNDISTURBED *-.' N,N1 vj may\; �ABLs. EARTH \\✓%Yj\%/�Q��✓/''PP,\✓\. \\ v\\\l\\,G r�> TELEPHONE EVERGREEN TREE r0 20 DRAIN ROCK �p /0 0 DI a 00�1111.1111./M, 00 Atei�� 0 0i�� 000 O a M 2' PEX I I�1♦ 12"x12"x6" CONCRETE BLOCK NOTES: 1. ROMAC "GRIP-RING" MECHANICAL JOINT ACCESSORY KITS SHALL BE USED DRAIN HOLE SHALL NOT BE COVERED ON ALL FlBER OPTIC CUM > TZ� N7 I CULVERT -C. FRE HYDRANT 15 WATER VALVE a1 WATER BLOWOFF ® NEW FEATURES VAL-MATIC OR APPROVED (2 EA) 2" 90' 2' PEX E(2,3 LBOWS (SWING 2" ONION JOINTS) I.P X C.T.S. 202C EQUAL I MECHANICAL JOINT CONNECTIONS FROM TEE TO HYDRANT. 2. MINIMUM HYDRANT DEPTH IS 5 FEET. THIS DISTANCE MAY INCREASE ARE INSTALLED ON 010118UTION MAIN SIZES LARGER THAN 6 INCHES 3. CONNECTION TO WATER MAIN CAN ALSO BE MADE WITH TAPPING VALVE WHEN HYDRANTS IN DIAMETER. AND SLEEVE. m�. \\j / / / \/\/\/\\\�›.. WATER MANHOLE W O COMBINATION NEW 12' DI. WATFRMAIN AIR VALVE ASSEMBLY (NOT SHOWN) HYDRANT ASSEMBLY WATER METER ® NEW ASPHALT CONCRETE PAVEMENT -__ 1TW IRRIGATION VALVE • NEW CURB AND GUTTER ® CONCRETE RESERVOIR "1 NOT TO SCALE NOT CITY STANDARD DETAIL W1 TO SCALE PIPE PENETRATION DETAIL NOT TO SCALE STORM DRAIN MANHOLE O NEW CEMENT CONCRETE SIDEWAU( ' ' . CATCH BASIN os DRYWELL O NEW WATER LINE MIIII=1=11M1111•1111=1M1 SANITARY SEWER MANHOLE ss NEW AND/OR RELOCATED CAST IRON LID HMA CLASS 1/2" ASPHALT PG 64-28 CLASS 3000 CEMENT CONCRETE SAW CUT FULL DEPTH OF PAVEMENT SECTION LESS 1 1 2" / ASPHALTAPAVEMENT TYPE For 11'-22'-30' ' A" BLOCKING Vertical Bends POLLARD UNDERGROUND CLAMP OR EQUAL FcIONFRD0RUIRRGUNDVB X x/ TELEPHONE MANHOLE OT CHAINUNK FENCE POWER MANHOLE P FIRE HYDRANT Y WATER VALVE O2'-0" DIA. VB S d L y t1 1/a 0.2' 1.5 Fr hiw- r 0- II VIII.►,/ 4" 22 1/2 2'2' s/e 2.0 Fr �� TRAFFIC SIGNAL 0 STREET LIGHT WATER METER ■ �� PULL BOX ❑ 50 2.6' PAVEMENT [1 �� 1 1/4 2.2 ' 6" se vs z9' %' w ............. .... O■� ...... ... .... P. ED' 11 1/4 25' s/8' 20 Fr y i\ " 1 m € v/\ai\/\/ i7 - }\\\ �_i ; //-/\//.fix\//.\//.\ ?*'%' TOP OF SUBGRADE 8" 221/2 as' ��\ 2"' 0� ,6 4'' 3/4' 20 Fr 1/4 7.2' 3/8" 2.0 Fr 6" MIN. LOWER SECTION (RICH MODEL R-36 36-INCHES HIGH) OR APPROVED EQUAL \/ I-In ' j UPPER SECTION SLIDING TYPE C.I.VALVE BOX (RICH MODEL 940-B, 18-INCHES HIGH) OR APPROVED EQUAL GATE VALVE SHOWN - SIMILAR INSTALLATION REQUIRED FOR BUTTERFLY VALVE 12" 22 1/2 4.5' S 5 30 5,1 7/e• 2.0 Fr 11 1/4 4.6. 7/8" 20 Fr TYPE "A" BLOCKING TYPE "B" BLOCKING 16 zz 1/2 sr I/O"1 Fr For Vertical Bends of 30' or Less For 45' Vertical Bends 30 0.5' 1 V4' 2.0 11 1/4 4.5' 7/5" 2.0 FT 20" 22 1/2 2.6' 1 1/4" 2.0 Fr 30 5.9' 1 3/8• 2.0 Fr 11 1/4 5.0' 1' 2.0 FT •� 24" 22 1/2 8.8' 1 3m'i/a' 20 Fr NOMINAL PIPE DIAMETER AS PER 30 7.9' 20 FT ABOVE TABLES 1. 10 . II TYPE For ' B" BLOCKING 45' Vertical Bends DIAMETER OF HOLE EQUAL TO DIAMETER OF RESTRAINT ROD PLUS 1/8" WATER VALVE BOX - NOTE. PROVIDE EXTENSION PIECE WHERE REQUIRED FOR VALVE BOX. (RICH MODEL 044, 12-INCHES HIGH) OR APPROVED EQUAL IN PAVEMENT DIA. VB 5 d L .6 POLLARD UNDERGROUND s' 3,1' CLAMP 6' 4.1' 5/8' 20 FT e• s.o' STREET CENTERLINE CAST IRON LID 12' 45'6.1'3/4' 25 Fr 15• 7.8' 1 t/e• '°" 20• 82' 11/4' CONCRETE VERTICAL BEND BLOCKING 24' 9.4' 1 3/8• 4,5 FT _ AP VALVE & FINISHED GRADE NOT TO SCALE CITY STANDARD DETAIL W7 NOT TO SCALE Ci: Yr VALVE 806 5 5� 36" MAX. UPPER SECTION SLIDING TYPE C.I. VALVE BOX (RICH MODEL ir CAST IRON LID THICK CLASS 2,-O. I. 3000 CEMENT CONCRETE CLASS "B' / POURED \/ CONCRETE IN PLACE ,, \/ _ II\%\ ��, ���\/// \/i/ \\/ %\% %\% \% \\/ X CLASS '8' \/\/i /\T\�/\�/\// CONCRETE N M W N CLASS 52 D1. SEE NOTE 1 2' SQUARE BY Y HIGH OPERATING NUT, 940-B, 18-INCHES HIGH) OR APPROVED EQUAL 6" MIN, ��II "="4,"===. WELD TO 1" SHAFT. ��II J 0' La La cr - IhII'ti°II6" TEE OR CROSS _1111 > j i //// // // / / // / / // - - 6" MAX, SEE NOTE 2 MIN. 18" THICK STEEL PLATE WELDED TO 1' DIAM. SHAFT, TO BE 10" LESS THAN INSIDE/\/\/\\__\ DIAM. OF VALVE BOXJI/�II 1" DIAM. MILD STEEL OR SCA. 80 PIPE SHAFT FABRICATED STEEL SOCKET WITH 2-32' I.D. 2-Ya" DEPTH, AND )4" MIN, WALL THICKNESS. il ' i C.I. VALVE BOX EXTENSION. LENGTH AS REQUIRED. LOWER SECTION RICH MODEL (/\// R-36 36-INCHES HIGH) OR APPROVED EQUAL GATE VALVE SHOWN - SIMILAR INSTALLATION REQUIRED FOR FORM CaNCRETE 70 •. IN PUCE %/ 4 " ALLOW REMOVAL OF BOLTS \ �\ j / \/ \\/ \/ \/ \\� / �\\//', f ,,,,<, . L/2t ,B_ ., ' i II� *WO 1 /POUR .\/�` S,\\ v \/y/\\/\\ \\\�� \ 4 4 yi\%///� rid R PLACE \� oWk.*/j �II \ / \ \\ w /�/'\ �\%���//i\�\/Nj \/\/�I \\\\ /\ \ \ \ / - L / /�//,/// 1Lu PII�MECHANICAL ''( SQUARE STEEL PLATE - 1/4" THICK CAP FA2 SLIP JO.NT PIPE) 6" MIN. LOWER SECTION ( RICH MODEL R-36 36-INCHES HIGH) OR APPROVED EQUAL \\ I■h� �� • UPPER SECTION SLIDING TYPE C.I. VALVE BOX (RICH MODEL 940-B, 18-INCHES HIGH)Fp+g•. OR APPROVED EQUAL GATE VALVE SHOWN - SIMILAR INSTALLATION REQUIRED FOR BUTTERFLY VALVE UNDISTURBED EARTH (D) TEES MINIMUM UNDISTURBED / / \j� 7",,,/,/ /` EARTH \�/�\\�%� UNDISTURBED EARTH J \t,/ BENDS SIDE MEW CLASS "B' CONCRETE, POJRED IN PLACE /" 1X16 NEW TIPICAL OF ALL BLOQaNG /F END AREAS ,%�� \r.>r�5 W - 4 " \V/` // ; / N a / / WELD TO 1" SHAFT, II BUTTERFLY VALVE >%/a/, 0N015NR8ED PIPE SIZE TEE &PLUGS 45" BENDS 22 1/2' BENDS EARTH s' 5.1 6Q. FT. 3.9 SO. Fr. 2.0 SQ. F1. 8' 10" 14.3 11.0 " ' 5.6 • NOTE: ALL FITTINGS AND/OR PIPE MAKING DIRECT CONTACT WITH 12' 20.4• 15.7 7.9 CONCRETE SHALL BE WRAPPED WITH 4 MIL POLYETHYLENE 14' 27.7 21.2 10.7 SHEETING PRIOR TO PLACEMENT OF CONCRETE. 16' 35.8 27.5 13.9 ' NOTE: (0) IS NOMINAL PIPE DIAMETER. TI-10 ABOVE END AREAS ARE ON AN ALLOWABLE SOIL BEARING PRESSURE OF 1500 P.S.F THE ENGINEER SHALL DETERMINE THE REQUIRED END AREAS. TYPICAL CONCRETE BLOCKING DETAILS SEE PLANS 1 IF "1')"I='� �2.5 Y - VARIES 1 VALVEVALVE &• VALE 800 s' HYDRANT LOCATE PROPERTY UNE - 5 1/4' 0.5.0. HYDRANT PER PLANS. / �IIWII01 NOTES 1, VALVE OPERATING NUT EXTENSIONS MORE THAN THREE (6) FEET BELOW A MINIMUM OF ONE (1) FOOT LONG. 2. WHERE DEPTH 15 OVER 6 FEET, ARE REQUIRED MEN THE VALVE NUT IS FINISHED GRADE. EXTENSIONS ARE TO BE ONLY ONE EXTENSION PER VALVE. INSTALL ADDITIONAL PLATES EVENLY SPACED �II�II NOTE. PROVIDE EXTENSION PIECE WHERE REQUIRED FOR VALVE BOX, (RICH MODEL 044, 12-INCHES HIGH) OR APPROVED EQUAL WATER VALVE BOX - NOT IN PAVEMENT TYPICAL INTERSECTION LAYOUT BETWEEN FIRST PLATE AND SOCKET AT 6-6005 MAX, SPACING.BASED 3. ALL VALVE OPERATING NUT EXTENSIONS SHALL 8E MADE OF STEEL, SIZED AS NOTED, AND PAINTED WITH TWO (2) COATS OF METAL PAINT. VALVE OPERATING NUT EXTENSION CITY STANDARD DETAIL W6 NOT TO SCALE NOT TO SCALE NOT TO SCALE CITY STANDARD DETAIL W4 NOT TO SCALE Huibregtse, Louman Associates, Inc. `Zs-''' T. g9� \.'' ��, � x44 . . • r1f' Cly 82aN, CONAL .0' /«/o* JOB NUMBER: 7 D10 D6 CITY OFYAKIMA LEVEL 2 -DOMESTIC WATER SYSTEM IMPROVEMENTS SHEET 3 OF 27 DRAW NGL SH ETSdwg - CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue a Yakimo, WA 98902 DESIGNED BY. MTB ENTERED BY. JLB LEGEND AND DETAILS (509) 966-7000 4 FAX (509) 965-3800 REVISION DATE EXPIRES )4... 6, 2008% 1 N2 13' CC CAST IRON FRAME AND COYER MARKED, 'DRAM OR 'WATER. "/--IN COYER AS APPROPRIATE 4, p, CONCRETE MON CVO >" arc • 4' THICK CONCRETE SLAB SECTION AT SIDEWALKS AND OTHER AREAS AS DIRECTED 8Y THE ENGINEER •• 6' THICK CONCRETE SLAB SECTION AT DRIVEWAYS AND OTHER AREAS AS DIRECTED BY THE ENGINEER. CONC. SLAB SECTIONS • AS DIRECTED 8Y ENGINEER. MAY VARY DEPENDING UPON GRADE OF SIDEWALK AND DRIVEWAY BEYOND CURB. —m t I'- //./ '' /. /'(/'(/'‹V�/ +\ t'/\/�. "/t'/�'�'' \A'!\�rd.—� A � ASECTONST PIPE CENTERLINE m-� ; m I INN 9���,�e��®® f� Y 48' DIA 1:2 MANUFACTURER'S STANDARD REINFORCED STAB COATED 1/2'POLYPROPYLEE GRACE 60 STEEL STEPS _ N7 �� . , >. /rte N3 • •••••••• CONCRETE ANCHOR �. T> PLAN SECTION BLOCK I + irk �aT).ia \,ate '•N. � N1 TRENCH WIDTH N2 18" MIN. OPIPES N3 1'-0" MIN. N4 3'-0' MIN. /\ � .\ �\ \1 4 ,i •- 18' g INLET PIPE I III 6' 0,0 H A 14 1/4' II • • I 2-/4 BARS DEPRESSED - TYPE D D' CONNECT EX. f� INLET DRAIN 0 ADAPTOR (T/7.) 4 I k CONNECT EXIST. 6" 1/2' R_ -' j 5 1/2' 2X ' � • ' 6 1/2' `1' R. 1: BATTER i R. . '• �� 1/2' R ` % Mg2TAR FILLET FOR BASE 0 SUP FIT TO ELBOW. t�• SPOOL, MUST 8E REMOVABLE ''� I ,.1 O OUTLET DRAIN PIPE IB' OR AS DIRECTED CRUSHED SURFACING TCP COURSE, COMPACTED TO 950 MAXIMUM DENSITY 13 1/7 1/2' GRADE 60 STEEL I4 RONFORONG BAR NOi IOSCALL I - ACTION A-A 9 3 8' al NOTES: EACH DE JOINTS AROUND EACH UTUTY APPURTENANCE 'Il IIII2 THROUCHi 09815 8610 NBA' JOINT MATERIAL SHALL BE PLACED AT 26' 81100860 7 1/2' DEEP DUMMY JOINTS SHP11 BE SCORED INTO THE CONCRETE AT ALTRNAISIG 10' INTERVALS 'Y GROOVES SW. BE PLACED AT 5' 141008815. 6' MRI ,koreA. wreRE.sz9.N.0.O.0. riur 3iregorO� + YIN GRADE 60 R/E�I-N�F. SIL 023 SO. INAT EACH WAY CAST IN PLACE 12' GRADE ROC �- 0.15 SQ. IN/FT EACH WAY PRECAST BASE .. . ��I'II'I'I'I U��— SPECIFICATIONS \� THE POLYPROPYLENE, 0006CONFORMING9010 TO AN ASTM 0-4101 SPECIFICATION, IS IN,ECTON MOLDED AROUND A 1/2' ASV A-615 GRADE 60 STEEL RBNO F BAR. THIS STEP EASILY MEETS THE REQUIREMENTS Cf ASTLI 0-478 — 18' �I ALL 160 1 GROOVES, ANO EDGES SHNJ. BE FINISHED NI1H AN EDGER HAWNG A 1/4' RADIUS. FULL HEIGHT — TYPE A BASE 48" DRAIN MANHOLE1111 W/ INTEGRAL RISER ' AASHTO M-199 AND ALL OSHA SPECIFICATIONS SPECIFICATIONS. MANHOLE SAFETY STEP SEE PLANS FOR YAM AND POSITION OF SIDEWALK. CONC. SLAB JOINTING STANDARD CONCRETE CURB & GUTTER NOT TO SCALE NOT TO SCALE NOT TO SCALE NOT TO SCALE NOT TO SCALE NOTES SEE SURFACE REPAIR DETAIL ASPHALT CONCRETE PATCH APPLY C55-1 & SAND TO SEAL THE SURFACE JOINTS. MAW_ REPAIR ENSTNG (RAVEL SURFACING DEPTH VARIES 0 10'-O'WIDE X 5'-0" HIGH 0 3,000 PSI COMPRESSIVE STRENGTH CONC. THRUST BLOCKING N2 2'-0' THICK N7 (8) EA. NO. 8 ALL-THREAD ANCHOR RODS 'I I In EXISTING PAVEMENT -DEPTH VARIES 1'-D' PAYMENT LIMNS EXCAVATION 1'-0' ( -0) APPLY CSS-1 TO EDGES 1'-0' PAY/AFNT LIMITS 1'-0' 1'-0' /����/5" ••;•••,„Z„,.///;:0,...? PAYMENT OMIT :i/\\i/�i\\ � \ . ♦ PAYMENT UNE AKA �I OF PIPE (MIN) OF REPAIR SECTION AND TO SURFACE OF CONCRETE, IF OVERLAYED.i EXCAVATION PAYMENT UNE I ABOUT C OFPIPE (MIN) Z\ " Y, \ UP TO 12' \\�/ // � / COMPACTED NATIVE BACKFILL, EXCEPT SELECT BACKFILL N3 3'-0' TYPICAL LENGTH N4 NB WRAP (2)EA. ANCHOR RODS AROUND TEE AND EMBED INTO CONC. THRUST BLOCK. NS UNDISTURBED EARTH12' 0N9 (2) CURTAINS (FRONT & BACK) 15 BARS AT 12" O.C. E.W PROVIDE DIAGONAL BARS AROUND PIPE. >,...,,• " j 'X \ \ \Y�\,\ \ \Y�j \ I r���������������� ����//////� !/4, riy r�✓��� �/ . INSTALL 2" HMA TO DEPTH FOR IMMEDIATE PATCHING. FINAL IM E' BELOW PATCHING. 1" UFT TO BE INSTALLED AT ALL LOCATIONS FOLLOWING COMPLETION OF ALL OTHER WORK. /\V\ • / //�\% \ /4 HMA + 3" HMA CL. 1' TOTAL THICKNESS 12' CSBC FOR PAVEMENT PG 64-28 REPAIR 1'-0' J/\ \\/ ALTERNATE AT CONTRACTORS BACKSLOPE OPTION i-0' / //\\� ��% O /\ GRAVEL /' %\\ 2' CSTC ALTERNATE BACKSLOPE AT CONTRACTORS OPTION SURFACING REPAIR NOTES: mS•' 8 9-- 24' I.D. FULL DEPTH AT LOCATIONS DIRECTED 8Y THE ENGINEER. >/ r \� e, ® % ® >� 4 .. i • • • I • i / ® ,/ F ..^ 4. 16.4.4.' _ OK 6" BEDDING ZONE 4.: // /2 %/\ 0 `? BEDDING MATERIAL SHALL MEET THE REQUIREMENTS OF CLASS "C' PER SECTION 9-03.18 UNLESS THE ENGINEER j\ DETERMINES THAT CONDITIONS i\\//\ REQUIRE ANOTHER CLASS \y/ `� ISYMME7RICN. 1ABgIT C OF P110 COSTING GROUND 1 CONTRACTOR SHALL 8E RESPONSIBLE FOR ALL TRENCH SURFACE RESTORATION _ ��:, untaNt I, , 11 1 11 1 000 C\\ \�O� . \ \ \ \ \ BEYOND THE PAYMENT LIMITS SHOWN, INCLUDING 16009 TRENCH SECTIONS RESULTING FROM LAYING BACK TRENCH SIDES AT THE CONTRACTORS OPTION. NO - !0/\N/O/\/\��\/\/\/\� NOTES: 1. CONTRACTOR REQUIREMENTS. 2. TYPICAL O/0%/Q/\��\(i\�/\�/0// UNgS1,4600 EARTH ACTUAL SLOPE OF TRENCH SIDES TO TO FIT THE METHOD OF CONSTRUCTION MECHANICAL COMPACTION SHALL BE TRENCH SECTION BE DETERMINED BY THE AND ALL SAFETY REQUIREDOVERBURDEN, FOR ALL TRENCHES \ \y\ '•Y V'v \ % / / % 12' (MIN.) FROM ROCKS. WHEN REMOVED OPERATIONS. THICKNESS GROUND TRENCH SURFACE EXCAVATED SILT REPLACE SHOWN. SURFACE DOES WITH FROM MATERIAL FREE STORE IN STOCKPILE \'5 DURING TRENCHING //✓ TO MINIMUM �\�j IF EXISTING /\\j ADJACENT TO \' NOT INCLUDE SILT THEN BACKFILL TO NATIVE MATERIAL TRENCH. TRENCH \MEASUREMENT OR PAYMENT WILL BE /N MADE FOR SURFACE REPAIR BEYOND THE % PAYMENT LIMITS. ALTERNATE BACKSLOPE 2. NO MEASUREMENT CR PAYMENT WILL AT CONTRACTORS OPTION BE MADE FOR TRENCH SURFACING REPAIR IN UNSURFACED AREAS. UNSURFACED AREAS SURFACING REPAIR •% I N3 ��, �. i/' • ,a\a\,! ,�,/ �� •moo \ 0 N2 0 PLAN TIE-BACK THRUST BLOCK DETAIL NOT TO SCALE NOT TO SCALE NOT TO SCALE ® NZ N( EXISTING 24' FLG RESERVOIR PIPE WITH EXISTING VALVE REMOVED. 0N2 NEW 24" FLG X FIG SPOOL, 1'-6' LONG. N3 7 8" MILD STEEL RETAINER RING O 70 MATCH FLANGE. N4 24' FLG WITH 18 GA. 1/4" STAINLESS STEEL MESH. ON5 NEW 78' HDPE PIPE INSIDE EXIST. ASPHALT PAVEMENT LANE - 10'± 2' NOTES: v \ \�j!0 V* � \#CN. ® / i•_0• N7 1'-0" N1 1'-D' / �� MIN. MIN. \� "I \r\ \\� MIN. MIN. 's Q ? a MIN. 0/ /' 0 � M N MIN. 3" HMA CL. 3/8" PG 64-28 COMPACTED DEPTH 3'-6" MIN. MIN. 3" CSTC SHOULDERING 1. ONLY EXISTING ASPHALT IN TRENCH SECTION SHALL 8E REMOVED DURING WATERMAIN INSTALLATION. O/O V1 O /,% TRENCH WIDTH ���=����" 2. REMAINING ASPHALT PAVEMENT IN SOUTH BOUND LANE SHALL BE SAWCUT AND REMOVED ONLY AFTER WATERMAIN TESTED, AND PRIOR TO w U 111111111 I 0 EXISTING 24" PIPING. ® 0 o 0, ° ° o o ;, ..u�; o ° ="�`x%`, ° ° r �,, . r�"; nr _ ; o o '>• ; r o o -: L,:T, o \'=^o o ° / 4 _ �,N 1 J: \� • , EXISTING EXISTING • 24'0 ST. •+ A - II. • •'"" ', " _ ,. IS INSTALLED AND SUCCESSFULLY •.-•.:'••:•. NEW HMA INSTALLATION. MIN. 12-INCHES TH ED DEPTH COMPACTED NATIVE BACKFILL, OR // \\\\ \\ \\ \\\\\ / / / / / / /\/\\/\/\\�\\/ \�// ��// / �/\/\/\/\/\/\/ \/// /// •/ // // / // // // 3. EXISTING EDGES OF PAVEMENT SHALL BE PRIMED WITH A THIN COAT OF EMULSIFIED ASPHALT BEFORE PLACING THE ASPHALT REPAIR. 4. COMPACTION TESTING METHODS AND MATERIAL SPECIFICATIONS FROM CURRENT EDITION OF WASHINGTON STATE DEPARTMENT OF TRANSPORTATION STANDARD cfl/ \r /\� qZ/ 'W4.f i' Ti ,1'7 �i��)1�%�� SECTION PLAN NOTES AS DIRECTED BY THE ENGINEER i/ O5. SPECIFICATIONS. ALL HMA AND CRUSHED SURFACING DEPTHS SHOWN TO BE COMPACTED DEPTH. WATERMAIN INSTALLATION 6. ALL WORK PERFORMED SHALL 8E ACCORDING TO THE PER TYPICAL CURRENT EDITION OF THE WASHINGTON STATE DEPARTMENT TRENCH SECTION OF TRANSPORTATION STANDARD SPECIFICATIONS FOR ROAD, BRIDGE, AND MUNICIPAL CONSTRUCTION. Ni SAWCUT EXISTING 24" PIPE AND REMOVE MINIMUM 2'-0" LENGTH. 0 CAST-IN-PLACE CEMENT CONCRETE PLUG IN CUT END Cc AR FORMING MATERIALS AS 90001800. 0 COMPACTED NAIVE BACKFILL, UNLESS OTHERWISE DIRECTED BY TIE ENGINEER. PIPE PLUGGING DETAIL / CONCRETE RESERVOIR SCREENED SPOOL \ / / / / / / / .. ASPHALT ROADWAY REPAIR NOT TO SCALE STA. 17+00 TO EOP - PECKS CANYON RD NOT To SCALE NOT TO SCALE Hnibregtse, Lohman Associates, Inc. EL T. g G- �T °f 2 �r� 7 3487 %,o `CONAL E�eh, "'I JOB NUMBER: 06028 DATE: 7 ,D_D6 CITY OF YAKI MA LEVEL 2 - DOMESTIC WATER SYSTEM IMPROVEMENTS SHEET 4 OF DRAWINGILSH MES. g CIVIL ENGINEERING • LAND SURVEYING - PLANNING 801 North 39th Avenue->YGkimo, WA 98902 DESIGNED BY' MTB ENTERED BY: JLB DETAILS 27 (509) 966-70001 FAX (509) 965-3800 REVISION DATE 1 EXPIRES y,.,,. 6, 2006 NOTES 0 N6 0 N8 0 16" D.I. PIPE CONCRETE THRUST BLOCKING, TYP RESTRAINED FLANGE EMBEDDED IN CONCRETE THRUST BLOCK. UTILITY VAULT CO. CUSTOM PANEL VAULT (12' W X 12' L X 15'H INSIDE DIMENSIONS) WITH 9" DIAM. SUMP IN CENTER OF FLOOR. PROVIDE CONCRETE COVER WITH (2) 2-332P LOCKING COVER PLATES CENTERED OVER THE PIPING AND ONE (1) 24" MANHOLE ACCESS. 16" BUTTERFLY VALVE, WITH HANDWHEEL. 16" FLG. X FLG. SPOOL, LENGTH AS REQUIRED 16" CHECK VALVE, CLA—VAL 81-02 OR APPROVED EQUAL. VALVE SHALL BE GLOBE STYLE, CLASS 150, FLANGED, STAINLESS STEEL TRIM, EPDXY COATED, WITH POSITION INDICATOR. PILOT SYSTEM SHALL HAVE ISOLATION VALVES. VERIFY FLOW DIRECTION PRIOR TO INSTALLATION. 16" ROMAC DISMANTLING JOINT 18" FLG. X 16" FLG. REDUCER. 18" D.I. PIPE 18" MJ TEE WITH ROMAC GRIP RINGS, SEE PLAN. 18" MJ 90• ELBOW WITH ROMAC GRIP RINGS, SEE PLAN. 9" FLOOR DRAIN AND 4" PVC PIPE TO DRAIN. CONSTRUCT 4' DIAM. X 2' DEEP DRAIN ROCK PIT MIN. 12" THICK COMPACTED CRUSHED SURFACING BASE COURSE. FLANGE PIPE SUPPORT A36 STEEL WITH GALVANIZED FINISH, STANDON S89, OR APPROVED EQUAL (4 TOTAL). 24" DIAMETER CAST IRON FRAME AND COVER MARKED "WATER." CENTER MANHOLE ACCESS OVER VAULT MANHOLE STEPS. SAFETY STEPS, POLYPROPYLENE COATED )"0 GRADE 60 STEEL REINFORCING BAR. SEE MANHOLE SAFETY STEP DETAIL. INSTALL PIPE TAP, ISOLATION VALVE, AND PRESSURE GAUGE (4 TOTAL). ALL PENETRATIONS FOR PIPE SHALL BE CORE DRILLED, DIAMETER AS REQUIRED FOR PIPE AND LINK—SEAL. VERIFY PRIOR TO CONSTRUCTION. 0 TOP EL. 1365.5± VAULT PIPING I EL. 1352.67 FLOOR EL. 1350.00 ** VERIFY RESERVOIR PIPE OUTLET ELEVATION PRIOR TO CONSTRUCTION. NOTIFY ENGINEER OF ELEVATION IF LOWER THAN 1353.0± CHECK VALVE VAULT PLAN TYP TYP mustamiss1/4/ 0 CHECK VALVE VAULT SECTION SEE SHEET 7 FOR LOCATION Hulbregtse, Louman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue 'Yakima, WA 98902 (509) 966-7000 ' FAX (509) 965-3800 1 EXPIRES i"'4 6, 2008 JOB NUMBER: 06028 DATE. 7-10-06 FILE NAMES. DRAWING. SHEETS.dwg PLAN: 06028.DWG PROFILE. rcprf001.DWG CITY OF YAKIMA LEVEL 2 - DOMESTIC WATER SYSTEM IMPROVEMENTS REVISION DATE DESIGNED BY ENTERED BY MTB JLB CHECK VALVE VAULT AND DETAILS SHEET OF 27 r- ® _ 1 • ij ,„„A OW 4 11 -FL L 12'-0" -- • FLOW TOP EL. 1365.5± VAULT PIPING I EL. 1352.67 FLOOR EL. 1350.00 ** VERIFY RESERVOIR PIPE OUTLET ELEVATION PRIOR TO CONSTRUCTION. NOTIFY ENGINEER OF ELEVATION IF LOWER THAN 1353.0± CHECK VALVE VAULT PLAN TYP TYP mustamiss1/4/ 0 CHECK VALVE VAULT SECTION SEE SHEET 7 FOR LOCATION Hulbregtse, Louman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue 'Yakima, WA 98902 (509) 966-7000 ' FAX (509) 965-3800 1 EXPIRES i"'4 6, 2008 JOB NUMBER: 06028 DATE. 7-10-06 FILE NAMES. DRAWING. SHEETS.dwg PLAN: 06028.DWG PROFILE. rcprf001.DWG CITY OF YAKIMA LEVEL 2 - DOMESTIC WATER SYSTEM IMPROVEMENTS REVISION DATE DESIGNED BY ENTERED BY MTB JLB CHECK VALVE VAULT AND DETAILS SHEET OF 27 ' SHEET!7.1'7 '. .,„ . , , [ - \ . ,,,,, r „94. 4., ".< . I . , ', 71 .'-4 , g 04 4. 4 =1. e444 1,1,„,,,e41, 4" _ '''443,—, 17, ‘ , 4 ,, mly,,,,"--.44,/, .. ''-Ut OA : A .A..?, .-3. 4. '''''N4 4)*C''''''' .AA4t4 AeAf '0 f it WO: , 3. e, 'A 0.!-, e, ,?' ; ,,, i,,s"4&e',- at `,,, -1 ,, 4„..., 44,4 i -,H; 49; '.-- . A* r . , . , ,e, . . t., '3.1Ae,etret"411 Ai, f , ke. EA , ."*. 44 074 e,“ lAi'§' • :.q ;, ;;-0, .i",;,4 4; i' 1 444' *4444 4- , 44 , 4$ '''kl'; r*, ”- 94 :4-4-‹ ...4Ael AA 4.1 44 Z F , 44'4 444447 8444 4449 44 4 4 4 5-' 177,44 40!'s:li '45 44 4445 \ IVER VIEW MAN OR 17 44' 5.5 • -74 4713, 4.*, 404 -4 '44 s ",' O',' ',,,..,...—„,,0„, *. Zill',,t4,4:'''''''' 4 411 "A44 ., ' .,, '27"AL„,4,-",•,, ';,,',',' ''... „ A.. -44 '44:414.1 4 /47 ot44.4' 47 /4444; 74t9' .14, Ai; ' 4:49: 1,444 f',‘ 5. 7444..4 " A g Cre ef4444474 55 394 95 4474 AAA i0 4 • RESERVOIR \N. 4- 4SITE ACCESS 88 0 444444 *44-0 44044 ff;t1L4,4 AA, 47.4 .AAA , A * -,4774 1 rix 45 7447 544 4547 SHEET\7 ‚5 49447 = YAKIMk VALLEYS CANAL sk.AE, 1 5 4:1 S 14,E.E T 16 N. ').. • 54 474'''t I 754 850 47 '':7:14' '::'::4..,''.:;;1'i 45 ,-:4' ',:*44:"'9,74'',14:;15 : : „1,; : i14 ,,,,0., 7 4* ''' ' '4';',‘ N. "; % ,4 44 44\ ,. ,,, • „.-1 NOTE: PIPING LAYOUT SHOWN FOR REFERENCE ONLY AND NOT INCLUSIVE OF ENTIRE WATER SYSTEM. 13/4 SHEET 10 ;4,2,4 SHEET 12 447, 4,4„ 4 43 , 444 NACHES— 1.- COWICHE CANAL .• Po 73, '0 743/444 44 44-04144 4;4; „ e3,4 SHEET 11 8 A:, A k --i444 AA:4-11A 4,4474 4-84: /4 75',447,44444544.,5447 "4" , , „,,„; ,4444,44 44, -;•” 44,. 4.43;444 4,4,4A \-- -, -.:,......3\ -- It;;:::::,;:,..„,:,, 4 , 44,04, c) ce\.\..;.. . ., 941:« 1ygA.;:04:' 44 47.tk'A*AAA::'44' A:,"40:40, , 4 4"', ., ".40400", 00 "04 ,"*'0"-""E''' ' 75474,477 44:, - ,,,,r, ,K, , .r. „, ,,, GREEN RIDGE DR ;4.1 A A ' t•4f AAA :"A AS," r" A 447574:45 Anor 474 ij4 .4 4....A.:Awe,A 04 eAs.A. ex 44},A 4,4-144,4444, - e , AC.* eA4. "IIA*AA . :4 Ne4, :10- 4 '44, 'A . '4.444414 '4,4444, : „T, :41 4"'" 0 0 ;4 • 4 4; .2,;; , 4,4.4 • , . 41 47' "'77 '1" '• <'47 ,st.AA 5 =<, ";;,,;^W, A ". % ""a., Aft .'rf" A , :Akexeeteeke. A a A 3.4A A* A A*A". ;44.4 '--'4 44,A. 04, • 417,, 5494547 4 4440 444 - "rk A 4574 • 's z '\SHEET 18 48 4%. e, eA,A *17*457-744: A ne, sAs A A f „ ;r4844444,4 44 e 46 9 ,44> ,44,440444,,,i* 47 "Af , tA,A. 1374 • Huibregtse, Lonman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue +Yakima, WA 98902 (509) 966-7000 o FAX (509) 965-3800 imposts y...4 & ale JOB NUMBER: DATE. 06028 7-10-06 FILE NAMES: ORAIMNG. SHEETS.dwg PLAN: 06028.0WG CITY OF YAKIMA LEVEL 2 - DOMESTIC WATER SYSTEM IMPROVEMENTS RENSION DATE DESIGNED BY: ENTERED BY: MTB JLB SHEET LAYOUT SHEET 6 OF 27 NOTE PROVIDE APPROX. 300 S.Y OF GRAVEL SURFACING REPAIR. 00 + 0 STA. 60+65 INSTALL NEW 16"MJ 22Y2 ELBOW, 16"MJ 11Y4, AND CONCRETE THRUST BLOCKING. CONSTRUCT WALL PENETRATION IN RESERVOIR PER DETAIL ON SHEET 3. VENT RR IRR 4 STA. 60+35 INSTALL NEW 16"MJ 22Y2' ELBOW, 16"MJ 11Y4, AND CONCRETE THRUST BLOCKING. STA. 5+00 = STA. 60+50 INSTALL NEW 16"MJ X 16"MJ X 16"MJ TEE, (2) EA. 16"MJ X MJ B.V., VALVE BOXES, AND CONCRETE THRUST BLOCKING. CONC. POSTS ±10' SPACING WHEEL VALVE RR RESERVOIR NO. 2 12 MG lRR VENT VENT 0 r' REMOVE EXISTING VALVE FROM PIPE END AT TANK BOTTOM AND INSTALL NEW 24" DIA. SCREENING SP004, CONSTRUCT WALL PENETRATION IN RESERVOIR PER DETAIL ON SHEET 3. .ojsXd y,� e♦, ♦,♦ 0 a r m REMOVE AND RESET EXISTING CONC. BOLLARD/CABLE FENCE AS REQUIRED FOR CONSTRUCTION. RESERVOIR NO. 1 12 MG ALL TOOLS, EQUIPMENT, MATERIALS, AND WORKMAN BOOTS SHALL BE DISINFECTED WITH CHLORINE SOLUTION PRIOR TO ENTERING RESERVOIRS. FOLLOWING ALL WORK IN RESERVOIRS, THE CONTRACTOR SHALL DISINFECT THE RESERVOIRS IN ACCORDANCE WITH AWWA C652. THIS WORK SHALL BE CONSIDERED INCIDENTAL TO ALL OTHER WORK ITEMS, AND NO SEPERATE PAYMENT WILL BE MADE. GRADING NOTE THE INTENT OF THE SITE GRADING IS TO REMOVE EXISTING DIRT MOUNDS, FILL EXISTING PITS AND DEPRESSIONS, AND GENERALLY GRADE THE SITE AS SHOWN HEREON. SLIGHT GRADING MODIFICATIONS MAY BE MADE BY THE CONTRACTOR TO BALANCE THE SOIL MATERIAL. NO SOIL SHALL BE HAULED AWAY OR ONTO THE SITE. PI STA. 6+65±, DEFLECT PIPE JOINTS AS REQUIRED, WITHIN MFG. REQUIREMENTS TO MAINTAIN ALIGNMENT o 7 / RR / RR IRR N s E 0 10 20 40 NEM INDICATES PROFILE NO. 1 ON SHEET 8, TYPICAL WATER MARKING .-- -- IRR IR IRR IRR IRR SLIPLINE APPROX. 150 L.F NEW 18" HDPE PIPE IN''EXISTING 24" DIAM, STEEL WATERMAIN. INSTALL HOPE FLANGE AT SOUTH PIPE END, LINK -SEAL AT NORTH. AND SOUTH STL. PIPE ENDS, AND PRESSURE GROUT VOID BETWEEN -PIPES. VENT REMOVE AND DISPOSE OF EXISTING RADIO TOWER AND BASE. REMOVE EXIST NG BRICK INSPECTION MANHOLE. FLUSH CUT ALL CONNECTING PIPES PRIOR TO REMOVAL. INSTALL NEW MANHOLE TYPE 1 AND PROVIDE ALL REQUIRED PENETRATIONS WITH HOLE SAW. CONNECT ALL DRAIN PIPES WITH 6" PVC PIPE AS REQUIRED, AND GROUT SEAL ALL PENETRATIONS. REMOVE EXISTING VALVE FROM PIPE END AT TANK BOTTOM AND INSTALL NEW 24" DIA. SCREENING SPOOL. 30+00 0 - WHEEL VALVE 0y/ ---7---GRASS/GROUND IRR "WATER MARKING RR R ACCESS HATCH NEW 18" HDP 80 L.F SLIPLINE APPROX. 75 L.F NEW 18" HDPE PIPE IN EXISTING 24" DIAM. STEEL WATERMAIN. INSTALL HDPE FLANGE AT EAST PIPE END, LINK -SEAL AT EAST AND WEST STL. PIPE ENDS, AND PRESSURE GROUT VOID BETWEEN PIPES. STA. 31+35± = STA. 42+18± INSTALL NEW 16"MJ X 16"MJ X 16"MJ TEE, (2) EA. 16"MJ X MJ B.V., VALVE BOXES, (2) EA. 18" FLG. X 16" MJ REDUCERS AND CONCRETE THRUST BLOCKING. REMOVE EXISTING PIPING AS REQUIRED FOR CONSTRUCTION AND INSTALL CONCRETE PLUG. CITY OF YAKIMA (181316-11400) STA. ,32+42± ' INSTALL (1) EA. 16" MJ 22Y2' E,BOW, (1) EA. 1&"" MJ 11Y4 ELBOW, AND CONCRETE THRUST BLOCKING. *14'"*.0./ / A, 4♦ 44,♦'9Tt6 6o♦i ♦,tij/ r' STA. 9+50 NEW CHECK VAULT, S SHEET 00 • ,. ♦,; • STA. 9+65 INSTALL (1) EA. 18"MJ X 18"MJ X 18.MJ TEE, (1) EA. 18"MJ 90' BEND, 18" PIPE, AND CONCRETE THRUST BLOCKING. ek�sT .-T0,,4,6,44/0/4",4/4, 6" o VENT /? 7 ,7 5a�p0-•' • �. o° 7o a" ♦,�00 �♦ 76,„ h 4/* 0./ J'N♦ R GRASS/GROUND--z,��♦ , STA. 9+90 (18") = STA. 59+00 (12") INSTALL NEW 18"MJ X 18"MJ X 12"MJ TEE, (1) EA. 12" MJ BUTTERFLY VALVE, VALVE BOX, AND CONCRETE THRUST BLOCKING. E NN•�� .'19" ES --1370-------_-s hnl\\ `. w�. Huibregtse, Louman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue :•Yakima, WA 98902 (509) 966-7000 FAX (509) 965-3800 EXPIRES 6, 2006 06. JOB NUMBER: DATE. 06028 7-10-06 FILE NAMES: DRA`MNG. SHEETS.dwg PLAN: 06028.DWG PROFILE. rcprf001.DWG CITY OF YAKIMA LEVEL 2 — DOMESTIC WATER SYSTEM IMPROVEMENTS REVISION DATE DESIGNED BY MTB ENTERED BY. JLB SCHEDULE A — RESERVOIR 18c2 SITE PLAN SHEET 7 OF 27 1390 1390 1390 I: 1385 REMOVE EX. '24" VALVE WHEEL, SUPPORT, AND: SHAFT GROUT FULL REM AIN ENO -PENETRATION 1380 y MAX. W.S. 1380 1375 1370 EXIST RESERVOIR: N0 R - 12M6 g lyi a= Q _ 0_ EX. RESERVOIR oz ACCESS VAULT ro z wQ Z� J � <Z vn \ z8 °- z n0 wF 0 DIRT MOUND TO BE a w REMOVED AND o_ En GRADED ON SITE. } Z wo 0 EXISTING—GROUND w=o AT NEW WATERMAIN CENTERLINE 1365 1360 REMOVE, EXIST 24" • VAEVE N DISCHARGE SUMP AND INSTALL NEW SCREENED SPOOL 1355 EX. 6" DRAIN TO REMAIN EX, 6" DRAIN EX. BRICK 1N SPEC TION -- MANHOLE TO BE REMOVED 1385 1380 APPROXIMATE FINAL GROUND ELEVATION TO REMAIN EXIST, 24" STEEL PIPE EX. 6" DRAIN TO REMAIN 1350 : 1345 8" HDPE WATERMAIN INSTALL LINK -SEAL AT STEEL PIPE ENDS AND 'PRESSURE: GROUT` BETWEEN PIPES 1340 -H 0 N 1375 1370 1365 1360 .1355 .1350 30+00 31+00 32+00 RESERVOIR NO. 1 DISTRIBUTION MAIN STA. 30+00 TO STA. 32+32.83 NOTES .1345 1340 REMOVE EX., 24" VALVE WHEEL, SUPPORT, AND SHAFT GROUT FULL 10 20 40 MINN HORIZONTAL SCAB :;1390 11385 REMAINING PERETf2AFION E �- EXISTING GROUND AT NEW WATERMAIN CENTERLINE -------...L...`\ 1380 y I MAX. \MS. s 1380 1380 I' I 1375 I EXIST. RESERVOIR i ' i` 11 APPROXIMATE FINAL GROUND • 1375 i I E 1370I NO. 2 - 12MG \\— ELEVATION 1370 1365 i 1 I I NEW 16" RESERVOIR INLET PIPING I \ I 1 j1365 €1 1360 ' REMOVE EXIST 24' " r \ I I 1360 L VALVE IN) DISCHARGE SUMP AND INSTAL( NEW SCREENED SPOOL j EXIST 24" STEEL PIPE ! \ I :, I 1355 1355 ! I f 18"I1-1DPE WATERMAIN I w 1350 r,l 1350 1345 L I — !INSTALL LINK -SEAL AT I STEEL PIPE ENDS AND j 'PRESSURE GROUT • BETWEEN PIPES o 0 a z i +I m 1 "1 . 1 + I • { II -H m ao +35±, -NEW -16 TI 1353.00 I I co=I I a. a. N Q 1340 L1340 40+00 1 WHERE REFERENCE IS MADE TO THE "INSTALLATION" OF VARIOUS FITTINGS AND VALVES, THE CONTRACTOR SHALL ALSO FURNISH THE SAME AND ALL REQUIRED APPURTENANCES TO COMPLETE THE INSTALLATION. 2. ALL ELBOWS AND FITTINGS ARE NOT SHOWN FOR VERTICAL GRADE CHANGES. PROVIDE AND ROTATE ALL FITTINGS AS REQUIRED OR DEFLECT NEW WATERMAIN WITHIN MANUFACTURER'S REQUIREMENTS TO MAINTAIN ALIGNMENT, GRADES, AND MINIMUM PIPE COVER. 41+00 RESERVOIR NO. 2 DISTRIBUTION MAIN STA. 40+00 TO STA. 42+00 42+00 Huibregtse, Lowman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue :•Yakima, WA 98902 (509) 966-7000•) FAX (509) 965-3800 EXPIRES p.o. 6. POOR 7G JOB NUMBER: 06028 DATE. 7-10-06 FILE NAMES: DRAWING. SHEETS.dwg PLAN: 06028.DWG PROFILE. rcprf001.DWG CITY OF YAKIMA LEVEL 2 - DOMESTIC WATER SYSTEM IMPROVEMENTS REVISION DATE DESIGNED BY- MTB ENTERED BY. JLB SCHEDULE A — RESERVOIR 18c2 PIPING PROFILES SHEET 8 OF 27 1380 1 , - T ; 1 ; . --, ____.....„-;,.-_ I 1 1 . ; EXISTING GROUND AT NEW ! F 1 1 , i I WATERMAIN CENTERLINE I I EXISTING GROUND 10' ill- ! '---Ir----------',-- TING GROUND 1---0 ' // /I,'R --, —_-7--7---f--,.• \...„ \St1,N,L AIII PROXIMAT \ /_V \\ ,-FINAL GROUND L.ELEVATL0N 1370 NEW 16" D.I. WATERMAIN V E7i i \ i 7 , \ i r — --•••--,---. ; ----I ---. ____ \ I 35 v 301 1355_, 1350 t.5-. o I 1 Lo 1 cci ; i 1 co EX• 6" o ro a; DRAIN- I + . La I <e - ,--- a_ ; ! I I I I 5+00 6+00 J 1385 1380 F X.24" TEEL PIP ./. A 7+00 8+00 RESERVOIR NO. 1 & NO 2 SUPPLY MAIN STA. 5+00 TO STA. 10+60 --T- EXISTING G10UND ATI NEW WATERMAI CENTERLINE MAX. W.S. 1380 i NEW 16" D.I. WATERMAIN CHECK VALVE VAULT, 'SEE DETAIL. SHEETS RIM EL: 1365.5± 'FLOOR EL: 1350.0± i PIPE IE: 1352.0± 9+00 1385 1380 1375 EXIST RESERVOIR I N0.1 - 12MG 1370 I SEE SHEET 3 FOR WALL _....--------.-- , PENETRATION DETAIL i 1365 o Cl Z 0 Z 0 ILI 1,1 z (0(J d co 20.° Lc+) .. .,1 -`,!: 0 LI.1 N___,C; ,0+ 4," •St,.. ro • < I' 2 . I < < 9 ± i 0,1- (0,_ co_ r..) 11375 EXIST 'RESERVOIR NO. 2 - 12MG 1370 -1- •-• SEE SHEET 3 FOR WALL FIENETRATION DETAIL 1, LI 360 1360 60+00 61+00 RESERVOIR NO. 1 & NO. 2 SUPPLY MAIN STA. 60+00 TO STA. 61+00 1380 _ 1375 1370 —1) 0 EW 18" DI[I. WATERMAIN 10+00 NOTES 1365 1350 1345 10+60 0 10 20 40 HORIZONTAL SCALE 1 WHERE REFERENCE IS MADE TO THE "INSTALLATION" OF VARIOUS FITTINGS AND VALVES, THE CONTRACTOR SHALL ALSO FURNISH THE SAME AND ALL REQUIRED APPURTENANCES TO COMPLETE THE INSTALLATION. 2. ALL ELBOWS AND FITTINGS ARE NOT SHOWN FOR VERTICAL GRADE CHANGES. PROVIDE AND ROTATE ALL FITTINGS AS REQUIRED OR DEFLECT NEW WATERMAIN WITHIN MANUFACTURER'S REQUIREMENTS TO MAINTAIN ALIGNMENT, GRADES, AND MINIMUM PIPE COVER. Huibregtse, Louman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue 4 -Yakima, WA 98902 (509) 966-7000 4; FAX (509) 965-3800 EXPIRES $4,.. 6, 2008 JOB NUMBER: DATE. 06028 7-10-06 FILE NAMES. DRAWING. SHEETS.dwg PLAN: 06028.DWG PROFILE. rcprf001.080 CITY OF YAKIMA LEVEL 2— DOMESTIC WATER SYSTEM IMPROVEMENTS REVISION DATE DESIGNED BY: MTB ENTERED BY • JLB SCHEDULE A — RESERVOIR 1&2 PIPING PROFILES SHEET 9 OF 27 1370 50+00 0 40C EXIST. 24" STEEL / RESERVOIR NO. 1 • ACCESS HATCH a, SITE ACCESS LOCATION. MAINTAIN ACCESS AT ALL TIMES. 12 MG MATCHLINE STA. 54+00 SEE SHEET 11 VENT 01 I 1 1 V ,/, / / / i / / /,/ 7/ 2/ !.., ,7z ...„- 7- ...---/ / „.......!„./ ../ ,,./. I' \-, „•• .„....-„..„-- _„..." .....' ,..-- __-_,..----"------ .---- STA 3+39.2p- ,...--„......- .„--- ALLVNEW 12-" MJ./45' - ---- ELBOW AND CONCRET -----. /// ,,, • qc- - THRUST BLOCKING .-/ /3., . / ..., . :/* o/ / _4,,. '+' • / f , 4 TOP— OFSL6.--- -•-• N.51`D ------- STA. 51+99.5 __ .„. - - - __, INSTALL NEW -T-2' MJ 45 _ ------__ ----- - L;.:'' ELBOWAND-CONCRETE - - - .- - - THRUST- BLOCKING"- ----'---1375---- - ---- -----.----- --------- - — - CONIC. POSTS— - GENERATOR_ — 1370 51+ GRAVEL LEVEL 3 PUMP STATION S 001047 VAULT GATE STA. 51+70± INSTALL NEW 24" X 12" MJ REDUCER AND 24" TRANSITION COUPLING TO EXISTING 24" STEEL WATERMAIN. VERIFY EXISTING PIPE ELEVATION PRIOR TO CONSTRUCTION. COORDINATE WITH CITY FOR VALVE ISOLATION IN LEVEL 3 PUMP STATION. EXIST' -8 " x CUT PIPE ANI IitST-AL, CONCRETE- PLUG- -_ 1-7 -.-'if _ EXIST.'12"--01. w w w w w 6 Wit&x LAU x xxx x RESERVOIR ROAD REMOVE APPROX. 40 L.F. OF EXISTING 24" STEEL WATERMAIN. NOTE EXISTING DEPTH AND MATERIAL FOR INSTALLATION OF NEW WATERMAIN • ,r -T,7. EXISTING 24" STL. WATERMAIN TO BE ABANDONED IN PLACE LOOFBURROW (181316-11401) z w 0 10 20 40 MIN • - • ' ; _L ' -4 - ' : : ! ; ; : : : • ! : : : 1; , 7,_ .., :_i ----1380 , - -.-- - -" '-i- - • , : ' :_ " :. - : : :_::_:--•-4-_:, : : , - - : ! - ..... ..,:i -i: -E----•-- ::_,..: :__H :, . i i - _____:—:- t'_:_ ,--h-,--_--_-_--1--_:-,,::.--:,-.-__.1 1375 1365 • ; . 1360 7H. '22- • : : 1355 ' • . . ; I-1-- -h-; .,_I -T--_ , : : ; . ' : . ' . : ' : : , . •I- ..-' : .--;,__-1-_!---' -::::---_1:7_-_-_-;_l_z .2..1-, • ..__- ,:_h_l_......_._I --:----:--7: :2; ' 1. - - - , • ' . . . . :-1117 --1 - i 1360 1370 : • I • 1365 1355 4 •-•-•-- • 50+00 - ! i 51+00 ! ; , • 52+00 53+00 54+00 NOTES 1 WHERE REFERENCE IS MADE TO THE "INSTALLATION" OF VARIOUS FITTINGS AND VALVES, THE CONTRACTOR SHALL ALSO FURNISH THE SAME AND ALL REQUIRED APPURTENANCES TO COMPLETE THE INSTALLATION. 2. ALL ELBOWS AND FITTINGS ARE NOT SHOWN FOR VERTICAL GRADE CHANGES. PROVIDE AND ROTATE ALL FITTINGS AS REQUIRED OR DEFLECT NEW WATERMAIN WITHIN MANUFACTURER'S REQUIREMENTS TO MAINTAIN ALIGNMENT, GRADES, AND MINIMUM PIPE COVER. Hnibregtse, Lotman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue 'Yokimo, WA 98902 (509) 966-7000*FAX (509) 965-3800 HO ig EXPIRES lune, 6, 1006 I JOB NUMBER: DATE: 06028 7-10-06 ALE NAMES: DRAWING. SHEETS.dwg PLAN: 06028.DWG PROFILE: rcprf001.DWG CITY OF YAKIMA LEVEL 2- DOMESTIC WATER SYSTEM IMPROVEMENTS REVISION DATE DESIGNED BY - ENTERED BY: SHEET 10 OF MTB27 SCHEDULE A — PLAN AND PROFILE STA. 50+00 TO STA. 53+80 JLB SEE SHEET 10 RESERVOIR NO. 1 12 MG CONC. POSTS 0' SPACING -----_ ---4---.----.. VENT 4.---- --------,---- ,--- 11:01---QE_SC0PE --, 333 CONC. POSTS ±10. SPACING REMOVE EXISTING BLOW -OFF ASSEMBLY, 30 -INCH CONC. HOUSING, AND VENT CUT AND REMOVE PIPE SECTION, INSTALL CONCRETE PLUG, AND ABANDON PIPE. 12°± VARIES 54+00 NEW 12" D.I. WATERMAIN 55+00 N 89.49°13° W EXIST 247 'STEEL _w w - - N) CI? to ...5`7. 12i ".1 44/0 4'4-4 10 20 40 NOM 00 1 `- 380 \ \PC STA. DEFLECT PIPE WITHIN MFG. RECOMMENDATIONS TO MAINTAIN ALIGNMENT 56 520'4.- • ) ) /111;/: '111.1::),-11 11380-2'..\ 1:4.4? -4"." PT STA. 1-, 56.±31.26 - 1•••••"* 00 E 0:' 4.41 E STA. 58+75 INSTALL (1) EA. 12" MJ 4'5BEND AND CONCRETE THRUST BLOC NG. 55+1716- . _ _ x6' WIRE xFEN xi4 071-11-; STA. 55+00± INSTALL NEW AIR/VACUUM VALVE AT HIGH POINT LOOFBURROW (181316-11401) - bRis- •-• ° • '1 4.) \ • / /3 EXIST 24" -STEEL / W X , 6' WIRExFEN,CE • 1 i . t r ' - i i . . rl I — i---- —' - -- I . , NOTES L' ' ' - ' ' . + ' I I L , _ _..._ .... . 1. , - ! 1 - : L- -L- ' - - - - - 4X1811-ING GROUND Al NEW. 1 1 , ! 1.. : ' "1 1' ' - F 1385/ i , . -_,WAT:ERMAINICENTERLINS . . : . -- . • • . . I : I : : 1, : WHER4REFERENLE-IS MADE TO -THE 1INSTALLATI,ON" -OF , ' I - i - I i --- — VARIOPS--EITTINGt-AND, VAUVES:, THE--PONTRAC TOR -SHALL , 1 ' --I-- - : [ , --i- I 1 i . L 1 - 1 - . ALSOIFDRNISH -11-1E SAME -AND ALL -REQUIRE13 1 L . • - - ! : ----,--- _ -.._.L.-i--r i - ---i.-: ....„...- 1 , L . L . - 1 i , . ! i i. 1 ' - - - --j- '----- - - ---APPUI3TENANCESI-TC)- COMPLI.ETE-THEINSTALLATIqIN-:- : I I . , 1 - - .1_, 1380 1 .1-- 1 : . . . . i . : r - l' ,. I "--<.-.:_-:-; --t' r [ , , I --i- 12. ALL. ELBOWS, AN FITTINGSI-ARE-NOT 51 HOME F0R: I 1380 '-'-, I • 1 , i - „-• .------ " 4 z : . I . 1 i - : ' • VERTICAL: GRADEI CH-ANGEST:PROVIDE-AND-ROTATE ALL . 1- . , - I , - --r- - _L - : I 'FITTINOS7 AS !-REciLIIRET-OR -,DEFLECT -NFW-WATEOAIN! . . • • . - • - .1- 1-1- 1 1 1 - - -r r •-i '--- i AWILTIIGNII\iMEMNT, U:cri3A2c)TELtERA°NSDREmiQN-tirtm_u_REmME0NoirSE_TcOovEMAd.N1 TAIN: . : I I : 1 .--- - ,i Li, t inAIMAAM - 1 - : [-- :-] , i . : i - \ 1 1-- , . I : ...-- ,i.•.__3_333,3 - ar 1 I . . 1 1 ' I I . : : , 1 1 _ --1 — ' . 411, -, 1 . - 1375 1375 -•-, L: I . 4 3 ' 1 413) , 1 3 1 1 ] ' 1 • , 7... - 1_4_, .44 , I , , 4 __ , 1. I ..1_ 4 • ; ; 1 ' 1370 L , ; 'VE -p7 . - 1 , to . 4 1 1 1 . .0.7 i . i . r. , :: .!-- _-_____ , - - -- ' - ,..- ,,i -:1 .04., 1- : : 1 cn ›:,,-0 I AN I i : -EXISTING:-GROUNDHAT: NEW .. .. . . . 1 • I . -1 - - - : -11 i 1 1 - 11 ' 1 , : -1-- : 1-- - . : • . • -4- : in 2! .. --- ',--.=-___, - • 1 , : - . i - 1 I . WATERMAINHCEN-TERON-E. L : 1 ; I 1365 '1 : : . . .. • - i - - - - . . -- i____ . -,-H . , , . ,-,--------,---.-.... i ----I ------,---4.... . -1 i 3 4 , -.-- . 1--- . . . . . I . . . 1 . . . . : i . . 1 i 1365 . 1 - : . . . •i . , • : : • : I : ' ._i I ._ ; _ ; . ; ; ; . • I : • r : :T . - 4, ---,-- : : L. - i _, . , : L -4-: i . - i ; , . 1 . . [ . i : Ll_t LI- 1-- : 3 1 1 • 3E-3 1360 1360 I : ; - : i i . , , i . . • . . . , . , - . . --r— . : . . : I . . ' i i ' 1 - 1 : - 3-33 . . . 1-3- : I - i . . . . . . . . . 72 i- , . , . I : : NEw , , . , : - ' T - , - . - - 1385 1370 1355 - : 1 - + A ,... 1 1 _ - . 1 AT- . 1355 - _LLL_ .IL I 1:-3---33--; 3---- - I- E • . 3-3— - : i i 3 ..APP1R9X1MATE ILDC.A1NON3 i ; :',3: : : 1 3_r.... : 3-r , oF,. EXIST- 247 -ST1_. , 4 : 4 , : : -i --- ---t : - : ; I : 1 - , 1 , -, 1-: - -1 w hk-,AN-D-6"-DR'AINI : , 4 .--3: , r i r , i I I- 54+00 55+00 56+00 i 57+00 58+00 1_ ! ; n 59+00 1350 Huibregtse, Lowman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue 4- Yakima, WA 98902 (509) 966-7000 4- FAX (509) 965-3800 JOB NUMBER: 06028 DATE. 7-10-06 FILE NAMES. DRAWING. SHEETS.dwg PLAN: 06028.DWG PROFILE. rcprf001.DWG CITY OF YAKIMA LEVEL 2- DOMESTIC WATER SYSTEM IMPROVEMENTS REVISION DATE DESIGNED BY. MTB ENTERED BY. JLB SCHEDULE A - PLAN AND PROFILE STA. 53+80 TO STA. 59+00 SHEET 11 OF 27 05 i ., / , , sIX' , 0 4 % 41114 ST 11+50 IN: TALL NEW 18"D.I. 22Yz' BOW, 11Y4' ELBOW,' AND CONCRETE THRUST 060 / / / , / l'' / / / BLOCKING- / ,- oh j / 7 s� / / , %, STA. 12+00 , ,.10? _c - / /� BEGIN RESTRAINED•/,',-/ , JOINT 18" D.I. PIPE .,,------/..--- / '/� / GRASS/GROUND AND FITTINGS. '�,� /o - / j 12+Q0 NEW 78" D.I ATERMAIN 13 00 / 14+00 n�imui���������n�l�a.imamm�Imyr��lm�mu�:xr; M���s/i��� i1x�sasmeirum�xim.LIlrtuuIi. __N -813•49.'13"W W. i -;-Hlui Q oin / w w > , r� w 10 . EXIST.I.24" STEL /' , GTTY OF YAKIMA , (181316-17/400) i SEE SHEET 13 REMOVE EXISTING TEE AND INSTALL CONC. PLUG m 1360 I : L w T. (n } w z 1355 1- - I r . .Y_T_._-,._:... ._ :. BEGIN E : ! 3 RESTRAIN D 1 P_lPErJO1NI. X- x x- 'x.‘-‘ PROTECT PROTECT EXISTING WATERMAIN DURING CONSTRUCTION OF NEW WATERMAIN. x 6'; WIR LOOFBURROW 181316-11401) FENCE x _ _ µEXs-TING—eRDUND AT—NEw 1 ! :� z d VJA{TERMA1N--CENTERLINE- - 3 1355 �' ��� \� � EXIS_T.ING-fGROUND 1-O' :at + I J 0 W N 10 S 20 E 40 ,1360 1340 1340 NEW 18" ID 1. WATERMA(N : . 1350 L !. . 0- I 03 I. a p 1345 m mj ! 0 1 I i- whi � ,- ' 1340i ( .ro T (n w r ! 1 1 I. I,4 \l�\.. i �'. 1350 1345 �-• 1 : \�! - . i ... ! I 1 L ! 1 1335 i. ! j :1 i - - r - . . . I 1s ! _ . 1330 (_ - • - L — i . I i NOSES ! - CONC-�i + 1 ANCHOR------ - NCHOR ., , I 1325 1 ; `WEIER : 2E,F'ERENCE 1$ MADE TO-'fHE INST`ALCAT1ON" OF " 1325 , R Si+ -VAR OVS-FITTIhfGS AT16 HALVES, TFfE CONTRACTOR A1C 1 ALSO FURNTST THETSAME AND-"ALL-R-EQUIRED i - - - - j 4 I APPURTENANCES TOCOMPLETE-THE`{FtSTALLATLON s i i` - L - 1320 . ; ' 2. ALL ELBOWS AND. -FITTINGS ARE NOT SHOWN FOR 1320X -'1 VERTICAL 'GRAD(-CELANGES`:PROVIDE• AND' -ROTA CALL - —'. FITTfN S'AS: REQUIRED OR DEFLECT NEW WATERFtA1N "r WITHIN MANUFACTURER'S REQUIREMENTS TO. MAINTAIN . I ALIGNMENT; GRADES, AND- MINIMUM P PE COVER. 1 ,1340 .. i u z --, �_ .,__ 1335 --I 1 1330 1315 1 : .- . 1:. i TI . L ... .. .. .� r -i 'i I I .. - i L. 10+60 11+00 12+00 13+00 14+00 14+50 1335 ' ,- 1 1335 L T I - i I t . 1330 r "7 j 'i �� L I �� EXISTING GROUND AT NEW 41 1325 I. \ \ WATERMAiN CENTERLINE T' j 1325 I EXISTIIT�GROUND _ 10' .LT` I I EX STING GROUND 70' . R1 .. i 1- j 1320 1320 -,, -, j i i TT ��I 1I I I 1330 1315 •1310 i ANCHDR - �� '`* _ 1• T 1310 N F K __ 1 9j T -�0 3 1 — - 1 �j .:- v �a �� - 1305 1305 i , 1300 L. 1300 3' I - - -- I : CONC:1 ; . - 1295 1 14+50 15+00 15+80 Huibregtse, Lowman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING PLANNING 801 North 39th Avenue .Yakima, WA 98902 (509) 966-7000- FAX (509) 965-3800 "�'ONAL EE' ( EXPIRES %"LL 6, 2008 I JOB NUMBER: 06028 DATE. 7-10-06 FILE NAMES: DRAWING. SHEETS.dwg PLAN: 06028.DWG PROFILE: rcprfO01.DWG CITY OF YAKIMA LEVEL 2 - DOMESTIC WATER SYSTEM IMPROVEMENTS REVISION DATE DESIGNED BY- MTB ENTERED BY- JLB SHEET 12 OF SCHEDULE A — PLAN AND PROFILE STA. 10+60 TO STA. 15+80 27 NOTES 1 UNTIL OCTOBER 13, 2006 THE CONTRACTOR MAY UTILIZE THE YAKIMA VALLEY CANAL AT APPROX. STA. 20+00 TO DISCHARGE DOMESTIC WATER FROM THE EXISTING PIPING AT STATION 17+00, REQUIRED TO DEWATER AND ABANDON THE EXISTING PIPING. IT IS ANTICIPATED THAT APPROXIMATELY 60,000 GALLONS WILL REMAIN IN THE EXISTING PIPING AND DRAIN TO THIS LOCATION. CONTACT THE YAKIMA VALLEY CANAL CO. AT 966-2300 A MINIMUM OF ONE (1) WEEK PRIOR TO DISCHARGE INTO CANAL. 2. THE CONTRACTOR SHALL COORDINATE WITH AND ASSIST THE CITY TO DISCONNECT EXISTING WATER SERVICE LINES AND INSTALL NEW WATER SERVICE LINES. THE CITY SHALL INSTALL ALL PIPE, METER, FITTINGS, AND CONNECTIONS. THE CONTRACTOR SHALL PROVIDE ALL TRENCHING, EXCAVATION, BACKFILL, AND COMPACTION. 3. MAINTAIN VEHICULAR ACCESS TO DRIVEWAYS AT ALL TIMES. 4 WHERE REFERENCE IS MADE TO THE "INSTALLATION" OF VARIOUS FITTINGS AND VALVES, THE CONTRACTOR SHALL ALSO FURNISH THE SAME AND ALL REQUIRED APPURTENANCES TO COMPLETE THE INSTALLATION. 5. ALL ELBOWS AND FITTINGS ARE NOT SHOWN FOR VERTICAL GRADE CHANGES. PROVIDE AND ROTATE ALL FITTINGS AS REQUIRED OR DEFLECT NEW WATERMAIN WITHIN MANUFACTURER'S REQUIREMENTS TO MAINTAIN ALIGNMENT, GRADES, AND MINIMUM PIPE COVER. 15+80 16+00 .. ".NI> W ... . i ,i RESTRAINED : i PIPE JOINT--•-• - - ;* 17+00 ,' / P- 0 / ._. v C'jj /--JJv ��vv.56 `���_ TY -OYAKIMA *_--„- S�"0(-3-11400) // _ ,--z'--'_GRASS - GROUND-_ d REMOVE EXISTING AIR RELIEF VALVE AND INSTALL •PIPE PLUG PER DETAIL. STA. 16+00 INSTALL NEW 18" MJ 45' ELBOW AND CONCRETE THRUST BLOCKING CITY TO INSTALL NEW 1" SERVICE CONNECTION FROM NEW 18" D.I. MAIN TO EXIST., WATER METER. COORDINATE CONST WITH CITY, SEE NOTE 2. l LOOFBURROW (181316-11401) MAY 4, 1927 PER A.F.NO. 420083 EASEMENT FOR RIGHT OF WAY BARRETT (181316-11405) .EtqpvE AND REPLACE WALL SEGMENT AND FE, AS REQUIRED I6R CONSTRUCTION. Ai16+97f I4S`TALL NEW 18" MJ 90' ELBOW, 18" MJ -BUTTERFLY VALVE, AND CONCEI -TFiRI1STBL.O KING. PILL: TRLER _ C. Y.: OF-SELECT'BAC-!CF PROF CDR' R S 10 20 40 RET AI ALL EXISTING ASPHALT PAVEMENT SHALL REMAIN, EXCEPT THAT REMOVED FOR THE WATERMAIN TRENCH, UNTIL ALL WATERMAIN IS INSTALLED, TESTED, AND OPERATIONAL IN PECKS CANYON ROAD FOLLOWING WATERMAIN INSTALLATION ALL REMAINING ASPHALT PAVEMENT SHALL BE REMOVED TO THE ROAD CENTERLINE, AGGREGATE BASE COMPACTED, AND NEW HMA INSTALLED THE ASPHALT SHALL BE SAWCUT AT THE CENTERLINE. WA L ' • �16.9os-. PSpNALT`�z/ /j—"pR1�f.Ew A� T265 TOP OF 38 CMNC. ELI 0.08; CQN C. EL. 1,274.62 a 2'1". CONC. EL:1 269.92 fffittmtmftmit1• tanfffittti•tamis3tn ifm(.itiffIlf>f�l� S 52'45'13" W j/18+oo - - 'SAWCUT %TOP OF iP CKS CANYON/RD. TOP/OF SLOPE • -SLOPE _TOE01 SL4pf- - -- —t .1,2_ 0-.91 SDP OF, CI Y fCS, NS ALL i‘1EN 1" RVIC, C►. NECTION FR M' NEW 8' .0.1. MAIN TO EX ST WA R METER. COORDINATE CQ1N WITH CITY, SEE \ OT 2 I L 1 i t i.. CONTRACTOR SHALL INSTALL TEMPORARY TAPPING SLEEVE AND 6" TAPPING VALVE ON EXISTING 24" WATERMAIN, DEWATER EXISTING PIPING, AND PREPARE FOR ABANDONMENT, SEE NOTE 1 FILL APPROXIMATELY 30 L.F OF EXISTING WATERMAIN UNDER PECK'S CANYON ROAD WITH CDF (APPROX. 4 CUBIC YARDS). _ _i_r___ - l EXISTING_GROUND 4OT1LT.- - ;_�� - �� EXISTING GROUND AT. . �`` javw! CENTERLINE_ - : EXfSTfNG-GROUND 11' RT fff- 19+00 LECOCQ ORCHARDS LLC 181315-22005) SEE SHEET 14 0 0 + 02 1n Z J 0 H- Q -'-1 1275 1265 j �. ... 1260 -. -- " r 1 1Z" CULVERT . i ; ---,,� I . 3 \ � , .. NFWl T-▪ � i ,\ ~7 - . 1 1j1270 " 11265 - 1260 1255 1255 1 1250 ' • • 1245! I I 7, `, i. . �._.. L _ • a 1250 • 1 7+0 0 -- 18+00 19+00 1245 Huibregtse, Lowman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue .•Yakima, WA 98902 (509) 966-70004 FAX (509) 965-3800 1 EXPIRES %"LL 6, 8008 bra JOB NUMBER: 06028 DATE. 7-10-06 FILE NAMES: DRAWING. SHEETS.dwg PLAN: 06028.DWG PROFILE. rcprf001.DWG CITY OF YAKIMA LEVEL 2 - DOMESTIC WATER SYSTEM IMPROVEMENTS REVISION DATE DESIGNED BY - ENTERED BY• MTB JLB SCHEDULE B - PLAN AND PROFILE STA. 15+80 TO STA. 19+00 SHEET 13 OF 27 .or r o= 3 1310 1 1310 wm \ j l I 1305 1 - I I- 1305 1 { \\� I " 1 I GLtOIIND - '- 1 i j 1300 j 1 EXISTINQ 10'11 11300 1295 __..-- - --_-- • NEW, CENTERLIINE tXLS7ING-GROUND 1JLRT , ; -I - .. \N__ MS.TING--GRbUND-AT I WATERMAIN • . l I i 1295 I - . o a 1 ! T. -- I 1290 �+ �� ti� i i ; 11290 ;- ._ • 1285 j - 3 :F v1> -� `. -• I \�. -. -, 1 ; 1285 i 4: 7 . _ pF cP- .�. !T .. O �. . 1 1.. - 1 I ... : I , �� 1, \SN,,CULVERT yam. _.. 1 1-2 . t` ! : fi0v I 1280 1. 1 1 .. -'4`�� 1 --A ; 1280 Diy i :�� { .T 1275!._.,_.- v = qui` 11275 . 1I. EXIST 6,,:, IRRIG: tINE , _ 1270 ' I '. 1270 �- I 7 t - .... . .. , .. 1265 - - ; �... 1 - , 1E: 1,273*: 1265 I a . _! ,....,.4„.,..-,...-_,..,_,...,. -_. 1260. _-, - EXIST. -6" -IRRIGATION{ t€NE"'AND ' BLOWOFF I IE. -1, i 1 _ .- - :. . i .__ - _._. = 69± :, tea. cv • F- - i r� i 12601 i . m 15+80 16+00 .. ".NI> W ... . i ,i RESTRAINED : i PIPE JOINT--•-• - - ;* 17+00 ,' / P- 0 / ._. v C'jj /--JJv ��vv.56 `���_ TY -OYAKIMA *_--„- S�"0(-3-11400) // _ ,--z'--'_GRASS - GROUND-_ d REMOVE EXISTING AIR RELIEF VALVE AND INSTALL •PIPE PLUG PER DETAIL. STA. 16+00 INSTALL NEW 18" MJ 45' ELBOW AND CONCRETE THRUST BLOCKING CITY TO INSTALL NEW 1" SERVICE CONNECTION FROM NEW 18" D.I. MAIN TO EXIST., WATER METER. COORDINATE CONST WITH CITY, SEE NOTE 2. l LOOFBURROW (181316-11401) MAY 4, 1927 PER A.F.NO. 420083 EASEMENT FOR RIGHT OF WAY BARRETT (181316-11405) .EtqpvE AND REPLACE WALL SEGMENT AND FE, AS REQUIRED I6R CONSTRUCTION. Ai16+97f I4S`TALL NEW 18" MJ 90' ELBOW, 18" MJ -BUTTERFLY VALVE, AND CONCEI -TFiRI1STBL.O KING. PILL: TRLER _ C. Y.: OF-SELECT'BAC-!CF PROF CDR' R S 10 20 40 RET AI ALL EXISTING ASPHALT PAVEMENT SHALL REMAIN, EXCEPT THAT REMOVED FOR THE WATERMAIN TRENCH, UNTIL ALL WATERMAIN IS INSTALLED, TESTED, AND OPERATIONAL IN PECKS CANYON ROAD FOLLOWING WATERMAIN INSTALLATION ALL REMAINING ASPHALT PAVEMENT SHALL BE REMOVED TO THE ROAD CENTERLINE, AGGREGATE BASE COMPACTED, AND NEW HMA INSTALLED THE ASPHALT SHALL BE SAWCUT AT THE CENTERLINE. WA L ' • �16.9os-. PSpNALT`�z/ /j—"pR1�f.Ew A� T265 TOP OF 38 CMNC. ELI 0.08; CQN C. EL. 1,274.62 a 2'1". CONC. EL:1 269.92 fffittmtmftmit1• tanfffittti•tamis3tn ifm(.itiffIlf>f�l� S 52'45'13" W j/18+oo - - 'SAWCUT %TOP OF iP CKS CANYON/RD. TOP/OF SLOPE • -SLOPE _TOE01 SL4pf- - -- —t .1,2_ 0-.91 SDP OF, CI Y fCS, NS ALL i‘1EN 1" RVIC, C►. NECTION FR M' NEW 8' .0.1. MAIN TO EX ST WA R METER. COORDINATE CQ1N WITH CITY, SEE \ OT 2 I L 1 i t i.. CONTRACTOR SHALL INSTALL TEMPORARY TAPPING SLEEVE AND 6" TAPPING VALVE ON EXISTING 24" WATERMAIN, DEWATER EXISTING PIPING, AND PREPARE FOR ABANDONMENT, SEE NOTE 1 FILL APPROXIMATELY 30 L.F OF EXISTING WATERMAIN UNDER PECK'S CANYON ROAD WITH CDF (APPROX. 4 CUBIC YARDS). _ _i_r___ - l EXISTING_GROUND 4OT1LT.- - ;_�� - �� EXISTING GROUND AT. . �`` javw! CENTERLINE_ - : EXfSTfNG-GROUND 11' RT fff- 19+00 LECOCQ ORCHARDS LLC 181315-22005) SEE SHEET 14 0 0 + 02 1n Z J 0 H- Q -'-1 1275 1265 j �. ... 1260 -. -- " r 1 1Z" CULVERT . i ; ---,,� I . 3 \ � , .. NFWl T-▪ � i ,\ ~7 - . 1 1j1270 " 11265 - 1260 1255 1255 1 1250 ' • • 1245! I I 7, `, i. . �._.. L _ • a 1250 • 1 7+0 0 -- 18+00 19+00 1245 Huibregtse, Lowman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue .•Yakima, WA 98902 (509) 966-70004 FAX (509) 965-3800 1 EXPIRES %"LL 6, 8008 bra JOB NUMBER: 06028 DATE. 7-10-06 FILE NAMES: DRAWING. SHEETS.dwg PLAN: 06028.DWG PROFILE. rcprf001.DWG CITY OF YAKIMA LEVEL 2 - DOMESTIC WATER SYSTEM IMPROVEMENTS REVISION DATE DESIGNED BY - ENTERED BY• MTB JLB SCHEDULE B - PLAN AND PROFILE STA. 15+80 TO STA. 19+00 SHEET 13 OF 27 SEE NOTE 1, SHEET 13. 12 11 n TOP OF SLOPE - - ----:--reuurE--.7--- --- --- ----- P----:'' OR P YAKIMA VALLEY CANAL BOTTOM ±13'-9" ABOVE ALL EXISTING ASPHALT PAVEMENT SHALL REMAIN, EXCEPT THAT REMOVED FOR THE WATERMAIN ------ - --CRNER PAVEMENT TRENCH, UNTIL ALL WATERMAIN IS INSTALLED AND L.LL _-.._.,- . :1-3-1-5.2200-3-,-----:,-x-_--_--_- ---,.,- - _-__--.-_-..--;-•--If69O9 CONTACT BOB SMOOT OPERATIONAL IN PECK'S CANYON ROAD. FOLLOWING 6' cf.) ---=-L---- -----:------ - -- - -a .::::_.......:...").4iii:::::."...._„_„...-_,_. Borro ,,i -- PHONE. 966-2300 WATERMAIN INSTALLATION ALL REMAINING ASPHALT r.-.--- - -- - - j-. - NEWBE R EHMMOAVEI NDS TTAOLLTEHDE ROAD ao (1-).)j ,_er_sto: ri____7___? _ 2P_EANV:Er0E:RELN:TES:HAANLDL ' / ; ASPHALT SHALL BE SAWCUT AT THE CENTERLINE. ';97+-00 -- ---- _:w•Tp.F _s_f__0:77 0 10 20 ME - -- SCHMITT ...,„,,, . , 7.:::____:,:___ „....,.._ - _ _ ..,,„„. w : - - , (181315-22006) . --- - ---,,P--- = PE KS 11, ON RD - ..., ,, --_,,, ------ too_ • all ' c” z 0,4 i , 20+5 5 -- PAyEmENT, • t.,''' --..------::,.--, 1,--..... D./ *Ng ' ----,-.- "---"- •,">- - i p.,C SCE S'BC)jk° COL(' ;‘1 kTh-Cfr- ft.4-/..ft' ' • "- •-\ ''-' - - ---:.-z- - - :-_- - - _ ---,-.--=-- - - ' --`.•12-•!.: -C N -_ -__ SP/./ ' ---_-.. , 4/4/ A, „.. <ci --T--"'---=-------------- -----=--',----:::----' --:- 44 for --4-- , 444. -'00 . • - :-.:---,,,oi- sol'E .. _. \ 1.4,/ ____,_: ' : -7- -,---. \-7- • - '' - ''------ :\;,o '---,,,.. ,,--,., \ ., . ._ , .-ib,b -'-•,...44,c414... i----, - *...---,.-7-- --. LI__ --- -- ,. :----,-->-, - "------,../-- --, \.G.' It_ 's \ , Neoce. , ' 1.•00 - - -••.. / _ -- - _ - - - _., , _ , - .., <<"<',. • \ ''',--.-..---- ..:'_-. ' ' LECOOQ ORCHARDS LLC -- ' - - J-....'"- .. ----'-' 44eA, / '- - ' sw; - . :: • d'6,, •,,,,,, ''? -'i ' "_S‘ >1.•*iii; i 0 . ., (181315-22005) - - ----- --'---. •:), &,' • .-- _ appor ' t• . ' z) . --.. 5.,,, -......„.. - 1- ,, • - .___ : - hi 0 \ , . / • - co ----.. - -:11'---. -I- STA. 18+90± TO STA. 20+60± DEFLECT PIPE JOINTS AS REQUIRED WITHIN MANUFACTURER'S REQUIREMENTS, TO MAINTAIN ALIGNMENT ,,,,_._. ---t..... •-:"----..--".: - - -,---=_.. ,, ,-,,,, , Is_ . ..„.„ --,:,.7,-,-,,,,,,,,, -,.....___ _. .- SCHMITT ---4 (181315-22006) 1---- ,i- ,--- --• . - . , - ----1- . i _ , . . -, - - - ' ' I .,. . . . . i I - i . I — . . - _ , . . - 1 . ; . : a — - 1 . I , . i - - [ - . . I • '-'; : . 1 . . . L„_ , _ . _ i , ,- f - - , . . __ .. , . - . , . . L , _.__,_ . _. i- NOT - - -1 1260 1260 .. 1 - . . - 1 . Agim. I . . . . - . . . __ . . . . . . : . . . . . . . . , . . . . . . . . . . . . , . VALLt I --- - 4-: . -; : -..-- I 1. WI -IE -RE REF6ENCE: IS -:-TO--THE---!!INSTALLATION!' LADE „ _I I - L _ , - 1 1 . . . ..........+____ - _:_i_ _ , : ; - 4- CANAL, 1 ' — - • - — . -- :4- - 4. : . I . , - - . VARIOUS-FITT- INGIS-ANO.1- VAL-VES, THE-.CONTRQL-I-OR SHALL. , . . . . . . - : : . „ _ „ I i , . . L - -...L., - - ; : : _L . . . . : . . . : : : 1 : ; 1 -9A141Y-ALL--,-REOL1,1-RED _ , . . , , - - 1 - - - ._. I . _.,.. Lt._ _____, . : .:: ._._ 1 : . . . — . . . • :-,-1 - . - . -ALSO EIJR1\11SH - - , , . . 11-1 . __4_ ; 1255 • • .. . _ ; . . : ; • F - ` : - : ; I . . 1 . . . - . . . . . - : . - : - ARPURTEN-T0--TO--TI-11-iti-IKSTALLATION. _ I - . 4 - - 1 , . , . --1---t - : : : . : --I I 4 1255 _i_ ; - - - ---1-. , 1 - . -I _ .. ___ L. . .1 _______ _Li _ ... , ____ ..„ ____„ . - SHOWN - FOR- . . : .. I I - : , . . . - „ . _ . . - ;:-.--,, : - - - - ; . ' . : - - r- , • - - : : , , • - 2. ALL: E-LROWS-ANO-FITTINGS - - - --1-: - I - : VERITICALGR-ADE:CHANGE-$ -AiR NOT --1- - --PROVIDE-ANB ,ROTATE- A-14- - — ,--.. .• . - : _, ... :--- - - Lel . -- -r- — : H - : : t.. ; _,, _i_ .:, 1 - . . . . _ ; , , . . . - . . . 1- ----- , ,,.,,-...„_, - cn z- ' I . •= _ , '--1-: , , - -Frp:IN9-9-A-S-REQUIRE-91-CRI-DEF-1,-EcT--i\IEW-W-ATgRMAIN- - - 14- - W THIN---MANUFAC-TURE*-REQUIR,ENIENTS-TO-NAINT-M4 - -I : • - 1250 - - - • 71- - 1--' .1 - : : : - ,,- i _-:,_ 1 Et-- . . , . - - I- I . .. , : . : 1 . . - - 1 1250 -4-- - . , , , . , L__.. , .. - - = in .-c. - - - . 1 - . .. _ : -• . - . . : : - - - - • • • : . - - - - Ai-GNI-A-ENT,- GRADES,-A,NO-MINIIMLN-.PIRE C9VER. , • I - 1 _. . -_, • • _ - ,„.___ ---.7-=-•I Dlw-1 ' 1 , . = : . . I zn 1--- _7„._ i - - • ----.._ - : .. . . _ . - - i - - - .___,, I- -11 - • - 4-- . : ' . : . . 1 - 4 -- --' --.. , , -,......--:-.- --....... 1 - .. ,---- - , + .. - , - - ; .T ; - - : :44 -;- - , ; - ; -; - - - . . , • = - - 1 . . „ 1 • • I , . ---., --,. - --'-I--- • ,. , . . . . i_ 1 ' : : . : - - - ' I - . . . . ,-4,-; - 1245 1245 I ' . _ . _ ' . 4 4 - 1 . . . ,- . - -1---- , , . _ _ . -; , ,T 4-44_ • ,---1 , , . , --- _ ; . . _ 1 . 1 .. . . 1 . . i I- . - . • . - ; - .. - - . - ; ---z..--_, bosi-No GROUND ' - - : . : 4--' - - 10 LT 1 , I ' - ;----,- ----1 - . , : : _ - . ,.. _ - , H„ . _±, . ,,, . i - _ _ 1- . . _ - . - T T - 1 L 1 ' 1 , . . . . - : , .•. _. . : . _,_ , . . . , , - - - .---..._.--- ---„, . XIST1.11Q.,.9k01.1t1D •. . _,_ . .._,______ 1- Arr „_ _ ; . : .r. . - , . . .- 1 - . - - : 1240 _,-_ . 1240 - ._ _ _ , . . . -4, :III.- . ' I I = - I . . • : : , . - 1 1_ . _ . : : 1 7 • • • • . - - - - - : .2.-/W CEN'TtRUNE- . : . . L 1-, . _1 . _, . 1--. . -r- . . - - - - I I - - --;--.... • • : ; EXISTING-tROL:ND _ __ . ____ _L 10 -RT 1 ... --,-- - - , - - . . • , --i- - - - i---- ; - • --i— , __ 1 - -;-- . _ _ . -A r - . ..L.._ = i - . , ----f - - - • I . . . .. . ' - • I : = . , ' - - - ' 1 : - '--1.7.21-----: . .. - : . .. 1235 1235 . -, - I , r - - - I . : , ; , ----A4' . . . , 1 . ; . _, - -1 ---; - : 1 - : - • . - ' 1- - : : ' .. ; .. to.;- , , ,,„, , _ . , i . . .... . : . , : . •----/kr _, I I- - : : . . . . - - - - ; - - ` 4 - - 1230 - 1230 . : : , _ . , . - , • ! ' I - 1 - ' ' , . , . , - - - L ,'-I 1,-f;;- 1 -• - - 1,' - 1;„I : i ,... . . ,,. .• .. ,; .• .. .. . . .. i ___ L. _,. ... . -4-1 - . 1225 , 1 - 1225 I 1 ; ; •-+ . , - ” i : • ,. . : . - : • : : . 4 - - L , I , - __ , .. ,_, : : _4_ _ -, -; ; . . ....1 _ _,_ --; ---1-; ,--; - ! . , .1]I : . - i IT . . - - : . : . :____i__. : : : . - . . . . : : : . : : . •_ - - 1 1-- - - 1 - : _ L-,_ - . : ; - 1220 •:- • • - 1 -' - : - . . ! - - f - , , .•. . . . . - ” . 4 - . , -----. : : : i . _ . _ i - - = : • 1220 ... - : , = : - , . . - _ - - - - I - . _ . - - • --------, . - - I _ , - - : - _ . , - • --,- , - _ -=--h-: - ,---,-- — - ; - - : .1- : = . . : , : : : . , : . , , 1- - I 1 I -r- ' 4 . . - - 1 : • : • . .. . L: - • 1 .. : .. . ; - - - . - +- • I " I • - • ---I- • . - . .. • .. - : . -j. .. ;,- ; : ,----;-i ---1--, - -1 •--, : . I . , . - - L ! . . - - : ; . - : 1 • ; __ . . 1 I . . . . - • .. : . . . . : : - -----4 - • ; : ; - - - - , . . .. L - • 1- - .L_ - ' - • 1 .. . . .. . , . - — " - - ._•. .. . . .. . • - - - - • - 19+00 20+00 21+00 21+60 t'...-'. Huibregtse,Louman Associates,Inc. P,7, ... OY V( ,v, . .°' ' '' . '. fr • % ' 7 ,-o A4161c, %NAL 0 i , b JOB NUMBER: 06028 DATE. 7-10-06 CITY OF YAKIMA LEVEL 2 - DOMESTIC WATER SYSTEM IMPROVEMENTS SHEET 14 OF FILE NAMES. DRAWING: SHEETS.dwg PLAN: 06028.DWG PROFILE. rcprf001.DWG CIVIL ENGINERING • LAND SURVEYING • PLANNIN 801 North 39th Avenue -)Yakima, WA 98902 DESIGNED BY- MTB ENTERED BY- JLB SCHEDULE B - PLAN AND PROFILE STA. 19+00 TO STA. 21+60 27 (509) 966-7000+ FAX (509) 965-3800 REVISION DATE !EXPIRES p.,.... 6, 200 1 ALL EXISTING ASPHALT PAVEMENT SHALL REMAIN, EXCEPT THAT REMOVED FOR THE WATERMAIN TRENCH, UNTIL ALL WATERMAIN IS INSTALLED, TESTED, AND OPERATIONAL IN PECKS CANYON ROAD. FOLLOWING WATERMAIN INSTALLATION ALL REMAINING ASPHALT PAVEMENT SHALL BE REMOVED TO THE ROAD CENTERLINE, AGGREGATE BASE COMPACTED, AND NEW HMA INSTALLED THE ASPHALT SHALL BE SAWCUT AT THE CENTERLINE. SCHMITT (t8131522006) TOP- OF- StOPE- ��Fr0 PAVEMENT NEW 18 D.I. WATERMAIN 1 - - t to taimam m r No to a maim! on km a. am t me slime twt�t�ter=ttrt�trinrnt •rrItttrt�rmtttrt�jECIMII�t�t=rrisIM, 23+0r I S 74.31'35'. W 24+00' _ - 1 25+00 N ---3---ASPHALT—t____. N SAWCUT N + c� " FRGS OF PAVEMENT" o PECKS_gCANYON RD _� .,�_ _ _ TOP' OF SLOPE --. ' _ _-/_____„--H.,_--- _- -- 0 N m - `Oe TOP OF SLOPE OF $(.OP z 0 H SCHMITT 181315-22006) ■- —1 *-11 0 1225; -I I .. --i-- - .. 1 - i I L - 1 • i E .1 � -1 R` T y ,� 1- j 1 1 SEE SHEET 16 0 O 10 N 1- !n Lu Z 0 N S 0 10 20 40 I-; 1225 I I i" 1 _;____. ,�-r ".._NOSES---�--._,_"_..�___r__�._.__ . .., � ,-i-•---- . . L WHERE! REFERENCE IS MADE; TO THE "INSTALLATION" OF. VARIOUS FITTINGS AND VALVES, THE CONTRACTOR SHALE. I. ALSO FURNISH: THE SAME AND .ALL REQUIRED r APPURTENANCES :TO COMPLETE—THE ;INSTALLATION. I L. 1 I 2. ALL ELBOWS. AND FITTINGS ARE :NOT SHOWN FOR . I .. { VERTICAL ;GRADE 'CHANGES. AND ROTATE ALL FITTINQS A5 REQUIRED. OR :DEFLECT' NEW WATERMIAIN; WITNIN_MANUFAC1URER'_S,R 41IIREMENTS_,T0_ MALN7AINw_,— _._,_ ,__,_-, ALIGNMENT 'GRADES, ND MINLM J&LPIPE COVER.. I 1 11210 1205 1200 4 , 1195 1220 - --. . ._.L-_.- — T I .H 1205 T: ' • r: i. :•. ;: t �` /EXISTING-GRQUND 10' LT: - 1 I - EXISTING: GROUND AT - - 1 - r- 1190 1190 1185 1 fi 1200 I- . - . i i { . . .,_.,, L.T. _. - -``'-------- _� -' - - 1 1 • -i I ' 1i 4- . i _-t,..v--T__. 1190 1195 21+60 22+00 23+00 24+00 ; I T --J- - - j 1 1185 I I: I : 4 . . { i - -.,- I 1180 25+00 25+60 Huibregtse, Louman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue 4 Yakima, WA 98902 (509) 966-7000 + FAX (509) 965-3800 EXPIRES p..:. 6, 200 JOB NUMBER: DATE. 06028 7-10-06 FILE NAMES: DRAWING: SHEETS.dwg PLAN: 06028,DWG PROFILE. rcprf001-DWG CITY OF YAKIMA LEVEL 2 - DOMESTIC WATER SYSTEM IMPROVEMENTS REVISION DATE DESIGNED BY. MTB ENTERED BY• JLB SHEET 15 OF SCHEDULE B - PLAN AND PROFILE STA. 21+60 TO STA. 25+60 27 NEXT LINE VALVE LOCATED AT FORD ROAD 1,000 L.F t NORTHWEST -57 n k 4 RIM EL. 1160.78 12" IE. 1147.08 \W\ 42" ROUND CONC. WEIR IE. 1153.28 RIM EL. 1160.14 15" W IE IN: 1146.54 15" E IE OUT 1146.54 8" S IE IN: 1146.94 DEFLECT PIPE JOINTS AS REQUIRED, WITHIN MFG. REQUIREMENTS TO MAINTAIN ALIGNMENT SCHMITT (181315-22006) STA. 26+85, 11' LT ± INSTALL NEW 18" MJ 22YZ ELBOW, CONCRETE; THRUST BLOCKING, AND .APPROX. 20 C.Y. •F. SELECT BACKFILL'<- INSTALL NEW 24" MJ X 24" MJ X 18" MJ TEE, (2) EA. 24" MJ BUTTERFLY VALVES, (1) EA. 18" MJ BUTTERFLY VALVE, VALVE BOXES, LONG PATTERN MJ SOLID SLEEVES TO EXISTING 24" MAIN, AND CONCRETE THRUST BLOCKING. SEE NOTE 1. INSTALL APPROX. 60 C.Y OF SELECT BACKFILL FROM STA. 28+20 TO THE POWERHOUSE ROAD CONNECTION. NOTES — SF. IGN EDGE OF GRAVEL' NEW 18 - -O.L WATERM • M S .74'43'25 E 1 INSTALLATION OF THE CUT—IN TEE AND VALVES ON THE EXISTING 24" C.I. WATERMAIN SHALL BE COORDINATED WITH THE CITY PRIOR TO SHUT—DOWN OF THE POWERHOUSE WATERMAIN. THE CITY WILL INSTALL TEMPORARY HYDRANT AT BOTH FORD ROAD AND NEAR THE 40TH AVENUE PUMP STATION FOR TEMPORARY WATER BYPASS AND WATER SERVICE TO EXISTING HOMES ON FORD AVENUE, RIVERVIEW MANOR, AND THE FRED MEYER SHOPPING CENTER. 2. WHERE REFERENCE IS MADE TO THE "INSTALLATION" OF VARIOUS FITTINGS AND VALVES, THE CONTRACTOR SHALL ALSO FURNISH THE SAME AND ALL REQUIRED APPURTENANCES TO COMPLETE THE INSTALLATION. 3. ALL ELBOWS AND FITTINGS ARE NOT SHOWN FOR VERTICAL GRADE CHANGES. PROVIDE AND ROTATE ALL FITTINGS AS REQUIRED OR DEFLECT NEW WATERMAIN WITHIN MANUFACTURER'S REQUIREMENTS TO MAINTAIN ALIGNMENT, GRADES, AND MINIMUM PIPE COVER. A'-.�E.N-p+p414-000.°' SA ticuT V Eo�j�f135 W %/J — " SCHMITT (181315-22006) S 7015'`33" E PECKS CANYON "RD. j / EDGE OF PAVEMENT 2' PC" STA. 25+84.83 '(OE QF SLOPE —, _ A. 26+10, 7' LT ± INSTALL NEW 18" MJ 114' ELBOW, CONCRETE THRUST BLOCKING, AND APPROX. 20 C.Y OF SELECT BACKFILL. - _ OE;SCOPE= '� 1 ALL EXISTING ASPHALT PAVEMENT SHALL ROAM-' EXCEPT THAT REMOVED FOR THE WATERMAIN TRENCH, UNTIL ALL WATERMAIN IS INSTALLED, TESTED, AND OPERATIONAL IN PECKS CANYON ROAD. FOLLOWING WATERMAIN INSTALLATION ALL REMAINING ASPHALT PAVEMENT SHALL BE REMOVED TO THE ROAD CENTERLINE, AGGREGATE BASE COMPACTED, AND NEW HMA INSTALLED THE ASPHALT SHALL BE SAWCUT AT THE CENTERLINE. STA. 28+30, ±10' LT. INSTALL NEW 18" MJ 45' ELBOW, 18" MJ 22) ELBOW, AND CONCRETE THRUST BLOCKING CANAL IE.� 1153.18 NEXT LINE VALVE LOCATED AT 40TH/POWERHOUSE VALVE VAULT 1,450 L.F ± SOUTHEAST 0 10 20 40 • 1180 1 . I �L_� » h__ !_ I i I 118D ,� ,� r ! 1 r -0 .. 1 j 1175 1175 -`^\� I _ -'-i } r . 1 r T EXi�TIlJG GRflUNfl JO' LT —! 1 , ! Y -II \_� � EXISTING GROUND AT • L ` i - . .. 1170 1170 - .. 1�.. ' 1 — - ' ! ` lZ/W c {NTERLINE - i ` ;EXISTING GROUND 10' R ( 1- L I I 1 a } _ i — 1165 1165 .- 4 T : - 1 1 i 3 I j tiEu J8 .. �, ' l i_p. ._ - 1160II-L-W a3 . J vi c� is + .1 ' 1 1155 �' T ES -1-.. 37"X38" 1 _ T -_, i 1155 I. ¢ 1RRIGAT1..0-1,1- 1 1160 • 1150 EX ST. 15 I LI I 1 SEWERMAIN •1 i EXIS-TI-`24" G.I. 1 ! WATERMAIN 1. r 1150 25+60 26+00 Huibregtse, Louman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue 4 Yakima, WA 98902 (509) 966-7000 4- FAX (509) 965-3800 -""70NAL E' /11 I EXPIRE* Y"'W 6, 2005 27+00 28+00 29+00 JOB NUMBER: DATE: 06028 7-10-06 FILE NAMES: DRAWING. SHEETS.dwg PLAN: 06028.DWG PROFILE. rcprf001.DWG CITY OF YAKIMA LEVEL 2 - DOMESTIC WATER SYSTEM IMPROVEMENTS REVISION DATE DESIGNED BY ENTERED BY MTB JLB SHEET 16 OF SCHEDULE B — PLAN AND PROFILE STA. 25+60 TO EX. 24" W.M. 27 co 0 0) 6'-6" EX. 24" GATE VALVE AIR RELEASE VALVE VAULT WALL \ NOTES N1 NEAREST LINE VALVE IS LOCATED AT FORD ROAD, APPROX. 1,800 L.F THE CITY WILL INSTALL A TEMPORARY FIRE HYDRANT ASSEMBLY NEAR FORD ROAD FOR USE BY THE CONTRACTOR IN DEWATERING THE PIPE BETWEEN THE EXISTING VAULT AND FORD ROAD, NECESSARY FOR CONSTRUCION. BC. N2 THE CITY WILL OPERATE THE EXISTING HYDRANT NEAR GARRETSON BLOCKING LANE TO RELIEVE SYSTEM PRESSURE AND PROVIDE PARTIAL PIPE DEWATERING. APPROXIMATE PIPE LENGTH FROM VAULT IS 1,500 L.F N3 INSTALL FULL CIRCLE STAINLESS STEEL TAPPING SLEEVE AND 6" TAPPING VALVE ON EXISTING 24" STEEL WATERMAIN. INSTALL 6" PIPE SADDLE ON EXISTING 18" RESERVOIR DRAIN PIPE. PROVIDE PIPE AND FITTINGS REQUIRED TO DRAIN EXISTING 24" WATERMAIN FROM RESERVOIRS (SOUTH) AND EXISTING 24" WATERMAIN TO GARRETSON LANE INTO RESERVOIR OVERFLOW DRAIN PIPE TO THE GENERAL IRRIGATION RESERVOIR. FOLLOWING PIPE DRAINING, REMOVE CONNECTING PIPE AND INSTALL MJ CAP ON 6" VALVE AND PLUG ON 24" DISTRIBUTION LINE 6" PIPE SADDLE. LID 2'-2Y2" 24" VALVE BYPASS VALVE APPROXIMATE LAYOUT OF EXISTING WATER VAULT 2'-2Y2" TO BE REMOVED N4 INSTALL NEW 24" MJ X 24" MJ X 18" MJ TEE, (2) EA. 24" MJ BUTTERFLY VALVES, (1) EA. 18" MJ BUTTERFLY VALVE, VALVE BOXES, CONCRETE THRUST BLOCKING, AND 24" TRANSITION COUPLING TO EXISTING PIPING. NS INSTALL NEW 18" MJ 45• ELBOW, 24" X 18" REDUCER, TRANSITION COUPLING TO EXISTING 24" STEEL WATERMAIN, AND CONCRETE THRUST BLOCKING. N6 REMOVE EXISTING CONCRETE VAULT, GATE VALVE, FITTINGS, AND APPURTENANCES. N7 REMOVE EXISTING VALVE, FITTINGS, CONCRETE BLOCKING AND APPURTENANCES. N8 REMOVE EXISTING PIPE TO LIMITS SHOWN. N9 INSTALL NEW 24" DIAMETER D.I. WATERMAIN, LENGTH AS REQUIRED CONNECT TO NEW AND EXISTING MAINS. INSTALL NEW 18" DIAMETER D.I. WATERMAIN, LENGTH AS REQUIRED COMPLETE ALL CONNECTIONS BACKFILL ALL EXCAVATION AREAS WITH APPROXIMATELY 30 C.Y OF SELECT BACKFILL AND COMPACT PROVIDE ASPHALT PAVEMENT REPAIR PER DETAIL AND YAKIMA ® COUNTY STANDARDS. PROVIDE GRAVEL SURFACE REPAIR. MAINTAIN VEHICULAR ACCESS TO DRIVEWAY AT ALL TIMES. A HYDRAULIC SAW SHALL 8E USED FOR CUTTING EXISTING PIPES, WHERE REQUIRED <0' \ 0 ?r, S 10 20 SQUIRE INGHAM CO (181309-41006) 5231 W. POWERHOUSE ROAD ,YAKIMA, WA 98908 \ \ \ \cn cn \ \ w \\ WATER MARKER ✓ d "aw PLAN ' Huibregtse, Lowman Associates, Inc. 1'` CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue 2Yakima, WA 98902 (509) 966-7000 FAX (509) 965-3800 EXPIRE8 6, 2008 JOB NUMBER: DATE: 06028 7-10-06 FILE NAMES. DRAWING. SHEETS.dwg PLAN: 06028.dwg CITY OF YAKIMA LEVEL 2 - DOMESTIC WATER SYSTEM IMPROVEMENTS REVISION DATE DESIGNED BY: MTB ENTERED BY: JLB SHEET 17 OF SCHEDULE C — W. POWERHOUSE RD. WATERMAIN RECONFIGURATION PLAN 27 NOTES INDICATES LOCATION WHERE EXISTING WATERMAIN PIPE IS TO BE CUT, CAPPED, AND BLOCKED WITH CONCRETE. DENOTES HMA FOR PAVEMENT REPAIR CL. 3/8 -INCH PG 64-28 DENOTES EXISTING WATERMAIN TO BE ABANDONED IN PLACE AND FILLED WITH CDF DENOTES NEW CEMENT CONCRETE SIDEWALK DENOTES NEW CONCRETE CURB AND GUTTER N1 INSTALLATION OF THE CUT -IN TEE AND VALVES ON THE EXISTING 24" WATERMAIN SHALL BE COORDINATED WITH THE CITY PRIOR TO SHUTDOWN OF THE POWERHOUSE WATERMAIN. THE CITY WILL INSTALL A HYDRANT AT FORD ROAD FOR TEMPORARY WATER BYPASS AND WATER SERVICE TO EXISTING HOMES ON FORD ROAD AND RIVERVIEW MANOR, AND ALSO WILL PROVIDE TEMPORARY WATER TO THE FRED MEYER SHOPPING CENTER. N2 INSTALL NEW 24"MJ X 24"MJ X 16"MJ TEE, (2) EA. 24" MJ B.V 'S, (1) EA. 16" MJ B.V., VALVE BOXES, 24" TRANSITION COUPLINGS TO EXISTING MAIN, AND CONCRETE THRUST BLOCKING. INSTALL TIE -BACK RODS AND CONC. BLOCKING FOR THE NORTHWEST 24" VALVE. INSTALL TEMPORARY TRANSITION COUPLING TO EXISTING 24" WATERMAIN CONNECTED TO EXISTING VALVE VAULT SEE NOTE 1 THIS SHEET N3 INSTALL APPROXIMATELY 240 L.F OF NEW 1 -INCH WATER SERVICE LINE (PEX TUBING) FROM NEW CITY INSTALLED WATER METER AT POWERHOUSE ROAD TO EXISTING SERVICE CONNECTION IN BACK YARD OF 4120 W. POWERHOUSE ROAD (181315-21007). THE CITY WILL INSTALL SERVICE LINE FROM THE EXISTING MAIN IN POWERHOUSE ROAD AND WATER METER AT THE BACK OF CURB. CONTRACTOR SHALL PROVIDE ALL EXCAVATION, BACKFILL, COMPACTION, AND RESTORATION REQUIRED FOR CITY INSTALLATION. WORK ALSO INCLUDES INSTALLATION OF APPROXIMATELY 30 L.F OF 2 -INCH CASING PIPE BENEATH THE NACHES-COWICHE CANAL FOR INSERTION OF THE SERVICE UNE. REMOVE TEMPORARY CAP, CONNECT TO NEW 16" VALVE AND INSTALL APPROXIMATELY 35 L.F OF NEW 16" D.I. WATERMAIN. SWAB NEW 16" WATERMAIN WITH HYPOCHLORITE SOLUTION. REMOVE EXISTING PIPE AS REQUIRED FOR INSTALLATION. REMOVE EXISTING 16" WATERMAIN AND INSTALL NEW 16" MJ 90• ELBOW, 16" MJ LONG PATTERN SOLID SLEEVE TO EXISTING 16" WATERMAIN, AND CONCRETE BLOCKING. INSTALL TEMPORARY CAP WITH 6" THREADED OUTLET FOR PIPE DEWATERING OF APPROXIMATELY 2,100 L.F OF EXISTING 24" WATERMAIN (APPROX. 50,000 GALLONS), TO THE NACHES-COWCHE CANAL. REMOVE TEMPORARY TRANSITION COUPLING TO EXISTING WATERMAIN AND INSTALL NEW 24" 22Y2• MJ ELBOW, CONCRETE THRUST BLOCKING, AND APPROX. 92 L.F OF NEW 24" D.I. WATERMAIN. REMOVE EXISTING 24" PIPING, VALVES, AND FITTINGS. INSTALL NEW 24" MJ 90' ELBOW, APPROX. 5 L.F OF NEW 24" D.I. WATERMAIN, TRANSITION COUPLING TO EXISTING 24" WATERMAIN, AND CONCRETE THRUST BLOCKING. REMOVE EXISTING TREE, STUMP, AND ROOTBALL. BACKFILL WITH TOPSOIL AND PROVIDE GRASS SEED, MULCH, AND FERTILIZER. REMOVE 4 -FOOT SECTION OF EXISTING 20" C.I. PIPE. INSTALL 20" MJ CAP ON REMAINING PIPE ENDS. FILL VOID BETWEEN PIPE ENDS WITH CONCRETE FOR THRUST BLOCKING AND BACKFILL WITH SELECT BACKFILL. PROVIDE ASPHALT PAVEMENT REPAIR. REMOVE EXISTING VAULT COVER SLAB, DISASSEMBLE AND REMOVE ALL VALVES AND FITTINGS FROM INSIDE VAULT PULVERIZE VAULT FLOOR AND INSTALL APPROXIMATELY 35 C.Y OF CDF WITH PUMP TRUCK TO FILL EXISTING PIPES TO BE ABANDONED AND 4 -FEET OF VAULT BOTTOM. BACKFILL REMAINING VAULT SPACE WITH SELECT BACKFILL AND PROVIDE ASPHALT PAVEMENT REPAIR. til •\ RIM EL 12" IE. 1148.63 143.83 KPK, LLC 181315-21413) MICKEL C 81315-21008) 2u, CITY OF YAKIMA 181315-21011 3 1 �Z—ASPHALTS OUTLINE OF UNDER GROUND PRV VAULT 4. I REMOVE ALL REMOVABLE SLABS, VALVE BOXES, AND MANHOLE ACCESSES ON EXISTING VALVE VAULT DISCONNECT AND REMOVE ALL VALVES, PIPE, AND FITTINGS FROM INSIDE VAULT. INSTALL APPROXIMATELY 50 C.Y OF CDF WITH PUMP TRUCK TO FILL EXISTING PIPES TO BE ABANDONED AND 4 -FEET OF VAULT BOTTOM. BACKFILL REMAINING VAULT SPACE WITH SELECT BACKFILL AND PROVIDE ASPHALT PAVEMENT REPAIR. FOLLOWING DEWATERING OF EXISTING 24" WATERMAIN, REMOVE THE EXISTING 24" VALVES, VALVE VAULTS, ONE 16" VALVE, PIPE, FITTINGS, AND CONCRETE BLOCKING. CAP AND PLUG EXISTING 24" WATERMAIN PIPE END DISCONNECT EXISTING 12" WATERMAIN FROM EXISTING 16" WATERMAIN. INSTALL 12" MJ CAP ON EXISTING TEE AND CONCRETE BLOCKING. INSTALL CAP, AND PLUG EXISTING 12" WATERMAIN TO BE ABANDONED REMOVE EXISTING TEE AND CAP AND PLUG EXISTING WATERMAINS TO SOUTH AND WEST INSTALL APPROXIMATELY 25 C.Y OF CDF WITH PUMP TRUCK AND FILL EXISTING 24" WATERMAIN ACROSS 40TH AVENUE. EAST OF 40TH AVENUE IN RIVER ROAD, REMOVE A 3 -FOOT SECTION OF 24" WATERMAIN AT LOCATION DETERMINED BY THE ENGINEER. CAP AND PLUG PIPE ENDS PER DETAIL. PROVIDE ASPHALT PAVEMENT REPAIR. INSTALL NEW 12" TAPPING SLEEVE, 6" TAPPING VALVE, VALVE BOX, HYDRANT (SUPPLIED BY CITY) AND CONCRETE THRUST BLOCKING. INSTALL TEMPORARY 24" X 6" TAPPING SLEEVE AND VALVE ON EXISTING 24" C.I. WATERMAIN. DEWATER WATERMAIN TO NACHES-COWICHE CANAL. PROTECT NEW ASPHALT PAVEMENT BY CITY OF YAKIMA. SEE SHEETS 19 AND 20 FOR PIPE ABANDONMENT PLAN OF EXISTING 24" WATERMAIN TO PECKS CANYON ROAD. • \),' \ T�\O O \ • :•NV•M11 i�... ..-���i ��:��� ABA .A, % 0 :: "1.* ' Nr.kr4p YA�Ci t L.F, ��A���. ��••R2" IE. 1141.944 11 • 41.4;7 �rJ�:�:::.:...'*. ��'��• - ----7---ASPHALT—a____- �C WOP+ ,E 0 10 20 40 N. 40TH AVENUE • RIM EL: 1146.17 8" IE. 1143.47 • \ 2. RIM EL. 1146.19/ ,n\15" IE. 1135.091 NN �12" PVC E. 1142.58 2 w Huibregtse, Louman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING ti4 801 North 39th Avenue+.•Yakima, WA 98902 (509) 966-7000 FAX (509) 965-3800 /, EXPIRES pw.. 6, 2008 I 6 JOB NUMBER: DATE 06028 7-10-06 FILE NAMES. DRAWING: SHEETS.dwg PLAN: 06028.dwg CITY OF YAKIMA LEVEL 2 - DOMESTIC WATER SYSTEM IMPROVEMENTS REVISION DATE DESIGNED BY ENTERED BY. MTB JLB SHEET 18 OF SCHEDULE D - N.40TH AVE. AND POWERHOUSE SITE PLAN 27 • POULIN (181315-22003) • CITY OF YAKIMA (181316-11400) .444 LOOFBURROW (181316-11401) • / 14, SCHMITT • 81315-22004, , - 42k' ft' , cp * 0 25 50 100 MIN NMI ,)0 EXIST. 6" IRRIGATION BALDWIN (181315-23002) • 444 • Huibregtse, Unman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue oYokimo, WA 98902 (509) 966-7000 o FAX (509) 965-3800 I won 5. 2006 I 1 JOB NUMBER: 06028 DATE. 7-10-06 REVISION DATE FILE NAMES: DRAWING: SHEETS.dwg PLAN: 06028.dwg NOTES EXIST 24" WATERMAIN BALDWIN (181315-23025) • PROTECT EXIST. 12" LEVEL 3 WATERMAIN. DETERMINE LOCATION PRIOR TO COMPLETING • WORK. EXCAVATE TO PIPE AND REMOVE MIN, 3' LENGTH OF EXISTING PIPE. PLUG PIPE ENDS PER DETAIL. BACKFILL AND COMPACT. 0 REMOVE EXISTING AIR RELEASE VALVE AND , APPURTENANCES. CITY OF YAKIMA LEVEL 2- DOMESTIC WATER SYSTEM IMPROVEMENTS DESIGNED BY: MTB ENTERED BY: JLB SCHEDULE D — EXISTING 24'PIPE ABANDONMENT PLAN SHEET 19 OF 27 SEE SHEET r•) MATCHLINE STA. vv- , ROUNDUP CO3 (181315-21412) WE 0 25 50 100 Imenimmi • SMITH MICHEL (181315-21007) st, EXIST. 24" WATERMAIN K P K, LLC (181315-21413) LiJ uJ MICHEL 081315,-21000 4 :W 113+00 114+00 'ATE 115+00 116+00 . , ,• ww 117+00 ' 118+00 ' 4 4.'' 'AN it -44.0o ,,,e, 120+00 .....w..-.. .4... ......4 -a .. I .....w.... --4.. . 910 La I 1 EXIST. 24" WATERMAIN 333533*•'' „ N(AKIM A VALLEY CANAL .4. \ BALDWIN WHITE ROSE, LLC (181315-23025) (181315-24008) ROBINSON (181315-24474) 4 4 EZ MARKET, INC. (i81315-24001) NOTES * PROTECT EXIST. 12" LEVEL 3 WATERMAIN. DETERMINE LOCATION PRIOR TO COMPLETING WORK. 0 EXCAVATE TO PIPE AND REMOVE MIN. 3' LENGTH OF EXISTING PIPE. PLUG PIPE ENDS PER DETAIL. BACKFILL AND COMPACT FILL EXISTING 24" STEEL PIPE WITH CDF, MIN. V EITHER SIDE OF EXISTING 12" LEVEL 3 WATERMAIN. FILL EXISTING 24" STEEL PIPE WITH CDF, MIN. *EITHER SIDE OF EXISTING CANAL. 4. • Hnibregtse, Lotman Associates, Inc. • CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue •:•Yokimo, WA 98902 (509) 966-7000 FAX (509) 965-3800 wows 6. 6006 pb JOB NUMBER: DATE. 06028 7-10-06 FILE NAMES: DRAYANG. SHEETS.dwg PLAN: 06028.dwg CITY OF YAKIMA LEVEL 2- DOMESTIC WATER SYSTEM IMPROVEMENTS RENSION DATE DESIGNED BY: MTB ENTERED BY: JLB SCHEDULE D — EXISTING 24" PIPE ABANDONMENT PLAN SHEET 20 OF 27 LEGEND TYPICAL WORK AREA CHANNELIZING DEVICES ADVANCE WARNING SIGNS FLAGGER(S) W21-1701 (48"x48") CHANNELIZING DEVICE SPACING (FT) MPH TAPER TANGENT 35/50 30 60 25/30 20 40 G20 -2A (48"x24") END ROAD WORK co W20 -7A (48"x48") W20-4 (48"x48") W20-1 (48"x48") 350±: 350± WORK AREA W20-1 (48"x48") W20-1 (48"x48") W20-4 (48"x48") W20 -7A (48"x48") NOTES. 1) ALL PROPOSED MODIFICATIONS BY THE CONTRACTOR TO THIS TRAFFIC CONTROL PLAN SHALL BE DRAWN BY THE CONTRACTOR AND SUBMITTED TO YAKIMA COUNTY PUBUC SERVICES FOR APPROVAL. THE CONTRACT PRICE FOR "TEMPORARY TRAFFIC CONTROL DEVICES" SHALL INCLUDE ALL NECESSARY LABOR, SIGNS, AND/OR ANY MODIFICATIONS MADE BY THE CONTRACTOR. NO FURTHER COMPENSATION WILL BE MADE. 2) THE BOTTOM OF SIGNS MOUNTED ON BARRICADES OR TEMPORARY SUPPORTS SHALL BE NO LESS THAN 1 FOOT ABOVE THE TRAVELED WAY 3) ANY EXISTING SIGNS THAT ARE CONFLICTING WITH THIS TRAFFIC CONTROL PLAN SHALL BE COVERED BY THE CONTRACTOR DURING THE USE OF THE PLAN. UPON COMPLETION OF THE WORK, ANY COVERED SIGNS SHALL BE UNCOVERED BY THE CONTRACTOR. 4) ALL OPEN TRENCHES AND EXCAVATIONS WITHIN ROAD RIGHT—OF—WAY SHALL BE BACKFILLED OR STEEL PLATED DURING NON—WORKING HOURS. W21-1701, "MOTORCYCLES USE EXTREME CAUTION SIGNS SHALL BE PLACED 250 FEET IN ADVANCE OF THE ROADWAY SURFACE CHANGE FOR EACH DIRECTION OF TRAVEL. THESE SIGNS SHALL REMAIN IN PLACE UNTIL THE ROADWAY SURFACE IS PATCHED. DURING NON—WORKING HOURS A W20-1, "ROAD WORK AHEAD'', SIGN SHALL BE LOCATED 350 FEET IN ADVANCE OF THE W21-1701 SIGN UNTIL THE ROADWAY SURFACE I5 PATCHED. N. END ROAD WORK G20 -2A (48"x24") 5) THE MINIMUM LANE WIDTH FOR A LANE OF TRAFFIC SHALL BE 10' N. N 6) THIS TRAFFIC CONTROL PLAN IS NOT VALID FOR WORK DURING NON—DAYLIGHT HOURS, \,'\. OR IN ADVERSE WEATHER CONDITIONS SUCH AS FOG, SNOW, ICE OR OTHER \�\•\ CONDITIONS THAT ADVERSELY AFFECT THE PAVEMENT SURFACE AND/OR SIGHT DISTANCE. \ N. W. POWERHOUSE RO. 7) WHILE A FLAGGER IS FLAGGING AT THE SAME LOCATION AS AN EXISTING STOP SIGN, THE STOP SIGN SHALL BE COVERED. WHEN FLAGGING OPERATIONS ARE COMPLETE AT THE LOCATION, THE STOP SIGN SHALL BE UNCOVERED. 8) ALL CHANNELIZA11ON, FLAGGERS, SIGNS, EQUIPMENT, ETC. SHALL 8E ADJUSTED FOR VERTICAL AND HORIZONTAL CURVES, AND/OR SIGHT DISTANCE ISSUES. Huibregtse, Lowman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue t•Yakima, WA 98902 (509) 966-7000. FAX (509) 965-3800 JOB NUMBER: 06028 DATE. 7-10-06 FILE NAMES. DRAWING. 06028 tc plans.dwg CITY OF YAKIMA LEVEL 2 - DOMESTIC WATER SYSTEM IMPROVEMENTS REVISION DATE DESIGNED BY: ENTERED BY: TDA TDA TRAFFIC CONTROL PLAN 1 SHEET 21 OF 27 pEcKs ANY G20 -2A (48"x24") END ROAD WORK RD V////J LEGEND TYPICAL WORK AREA 0 CHANNELIZING DEVICES ADVANCE WARNING SIGNS FLAGGER(S) \, `•� --ice N. '•••.. ) ••. 500' MAX. N. " N \, ORK CHANNELIZING DEVICE SPACING (FT) MPH TAPER TANGENT 35/50 30 60 25/30 20 40 W21-1701 (48"x48") W20 -7A (48"x48") \ W20-4 (48"x48") 6' \ 200' MIN 50'-100' W20 - (48"x48' 2 200, 350' 500' MAX. 2 350 W20-4 (48"x48") W20-1 (48"x48") W20 -7A (48"x48") NOTES. 1) ALL PROPOSED MODIFICATIONS BY THE CONTRACTOR TO THIS TRAFFIC CONTROL PLAN SHALL BE DRAWN BY THE CONTRACTOR AND SUBMITTED TO THE CITY OF YAKIMA FOR APPROVAL. THE CONTRACT PRICE FOR "TEMPORARY TRAFFIC CONTROL DEVICES' SHALL INCLUDE ALL NECESSARY LABOR, SIGNS, AND/OR ANY MODIFICATIONS MADE BY THE CONTRACTOR. NO FURTHER COMPENSATION WILL BE MADE. 2) THE BOTTOM OF SIGNS MOUNTED ON BARRICADES OR TEMPORARY SUPPORTS SHALL BE NO LESS THAN 1 FOOT ABOVE THE TRAVELED WAY 3) ANY EXISTING SIGNS THAT ARE CONFLICTING WITH THIS TRAFFIC CONTROL PLAN SHALL BE COVERED BY THE CONTRACTOR DURING THE USE OF THE PLAN. UPON COMPLETION OF THE WORK, ANY COVERED SIGNS SHALL BE UNCOVERED BY THE CONTRACTOR. 4) ALL OPEN TRENCHES AND EXCAVATIONS WITHIN ROAD RIGHT—OF—WAY SHALL 8E BACKFILLED OR STEEL PLATED DURING NON—WORKING HOURS. W21-1701, "MOTORCYCLES USE EXTREME CAUTION", SIGNS SHALL BE PLACED 250 FEET IN ADVANCE OF THE ROADWAY SURFACE CHANGE FOR EACH DIRECTION OF TRAVEL. THESE SIGNS SHALL REMAIN IN PLACE UNTIL THE ROADWAY SURFACE IS PATCHED. DURING NON—WORKING HOURS A W20-1, "ROAD WORK AHEAD", SIGN SHALL BE LOCATED 350 FEET IN ADVANCE OF THE W21-1701 SIGN UNTIL THE ROADWAY SURFACE IS PATCHED. END ROAD WORK G20 -2A (48"x24") 5) THE MINIMUM LANE WIDTH FOR A LANE OF TRAFFIC SHALL 8E 10' 6) THIS TRAFFIC CONTROL PLAN IS NOT VALID FOR WORK DURING NON—DAYLIGHT HOURS, OR IN ADVERSE WEATHER CONDITIONS SUCH AS FOG, SNOW, ICE OR OTHER CONDITIONS THAT ADVERSELY AFFECT THE PAVEMENT SURFACE AND/OR SIGHT DISTANCE. 7) WHILE A FLAGGER IS FLAGGING AT THE SAME LOCATION AS AN EXISTING STOP SIGN, THE STOP SIGN SHALL BE COVERED. WHEN FLAGGING OPERATIONS ARE COMPLETE AT THE LOCATION, THE STOP SIGN SHALL BE UNCOVERED. 8) ALL CHANNELIZATION, FLAGGERS, SIGNS, EQUIPMENT, ETC. SHALL BE ADJUSTED FOR VERTICAL AND HORIZONTAL CURVES, SIGHT DISTANCE ISSUES, AND/OR AS WORK PROGRESSES ALONG THE ROADWAY Huibregtse, Lotman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue •+Yakima, WA 98902 (509) 966-7000. FAX (509) 965-3800 JOB NUMBER: 06028 DATE. 7-10-06 OLE NAMES: DRAWING. 06028 tc plans.dwg CITY OF YAKIMA LEVEL 2 - DOMESTIC WATER SYSTEM IMPROVEMENTS REVISION DATE DESIGNED BY: ENTERED BY: TDA TDA TRAFFIC CONTROL PLAN 2 SHEET 22 OF 27 fV///i1 LEGEND TYPICAL WORK AREA CHANNELIZING DEVICES ADVANCE WARNING SIGNS FLAGGER(S) W21-1701 (48"x48") W20-1 (48"x48") W20- 4 (48"x48") CHANNELIZING DEVICE SPACING (FT) MPH TAPER TANGENT 35/50 30 60 25/30 20 40 G20 -2A (48"x24") END ROAD WORK 500' MAX. W20 -7A (48"x48") W20-4 (48"x48") 350 W20-1 (48"x48") BUFFER SPACE W20 -7A (48"x48") W20-1 (48"x48") W20-4 (48"x48") W20 -7A (48"x48") NOTES. 1) ALL PROPOSED MODIFICATIONS BY THE CONTRACTOR TO THIS TRAFFIC CONTROL PLAN SHALL BE DRAWN BY THE CONTRACTOR AND SUBMITTED TO THE CITY OF YAKIMA FOR APPROVAL. THE CONTRACT PRICE FOR "TEMPORARY TRAFFIC CONTROL DEVICES" SHALL INCLUDE ALL NECESSARY LABOR, SIGNS, AND/OR ANY MODIFICATIONS MADE BY THE CONTRACTOR. NO FURTHER COMPENSATION WILL BE MADE. 2) THE BOTTOM OF SIGNS MOUNTED ON BARRICADES OR TEMPORARY SUPPORTS SHALL BE NO LESS THAN 1 FOOT ABOVE THE TRAVELED WAY 3) ANY EXISTING SIGNS THAT ARE CONFLICTING WITH THIS TRAFFIC CONTROL PLAN SHALL BE COVERED BY THE CONTRACTOR DURING THE USE OF THE PLAN. UPON COMPLETION OF THE WORK, ANY COVERED SIGNS SHALL BE UNCOVERED BY THE CONTRACTOR. 4) ALL OPEN TRENCHES AND EXCAVATIONS WITHIN ROAD RIGHT—OF—WAY SHALL BE BACKFILLED OR STEEL PLATED DURING NON—WORKING HOURS. W21-1701, "MOTORCYCLES USE EXTREME CAUTION", SIGNS SHALL BE PLACED 250 FEET IN ADVANCE OF THE ROADWAY SURFACE CHANGE FOR EACH DIRECTION OF TRAVEL. THESE SIGNS SHALL REMAIN IN PLACE UNTIL THE ROADWAY SURFACE IS PATCHED. DURING NON—WORKING HOURS A W20-1, "ROAD WORK AHEAD", SIGN SHALL BE LOCATED 350 FEET IN ADVANCE OF THE W21-1701 SIGN UNTIL THE ROADWAY SURFACE IS PATCHED. END ROAD WORK G20 -2A (48"x24") 5) THE MINIMUM LANE WIDTH FOR A LANE OF TRAFFIC SHALL 8E 10' 6) THIS TRAFFIC CONTROL PLAN IS NOT VALID FOR WORK DURING NON—DAYLIGHT HOURS, OR IN ADVERSE WEATHER CONDITIONS SUCH AS FOG, SNOW, ICE OR OTHER CONDITIONS THAT ADVERSELY AFFECT THE PAVEMENT SURFACE AND/OR SIGHT DISTANCE. 7) WHILE A FLAGGER IS FLAGGING AT THE SAME LOCATION AS AN EXISTING STOP SIGN, THE STOP SIGN SHALL BE COVERED. WHEN FLAGGING OPERATIONS ARE COMPLETE AT THE LOCATION, THE STOP SIGN SHALL BE UNCOVERED. 8) ALL CHANNELIZATION, FLAGGERS, SIGNS, EQUIPMENT, ETC. SHALL BE ADJUSTED FOR VERTICAL AND HORIZONTAL CURVES, AND/OR SIGHT DISTANCE ISSUES. Hnibregtse, Lonman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue :•Yakima, WA 98902 (509) 966-7000 + FAX (509) 965-3800 JOB NUMBER: 06028 DATE: 7-10-06 FILE NAMES. DRA'MNG. 06028 tc plans.dwg CITY OF YAKIMA LEVEL 2 - DOMESTIC WATER SYSTEM IMPROVEMENTS REVISION DATE DESIGNED BY: ENTERED BY - TDA TDA TRAFFIC CONTROL PLAN 3 SHEET 23 OF 27 W21-1701 (48"x48") N O W20-1 (48"x48") / W20-1 (48"x48") R3-1, NO RIGHT TURN SYMBOL SIGN, 48" z ;Q 1= 0 z ROAD CLOSED R11-2 (48"x30") TYPE III BARRICADE (L)&(R) 8 FT RAIL W/ FLASHER V///i1 LEGEND TYPICAL WORK AREA 0 o 0 CHANNELIZING DEVICES \i ADVANCE WARNING SIGNS TYPE III BARRICADE CHANNELIZING DEVICE SPACING (FT) MPH TAPER TANGENT 35/50 30 60 25/30 20 40 NOTES: 1) ALL PROPOSED MODIFICATIONS BY THE CONTRACTOR TO THIS TRAFFIC CONTROL PLAN SHALL BE DRAWN 8Y THE CONTRACTOR AND SUBMITTED TO THE CITY OF YAKIMA FOR APPROVAL. THE CONTRACT PRICE FOR "PROJECT TEMPORARY TRAFFIC CONTROL" SHALL INCLUDE ALL NECESSARY LABOR, SIGNS, AND/OR ANY MODIFICATIONS MADE BY THE CONTRACTOR. NO FURTHER COMPENSATION WILL BE MADE. 2) THE BOTTOM OF SIGNS MOUNTED ON BARRICADES OR TEMPORARY SUPPORTS SHALL BE NO LESS THAN 1 FOOT ABOVE THE TRAVELED WAY 3) ANY EXISTING SIGNS THAT ARE CONFLICTING WITH THIS TRAFFIC CONTROL PLAN SHALL BE COVERED BY THE CONTRACTOR DURING THE USE OF THE PLAN. UPON COMPLETION OF THE WORK, ANY COVERED SIGNS SHALL BE UNCOVERED BY THE CONTRACTOR. 4) THE DETOUR SIGNING PLAN (SEE SHEET 27) SHALL BE IMPLEMENTED DURING THE USE OF 111I5 TRAFFIC CONTROL PLAN. 5) ALL OPEN TRENCHES AND EXCAVATIONS WITHIN THE ROAD RIGHT—OF—WAY SHALL BE BACKFILLED OR STEEL PLATED DURING NON—WORKING HOURS. W21-1701, "MOTORCYCLES USE EXTREME CAUTION", SIGNS SHALL BE PLACED 250 FEET IN ADVANCE OF THE ROADWAY SURFACE CHANGE FOR EACH DIRECTION OF TRAVEL. THESE SIGNS SHALL REMAIN IN PLACE UNTIL THE ROADWAY SURFACE IS PATCHED. DURING NON—WORKING HOURS A W20-1, "ROAD WORK AHEAD", SIGN SHALL BE LOCATED 350 FEET IN ADVANCE OF THE W21-1701 SIGN UNTIL THE ROADWAY SURFACE IS PATCHED. 6) THE MINIMUM LANE WIDTH FOR A LANE OF TRAFFIC SHALL BE 10' 7) THIS TRAFFIC CONTROL PLAN IS NOT VALID FOR WORK DURING NON—DAYLIGHT HOURS, OR IN ADVERSE WEATHER CONDITIONS SUCH AS FOG, SNOW, ICE OR OTHER CONDITIONS THAT ADVERSELY AFFECT THE PAVEMENT SURFACE AND/OR SIGHT DISTANCE. v \ \ 1 \ 1\ \ \ 1 I I 1 1 ( I\\ \ I 1 I `I\J \ 1 "\ 1 1 1 1 1l= - IS 1/ MCDONALD'S R3 -7R (30"x30") RIGHT LANE MUST TURN RIGHT .—z RIVER ROAD L3-1, NO LEFT TURN SYMBOL SIGN, 48" W +• E s W20-1 (48"x48") 250' FROM LANE CLOSURE Huibregtse, Lowman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue c•Yakima, WA 98902 (509) 966-7000. FAX (509) 965-3800 JOB NUMBER: 06028 DATE: 7-10-06 FILE NAMES: DRAWING. 06028 tc plans.dwg CITY OF YAKIMA LEVEL 2 - DOMESTIC WATER SYSTEM IMPROVEMENTS REVISION DATE DESIGNED BY - ENTERED BY - TDA EPC TRAFFIC CONTROL PLAN 4 SHEET 24 OF 27 V////l LEGEND TYPICAL WORK AREA 0 0 0 CHANNELIZING DEVICES �- ADVANCE WARNING SIGNS W E W20-1 (48"x48") foo CHANNELIZING DEVICE SPACING (FT) MPH TAPER TANGENT 35/50 30 60 25/30 20 40 NOTES: 1) ALL PROPOSED MODIFICATIONS BY THE CONTRACTOR TO THIS TRAFFIC CONTROL PLAN SHALL BE DRAWN BY THE CONTRACTOR AND SUBMITTED TO THE CITY OF YAKIMA FOR APPROVAL. THE CONTRACT PRICE FOR "PROJECT TEMPORARY TRAFFIC CONTROL" SHALL INCLUDE ALL NECESSARY LABOR, SIGNS, AND/OR ANY MODIFICATIONS MADE BY THE CONTRACTOR. NO FURTHER COMPENSATION WILL BE MADE. 2) THE BOTTOM OF SIGNS MOUNTED ON BARRICADES OR TEMPORARY SUPPORTS SHALL BE NO LESS THAN 1 FOOT ABOVE THE TRAVELED WAY 3) ANY EXISTING SIGNS THAT ARE CONFLICTING WITH THIS TRAFFIC CONTROL PLAN SHALL BE COVERED BY THE CONTRACTOR DURING THE USE OF THE PLAN. UPON COMPLETION OF THE WORK, ANY COVERED SIGNS SHALL BE UNCOVERED BY THE CONTRACTOR. S / / +�h W20-1 (48"x48") N. 40TH AVENUE C W21-1701 (48"x48") 4) ALL OPEN TRENCHES AND EXCAVATIONS WITHIN THE ROAD RIGHT—OF—WAY SHALL BE BACKFILLED OR STEEL PLATED DURING NON—WORKING HOURS. W21-1701, "MOTORCYCLES USE EXTREME CAUTION", SIGNS SHALL 8E PLACED 250 FEET IN ADVANCE OF THE ROADWAY SURFACE CHANGE FOR EACH DIRECTION OF TRAVEL. THESE SIGNS SHALL REMAIN IN PLACE UN11L THE ROADWAY SURFACE IS PATCHED. DURING NON—WORKING HOURS A W20-1, "ROAD WORK AHEAD", SIGN SHALL BE LOCATED 350 FEET IN ADVANCE OF THE W21-1701 SIGN UN11L THE ROADWAY SURFACE IS PATCHED. 5) THE MINIMUM LANE WIDTH FOR A LANE OF TRAFFIC SHALL 8E 10'. 6) THIS TRAFFIC CONTROL PLAN IS NOT VAUD FOR WORK DURING NON—DAYLIGHT HOURS, OR IN ADVERSE WEATHER CONDITIONS SUCH AS FOG, SNOW, ICE OR OTHER CONDITIONS THAT ADVERSELY AFFECT THE PAVEMENT SURFACE AND/OR SIGHT DISTANCE. .40 \ \ 1 \-0- I RIVER ROAD Halbregtse, Lotman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue .•Yakima, WA 98902 (509) 966-7000 'FAX (509) 965-3800 JOB NUMBER: 06028 DATE: 7-10-06 FILE NAMES. DRAWING: 06028 tc plans.dwg CITY OF YAKIMA LEVEL 2 - DOMESTIC WATER SYSTEM IMPROVEMENTS REVISION DATE DESIGNED BY - ENTERED BY: TDA EPC TRAFFIC CONTROL PLAN 5 SHEET 25 OF 27 0 LEGEND TYPICAL WORK AREA CHANNELIZING DEVICES ADVANCE WARNING SIGNS TYPE III BARRICADE ( \. AO VV E W20-1 (48"x48") NOTES. 1) ALL WORK TO BE PERFORMED IN THE DEFINED "WORK AREA" SHOWN HEREON SHALL BE COMPLETED BETWEEN THE HOURS OF 9:00 PM AND 5:00 AM. 2) ALL PROPOSED MODIFICATIONS BY THE CONTRACTOR TO THIS TRAFFIC CONTROL PLAN SHALL BE DRAWN BY THE CONTRACTOR AND SUBMITTED TO THE CITY OF YAKIMA FOR APPROVAL. THE CONTRACT PRICE FOR "PROJECT TEMPORARY TRAFFIC CONTROL" SHALL INCLUDE ALL NECESSARY LABOR, SIGNS, AND/OR ANY MODIFICATIONS MADE BY THE CONTRACTOR. NO FURTHER COMPENSATION WILL BE MADE. 3) THE BOTTOM OF SIGNS MOUNTED ON BARRICADES OR TEMPORARY SUPPORTS SHALL BE NO LESS THAN 1 FOOT ABOVE THE TRAVELED WAY 4) ANY EXISTING SIGNS THAT ARE CONFLICTING WITH THIS TRAFFIC CONTROL PLAN SHALL BE COVERED BY THE CONTRACTOR DURING THE USE OF THE PLAN. UPON COMPLETION OF THE WORK, ANY COVERED SIGNS SHALL BE UNCOVERED BY THE CONTRACTOR. 5) THE DETOUR SIGNING PLAN (SEE SHEET 27) SHALL 8E IMPLEMENTED DURING THE USE OF THIS TRAFFIC CONTROL PLAN. oO / W21-1701 (48"x48") ROAD CLOSED R11-2 (48"x30") TYPE 111 BARRICADE (L)&(R) 8 FT RAIL W/ FLASHER 6) ALL OPEN TRENCHES AND EXCAVATIONS WITHIN THE ROAD RIGHT—OF—WAY SHALL BE BACKFILLED OR STEEL PLATED DURING NON—WORKING HOURS. W21-1701, "MOTORCYCLES USE EXTREME CAUTION", SIGNS SHALL 8E PLACED 250 FEET IN ADVANCE OF THE ROADWAY SURFACE CHANGE FOR EACH DIRECTION OF TRAVEL. THESE SIGNS SHALL REMAIN IN PLACE UNTIL THE ROADWAY SURFACE IS PATCHED. DURING NON—WORKING HOURS A W20-1, "ROAD WORK AHEAD", SIGN SHALL BE LOCATED 350 FEET IN ADVANCE OF THE W21-1701 SIGN UNTIL THE ROADWAY SURFACE IS PATCHED. 7) THE MINIMUM LANE WIDTH FOR A LANE OF TRAFFIC SHALL BE 10' 8) THIS TRAFFIC CONTROL PLAN I5 NOT VALID IN ADVERSE WEATHER CONDITIONS SUCH AS FOG, SNOW, ICE OR OTHER CONDITIONS THAT ADVERSELY AFFECT THE PAVEMENT SURFACE AND/OR SIGHT DISTANCE. \ \ \ "A4412Z-1"---.40-A RIVER ROAD Lvi Huibregtse, Lowman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue ''Yakima, WA 98902 (509) 966 -70004 -FAX (509) 965-3800 JOB NUMBER: 06028 DATE. 7-10-06 OLE NAMES. DRAWING. 06028 tc plans.dwg CITY OF YAKIMA LEVEL 2 - DOMESTIC WATER SYSTEM IMPROVEMENTS REVISION DATE DESIGNED BY: ENTERED BY TDA EPC TRAFFIC CONTROL PLAN 6 SHEET 26 OF 27 CHANNELIZING DEVICE SPACING (FT) MPH TAPER TANGENT 35/50 30 60 25/30 20 40 NOTES. 1) ALL WORK TO BE PERFORMED IN THE DEFINED "WORK AREA" SHOWN HEREON SHALL BE COMPLETED BETWEEN THE HOURS OF 9:00 PM AND 5:00 AM. 2) ALL PROPOSED MODIFICATIONS BY THE CONTRACTOR TO THIS TRAFFIC CONTROL PLAN SHALL BE DRAWN BY THE CONTRACTOR AND SUBMITTED TO THE CITY OF YAKIMA FOR APPROVAL. THE CONTRACT PRICE FOR "PROJECT TEMPORARY TRAFFIC CONTROL" SHALL INCLUDE ALL NECESSARY LABOR, SIGNS, AND/OR ANY MODIFICATIONS MADE BY THE CONTRACTOR. NO FURTHER COMPENSATION WILL BE MADE. 3) THE BOTTOM OF SIGNS MOUNTED ON BARRICADES OR TEMPORARY SUPPORTS SHALL BE NO LESS THAN 1 FOOT ABOVE THE TRAVELED WAY 4) ANY EXISTING SIGNS THAT ARE CONFLICTING WITH THIS TRAFFIC CONTROL PLAN SHALL BE COVERED BY THE CONTRACTOR DURING THE USE OF THE PLAN. UPON COMPLETION OF THE WORK, ANY COVERED SIGNS SHALL BE UNCOVERED BY THE CONTRACTOR. 5) THE DETOUR SIGNING PLAN (SEE SHEET 27) SHALL 8E IMPLEMENTED DURING THE USE OF THIS TRAFFIC CONTROL PLAN. oO / W21-1701 (48"x48") ROAD CLOSED R11-2 (48"x30") TYPE 111 BARRICADE (L)&(R) 8 FT RAIL W/ FLASHER 6) ALL OPEN TRENCHES AND EXCAVATIONS WITHIN THE ROAD RIGHT—OF—WAY SHALL BE BACKFILLED OR STEEL PLATED DURING NON—WORKING HOURS. W21-1701, "MOTORCYCLES USE EXTREME CAUTION", SIGNS SHALL 8E PLACED 250 FEET IN ADVANCE OF THE ROADWAY SURFACE CHANGE FOR EACH DIRECTION OF TRAVEL. THESE SIGNS SHALL REMAIN IN PLACE UNTIL THE ROADWAY SURFACE IS PATCHED. DURING NON—WORKING HOURS A W20-1, "ROAD WORK AHEAD", SIGN SHALL BE LOCATED 350 FEET IN ADVANCE OF THE W21-1701 SIGN UNTIL THE ROADWAY SURFACE IS PATCHED. 7) THE MINIMUM LANE WIDTH FOR A LANE OF TRAFFIC SHALL BE 10' 8) THIS TRAFFIC CONTROL PLAN I5 NOT VALID IN ADVERSE WEATHER CONDITIONS SUCH AS FOG, SNOW, ICE OR OTHER CONDITIONS THAT ADVERSELY AFFECT THE PAVEMENT SURFACE AND/OR SIGHT DISTANCE. \ \ \ "A4412Z-1"---.40-A RIVER ROAD Lvi Huibregtse, Lowman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue ''Yakima, WA 98902 (509) 966 -70004 -FAX (509) 965-3800 JOB NUMBER: 06028 DATE. 7-10-06 OLE NAMES. DRAWING. 06028 tc plans.dwg CITY OF YAKIMA LEVEL 2 - DOMESTIC WATER SYSTEM IMPROVEMENTS REVISION DATE DESIGNED BY: ENTERED BY TDA EPC TRAFFIC CONTROL PLAN 6 SHEET 26 OF 27 ACKLEY RD 0 Q -- W S, E Z 'f? RIVER RD CASTLEVALE RD ENS 0 UGLAS — GLACIER WAY JJ LJJ z ENGLEWOOD AVE N Ln z DOUGLAS DR GLACIER WAY w tn z UPLAND DR DOUGLAS DR ROO.EVELT AVE ROAD CLOSED S 1 \\\�//% S 2 R11-2 (4-8"x30") TYPE 111 BARRICADE (L)&(R) 8 FT RAIL W/ FLASHER DETOUR M4 -9U (30"x24") BLACK/ORANGE S3 DETOUR M4 -9L (30"x24") BLACK/ORANGE S41.4 S5 S6 DETOUR M4 -9R (30"x24") BLACK/ORANGE 1 FRED MEYER TO 40TH AVENUE SPECIAL (48"X36") BLACK/ORANGE (250' FROM INTERSECTION) tSTATE 1 ROUTE 12 TO 40TH AVENUE SPECIAL (48"X36") BLACK/ORANGE (250' FROM INTERSECTION) NOTES. 1) ALL PROPOSED MODIFICATIONS BY THE CONTRACTOR TO THE DETOUR PLAN SHALL BE DRAWN BY THE CONTRACTOR AND SUBMITTED TO THE CITY OF YAKIMA FOR APPROVAL. THE CONTRACT PRICE FOR "PROJECT TEMPORARY TRAFFIC CONTROL" SHALL INCLUDE ALL NECESSARY LABOR, SIGNS, AND/OR ANY MODIFICATIONS MADE BY THE CONTRACTOR. NO FURTHER COMPENSATION WILL BE MADE. 2) THE BOTTOM OF SIGNS MOUNTED ON BARRICADES OR TEMPORARY SUPPORTS SHALL BE NO LESS THAN 1 FOOT ABOVE THE TRAVELED WAY 3) ANY EXISTING SIGNS THAT ARE CONFLICTING WITH THIS TRAFFIC CONTROL PLAN SHALL BE COVERED BY THE CONTRACTOR DURING THE USE OF THE PLAN. UPON COMPLETION OF THE WORK, ANY COVERED SIGNS SHALL BE UNCOVERED BY THE CONTRACTOR. 4) ANY DETOUR SIGNS THAT ARE NOT NECESSARY FOR A PARTICULAR TRAFFIC CONTROL SET—UP SHALL BE COVERED OR REMOVED. Huibregtse, Louman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue :Yakima, WA 98902 (509) 966-7000 .FAX (509) 965-3800 JOB NUMBER: 06028 DATE 7-10-06 FILE NAMES. DRAWING. 06028 tc plans.dwg CITY OF YAKIMA LEVEL 2 - DOMESTIC WATER SYSTEM IMPROVEMENTS REVISION DATE DESIGNED BY' TDA ENTERED BY' EPC DETOUR PLAN SHEET 27 OF 27 CITY OF YAKIMA LEVEL 2 DOMESTIC WATER SYSTEM IMPROVEMENTS PHASE 2 CITY OF YAKIMA PROJECT NO. WA2096 - PHASE 2 HLA PROJECT NO. 06028B CITY OF YAKIMA ORIGINAL Construction Contract Specifications & Bid Documents November 2007 2301 Fruitvale Blvd. Phone (509) 575-6020 Yakima, WA 98902 Fax (509) 575-6238 CITY OF YAKIMA, WASHINGTON CONTRACT DOCUMENTS FOR LEVEL 2 DOMESTIC WATER SYSTEM IMPROVEMENTS PHASE 2 EXPIRES m7.Ack 17, 2008 CITY OF YAKIMA PROJECT NO. WA2096 - PHASE 2 HLA PROJECT NO. 06028B OWNER: City of Yakima 2301 Fruitvale Blvd. Yakima, WA 98902 ENGINEER: Huibregtse, Louman Associates, Inc. 801 North 39th Avenue Yakima, WA 98902 NOVEMBER 2007 CITY OF YAKIMA YAKIMA COUNTY, WASHINGTON CONTRACT DOCUMENTS FOR LEVEL 2 DOMESTIC WATER SYSTEM IMPROVEMENTS - PHASE 2 City of Yakima Project No. WA2096 - PHASE 2 HLA Project No. 06028B TABLE OF CONTENTS PAGE NO. SECTION 1 - ADVERTISEMENT FOR BIDS.... .. ...... ... ........... 1-1 ADVERTISEMENT FOR BIDS 1-2 SECTION 2 - INFORMATION FOR BIDDERS 2-1 INFORMATION FOR BIDDERS 2-2 SECTION 3 - BID PACKAGE 3-1 BIDDER'S CHECKLIST 3-2 BID PROPOSAL 3-3 UNIT PRICE BID PROPOSAL 3-4 BID PROPOSAL SIGNATURE PAGE 3-5 BID DEPOSIT. 3-6 BID BOND 3-6 NON -COLLUSION AFFIDAVIT 3-7 NONDISCRIMINATION PROVISION 3-8 SUBCONTRACTOR LIST 3-9 BIDDER'S DATA FORM 3-12 CITY OF YAKIMA WMBE POLICY 3-13 RESOLUTION NO. D-4816 3-14 CITY OF YAKIMA AFFIRMATIVE ACTION PLAN 3-15 BIDDER'S CERTIFICATION 3-17 SUBCONTRACTOR'S CERTIFICATION 3-18 PROPOSAL 3-21 SECTION 4 - CONTRACT AND RELATED MATERIALS 4-1 CONTRACT 4-2 CONTRACT BOND 4-4 SCHEDULE OF WORKING HOURS 4-6 SECTION 5 - LABOR STANDARDS AND WAGE RATE CONDITIONS. 5-1 PREVAILING WAGE RATES 5-2 DLI (YAKIMA COUNTY) EFFECTIVE 8-31-07 BENEFIT KEY CODE EFFECTIVE 8-31-07 - SECTION 6 - TECHNICAL SPECIFICATIONS 6-1 TABLE OF CONTENTS 6-2 SPECIAL PROVISIONS 6-3 CONSTRUCTION SEQUENCE AMENDMENTS SECTION 1 - ADVERTISEMENT FOR BIDS G:\PROJECTS12006\060288\060288 SPECS.doc 1-1 ADVERTISEMENT FOR BIDS City of Yakima 129 North Second Street Yakima, Washington 98901 The City of Yakima invites separate sealed BIDS for the construction of the LEVEL 2 DOMESTIC WATER SYSTEM IMPROVEMENTS - PHASE 2, City of Yakima Project No. WA2096 - PHASE 2, HLA Project No. 06028B, including the following approximate major quantities: Construction of approximately 320 linear feet of new 16 -inch D I. water main, rehabilitation of reservoir overflow standpipes and access ladders; removal of existing surge tower structure, manholes, pipe, valve, and fittings; abandonment of existing piping; and repair of existing gravel surfacing; and other associated work. This contract has thirty-five (35) working days to complete the work. Bids will be received by the City Clerk at Yakima City Hall, 129 North Second Street, Yakima, Washington, 98901, until 2:00 p.m., December 5, 2007, and then shortly thereafter will be publicly opened and read aloud at the Yakima City Council Chambers located at 129 North Second Street. The CONTRACT DOCUMENTS may be examined at the following locations: Yakima City Hall, Engineering Department, Yakima, Washington Huibregtse, Louman Associates, Inc., Yakima, Washington Tri -City Construction Council Yakima Plan Center Copies of the CONTRACT DOCUMENTS may be obtained at the office of HUIBREGTSE, LOUMAN ASSOCIATES, INC., 801 North 39th Avenue, Yakima, Washington 98902, (509-966-7000) upon payment of $50.00 for each set, non-refundable. Each bid or proposal must be accompanied by cash, bond, or a certified check, payable to the order of the Treasurer of the City of Yakima for the sum of not less than 5% of said bid or proposal and none will be considered unless accompanied by such deposit, to be forfeited to the City of Yakima in the event the successful bidder shall fail or refuse to enter into a Contract with the City for the making and construction of the aforesaid improvement. All bids or proposals must be in writing on the form bound in the Specifications, sealed and filed with the Clerk on or before the day and hour above mentioned. Attention is called to the fact that not less than the minimum salaries and wages as set forth in the Contract Documents must be paid on this project, and that the Contractor must ensure that employees and applicants for employment are not discriminated against because of their race, color, religion, sex, or national origin. The City of Yakima reserves the right to reject any and all bids and to waive technicalities or irregularities, and after careful consideration of all bids and factors involved, make the award to best serve the interests of the City of Yakima. Publish: November 14, 2007 November 21, 2007 G:\PROJECTS\2006\060286\060288 SPECS.doc 1-2 Deborah J. Moore City Clerk SECTION 2 - INFORMATION FOR BIDDERS G:\PROJECTS\2006\060288\060286 SPECS.doc 2-1 INFORMATION FOR BIDDERS BIDS will be received by the City of Yakima, Washington (herein called the "OWNER"), at City Hall, 129 North Second Street, Yakima, Washington 98901, until 2:00 p.m., December 5, 2007, and then at the Yakima City Council Chambers publicly opened and read aloud. Each BID must be submitted in a sealed envelope, addressed to Yakima City Clerk at 129 North Second Street, Yakima, Washington 98901. Each sealed envelope containing a BID must be plainly marked on the outside as BID for LEVEL 2 DOMESTIC WATER SYSTEM IMPROVEMENTS - PHASE 2, and the envelope should bear on the outside the BIDDER'S name, address, and license number if applicable, and the name of the project for which the BID is submitted. If forwarded by mail, the sealed envelope containing the BID must be enclosed in another envelope addressed to the OWNER at City Clerk's Office, Yakima City Hall, 129 North Second Street, Yakima, Washington 98901. All BIDS must be made on the required BID form. All blank spaces for BID prices must be filled in, in ink or typewritten, and the BID form must be fully completed and executed when submitted. Only one copy of the BID form is required. The OWNER may waive any informalities or minor defects or reject any and all BIDS. Any BID may be withdrawn prior to the above scheduled time for the opening of BIDS or authorized postponement thereof. Any BID received after the time and date specified shall not be considered. No BIDDER may withdraw a BID within 60 days after the actual date of the opening thereof. Should there be reasons why the Contract cannot be awarded within the specified period, the time may be extended by mutual agreement between the OWNER and the BIDDER. BIDDERS must satisfy themselves of the accuracy of the estimated quantities in the BID SCHEDULE by examination of the site and a review of the Drawings and Specifications including ADDENDA. After BIDS have been submitted, the BIDDER shall not assert that there was a misunderstanding concerning the quantities of WORK or of the nature of the WORK to be done. The CONTRACT DOCUMENTS contain the provisions required for the construction of the PROJECT. Information obtained from an officer, agent, or employee of the OWNER or any other person shall not affect the risks or obligations assumed by the CONTRACTOR nor relieve the CONTRACTOR from fulfilling any of the conditions of the Contract. Each BID must be accompanied by a BID BOND payable to the OWNER for five percent of the total amount of the BID. When the Agreement is executed, the bonds of the unsuccessful BIDDERS will be returned The BID BOND of the successful BIDDER will be retained until the CONTRACT BOND has been executed and approved, after which it will be returned. A certified check may be used in lieu of a BID BOND. A CONTRACT BOND in the amount of 100 percent of the CONTRACT PRICE, with a corporate surety approved by the OWNER, will be required for the faithful performance of the Contract. Attorneys -in -fact who sign BID BONDS or CONTRACT BONDS must file with each BOND a certified and effective dated copy of their Power of Attorney. The party to whom the Contract is awarded will be required to execute the Agreement and obtain the CONTRACT BOND within ten (10) working days from the date when NOTICE OF AWARD is delivered to the BIDDER. The NOTICE OF AWARD shall be accompanied by the necessary Agreement and BOND forms. In case of failure of the BIDDER to execute the Agreement, the OWNER may consider the BIDDER in default, in which case the BID BOND accompanying the proposal shall become the property of the OWNER. The OWNER may make such investigations as deemed necessary to determine the ability of the BIDDER to perform the WORK, and the BIDDER shall furnish to the OWNER all such information and data for this purpose as the OWNER may request. The OWNER reserves the right to reject any BID if the evidence G:\PROJECTS\2006\06028B\06028B SPECS.doc 2-2 submitted by, or investigation of, such BIDDER fails to satisfy the OWNER that such BIDDER is properly qualified to carry out the obligations of the Agreement and to complete the WORK contemplated therein. A conditional or qualified BID will not be accepted. Award will be made to the lowest responsive, responsible BIDDER or all bids will be rejected. All applicable laws, ordinances, and the rules and regulations of all authorities having jurisdiction over construction of the PROJECT shall apply to the Contract throughout. Each BIDDER is responsible for inspecting the site and for reading and being thoroughly familiar with the CONTRACT DOCUMENTS. The failure or omission of any BIDDER to do any of the foregoing shall in no way relieve any BIDDER from any obligation in respect to its BID. Further, the BIDDER agrees to abide by the requirement under Executive Order No. 11246, as amended, including specifically the provisions of the equal opportunity clause set forth in these Contract Documents. The low BIDDER shall supply the names and addresses of major material SUPPLIERS and SUBCONTRACTORS when required to do so by the OWNER. The ENGINEER is Huibregtse, Louman Associates, Inc., represented by Gene Soules, PE. The ENGINEER'S address is 801 North 39th Avenue, Yakima, Washington 98902, phone (509) 966-7000, FAX: (509) 965-3800. G:\PROJECTS\2006\060286\060286 SPECS.doc 2-3 SECTION 3 - BID PACKAGE G:\PROJECTS\2006\06028B\06028B SPECS.doc 3-1 BIDDER'S CHECKLIST The bidder's attention is especially called to the following forms which must be executed in full and submitted with the bid. (a) Bid Proposal The unit prices bid must be shown in the space provided. Acknowledge all addenda in the space provided. (b) Bid Signature Page To be filled in and signed by the bidder. (c) Bid Bond Deposit or Bid Bond Bid Bond Deposit Sign the Bid Bond Deposit in the space provided if the bid is accompanied by a certified check or cashier's check in the amount of not less than 5% of the total amount bid. OR Bid Bond This form is to be executed by the bidder and surety company. The amount of this bond shall be not less than 5% of the total amount bid and may be shown in dollars or on a percentage basis. Provide Power of Attorney for Surety's agent. (d) Non -Collusion Affidavit and Debarment Certification Must be subscribed and sworn to before a Notary Public and included with the Bid Proposal. (e) List of Subcontractors, Surety, and Bidder List all required subcontractors proposed for the project and fill in the Surety and Bidder infor- mation. (f) Bidder's Data Form This form to be completed by the bidder. (g) MBE/WBE Form It is requested that the Bidder's Certification of the "Affirmative Action Profile" in the MBE/WBE Form be filled in and signed by the bidder. Failure to provide this information WILL NOT render the bid non-responsive. The following forms are to be executed and/or submitted for approval after the Contract is awarded: (1) Contract. This Contract to be executed by the successful bidder and the City of Yakima. (2) Contract Bond to be executed by the successful bidder and his surety company. Provide Power of Attorney. Certificate of Public Liability and Property Damage Insurance must be provided by the successful bidder in accordance with the provisions of the Standard Specifications and Special Provisions. (4) Statement of Intent to Pay Prevailing Wages to be completed by successful bidder and by any and all subcontractors. Schedule of Working Hours to be executed by the successful bidder. (3) (5) G:\PROJECTS\2006\06028B\060288 SPECS.doc 3-2 City of Yakima 129 North 2"d Street Yakima, Washington 98901 BID PROPOSAL LEVEL 2 DOMESTIC WATER SYSTEM IMPROVEMENTS - PHASE 2 CITY OF YAKIMA PROJECT NO. WA2096 - PHASE 2 A Proposal of 77C"zeiteld7 -( hereinafter called "BIDDER"), organized anSi extiing under the laws of the State of el/A56..:4,- doing business as ,,egg ((��.. '. To the CITY OF YAKIMA, Washington, (hereinafter called "OWNER"). In compliance with your Advertisement for Bids, BIDDER hereby proposes to perform all work for the construction of the LEVEL 2 DOMESTIC WATER SYSTEM IMPROVEMENTS - PHASE 2 - City Project No. WA2096 - PHASE 2, in strict accordance with the CONTRACT DOCUMENTS, within the time set forth therein, and at the prices stated below. By submission of this BID, each BIDDER certifies, in the case of a joint BID each party thereto certifies as to its own organization, that this BID has been arrived at independently, without consultation, communication, or agreement as to any matter relating to this BID with any other BIDDER or with any competitor. BIDDER hereby agrees to commence work under this Contract within ten (10) calendar days after NOTICE TO PROCEED and to fully complete the PROJECT within thirty-five (35) working days of such NOTICE TO PROCEED: BIDDER further agrees to pay as liquidated damages the sum specified for each working day thereafter as provided in SECTION 1-08.9 of the Standard Specifications. BIDDER acknowledges receipt of the following ADDENDA: Addenda will be posted on the Internet at the Engineer's website, www.hlacivil.com. BIDDER agrees to perform all the work described in the CONTRACT DOCUMENTS for the following unit prices or lump sum amounts: f Insert "a corporation," "a partnership," or "an individual" as applicable. G:\PROJECTS12006\o6028B\06028B SPECS.doc 3-3 UNIT PRICE BID PROPOSAL (NOTE: Unit prices for all items, all extensions, and total amount of bid must be shown. Any changes/corrections to the bid must be initialed by the signer or the bid, in accordance with, Section 1-02.5.) CITY OF YAKIMA LEVEL 2 DOMESTIC WATER SYSTEM IMPROVEMENTS - PHASE 2 CITY PROJECT NO. WA2096 - PHASE 2 HLA PROJECT NO. 06028B Item INO. ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE AMOUNT DOLLARS -CTS DOLLARS -CTS 1 Mobilization LUMP SUM X $ 12,689.43 $ 12,689.43 2 Clearing and Grubbing LUMP SUM X $ 4,265.66 $ 4,265.66 3 Removal of Structures and Obstructions LUMP SUM X $ 13,684.24 $ 13,684.24 4 16 -Inch D.I. Water Main and Fittings, in Place LF 320 X $ 114.55 $ 36,656.00 5 16 -Inch Butterfly Valve and Valve Box EA 1 X $ 3,231.28 $ 3,231.28 6 Reservoir Penetration For Pipe LS X $ 4,484 05 $ 4,484.05 7 Combination Air Valve Assembly EA 1 X $ 3,820.54 $ 3,820.54 8 Replace Overflow Standpipe EA 2 X $ 1,283.97 $ 2,567 94 Replace Access Ladders EA 4 X $ 3,222.00 $ 12,888.00 10 Abandon North Penetration -Reservoir No. 2 LUMP SUM X $ 4,765.00 $ 4,765.00 11 Abandon Existing Irrigation Box LUMP SUM X $ 3,429 40 $ 3,429 40 12 Select Backfill, As Directed TON 500 X $ 18.73 $ 9,365.00 13 Shoring or Extra Excavation LF 380 X $ 2.63 $ 999.40 14 Concrete Pipe Plug EA 9 X $ 972.71 $ 8,754.39 15 Future Security Provisions LUMP SUM X $ 5,930.21 $ 5,930.21 16 Asphalt Roadway Repair SY 25 X $ 77.64 $ 1,941 00 17 Gravel Surface Repair SY 875 X $ 4.83 $ 4,226.25 18 Project Temporary Traffic Control LUMP SUM X $ 2,922.36 $ 2,922.36 19 Minor Changes FA EST. X $ 5,000.00 $ 5,000 00 SUBTOTAL $ 141,620.15 I STATE SALES TAX 8.2% 11612.85 TOTAL $ 153,233.00 3-4 G:\PROJECTS\2006\06028B\06028B SPEC.doc BID PROPOSAL SIGNATURE PAGE CITY OF YAKIMA, WASHINGTON LEVEL 2 DOMESTIC WATER SYSTEM IMPROVEMENTS - PHASE 2 CITY PROJECT NO. WA2096 - PHASE 2 Project No. 06028B .7-7Z 414.57‘16a -6-740.2-‘4e,, BIDDER BY (CONTRACTOR) ADDRESS: (Please print or type name) ?'a /5ex T .tic -fid Phone: ci) '`6 7-.3qZ !� FAX: ( ' r) E-mail address: ,4. "tfee-iiM 7. rrC trrr;% t �• CONTRACTOR LICENSE NUMBER Tr'" L ' 003j /-4 NOTE. (1) If the bidder is a co -partnership, so state, giving firm name under which business transacted. If the bidder is a corporation, this proposal must be executed by its duly authorized officials. (2) Bidders shall acknowledge receipt of all addenda, if any, in the space provided on the first page of this proposal. (3) If no bid is submitted, kindly mark "NO BID" on the cover and return to: Huibregtse, Louman Associates, Inc. 801 N. 39th Avenue Yakima, WA 98902 (4) Bidder shall include Bid Bond/Bid Deposit and notarized Non -Collusion Affidavit and Debarment Certification with Bid Proposal. G:\PROJECTS\2006\060288\060288 SPECS.doc 3-5 BID DEPOSIT Herewith find deposit in the form of a certified check or cashier's check in the amount of , which amount is not less than five percent (5%) of our total bid for this project. Sign Here OR BID BOND KNOW ALL PERSONS BY THESE PRESENTS That we TTC Construction, LLC Contractors Bonding and Insurance Company , as Principal, and as Surety, are held and firmly bound unto the CITY OF YAKIMA, as Obligee, in the penal sum of Five Percent of Amount Bid 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 LEVEL 2 DOMESTIC WATER SYSTEM IMPROVEMENTS - PHASE 2 — City Project No. WA2095 - PHASE 2, 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 5th DAY OF , 2007. G:\ PROJECTS12C061000286\060283 SPECS.tloc December TTC onstruction, LLC Principal Co -ract. s Bron and Insurance Company Surety Jenn er L Mye 'R Attorney-in-fact December 5th, 1 3-6 , 2007 /I e Not Valid for Bonds. ExecutedOn or After: MAY 31ST; Zoos Only an unaltered originatof this Power of Attorney document is: valid. A valid original of this docurant is printed on gray security paper with black and red ink:and bearsthe seal -of Contractors Bonding and Insurance Company(the "Coinpany" ). The original". document"contains a watermark with the letters "chic" embedded in the paper rather than printed upon it. The watermark appears in theblank space beneath the words "Limited Power of Attorney" at the top of the document and is visible when the document is held to the light. This document is valid solely"in connection with the execution "and delivery of the bond bearing the number indicated below, and provided also that the bond isof the type indicated bbelow This document is valid only if the bond is executed on or before the date indicated. above. KNOW ALL MEN BY THESE PRESENTS, that the Company .does .hereby make, constitute and appoint the following: DONNA S. MARTINEZ, NARK E. MALLAND, KELLY A. MARBLE and JENNIFER L. MYERS its true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred in its naive, place and stead, to execute, acknowledge and deliver on behalf: of the Company: (1). any and all bonds and undertakings of suretyship given for any purpose, provided, however,that no such person shall be authorized to execute and deliver any bond or undertaking that shall obligate the. Company for any portion > of the penal sum thereof in excess of $10,000,000,. and provided, further, that no Attorney -in -Fact shall have the authority to issue a bid or proposal bond for any project where, if a contract is awarded, any bond or undertaking would be required with penal suin in excess of $10,000,000; and (2) consents, releasesand other similar documents required by an obligee under a contract bondedby the Company. This appointment is made under the authority of the Board of Directors of the: Company. I, the undersigned secretary of Contractors. Bonding and Insurance Company, a Washington corporation, DO HEREBY CERTIFY that this. Power of Attorney remains in full force and effect and has not been revoked, and, futhermore", that the resolutions" of the Board of Directors set forth on the reverseare now in full force and effect. 'OW- c 1213 Valley Street • I3ox::9231 If Seattle, WA 98109-0271 (206) 622-7053 i (800) 765-CBIC (Toll Free) s (800)9504558 (FAX) POaLP0A.07-USOS t 1(14 ;;, t; ;; 3, 113 STATE OF WASHINGTON COUNTY OF VAX/ /4r ) ss. NON -COLLUSION AFFIDAVIT NON -COLLUSION AFFIDAVIT kr\bn J e fro , being first duly sworn, on oath says that the I id above submitted is a genuine and not a sham or collusive bid, or made in the interest or on behalf of any person not therein named; and the said bidder further says that the said bidder has not directly or indirectly induced or solicited any bidder on the above work or supplies to put in a sham bid, or any other person or corporation to refrain from bidding; and that said bidder has not in any manner sought by collusion to secure to themselves an advantage over any other bidder or bi•'er /jr (Contractor's Signed and sworn to (or affirmed) before me on zJeG�\,he,,(- G:\PROJECTS \2006\060286\060286 SPECS.doc 3-7 , 2007, by ANN Notary Public My Appointment Expires 2 '—' t — ZoC)ci NONDISCRIMINATION PROVISION During the performance of this Contract, the contractor agrees as follow: 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. The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, or national origin. The Contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the agency contracting officer, advising the labor union or workers' representative of the Contractor's commitments under Section 202 of Executive Order No. 11246 of September 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. The Contractor will comply with all provisions of Executive Order No 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. The Contractor will furnish all information and reports required by Executive Order No. 11246 of 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. In the event of the Contractor's noncompliance with the nondiscrimination clauses of this Contract or with any such rules, regulation, or orders, this Contract may be canceled, terminated, or suspended in whole or in part and the Contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order No. 11246 of 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. The Contractor will include the provisions of Paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to Section 204 of Executive Order No. 11246 of 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. G:\PROJECTS\2006\06028B\060288 SPECS.doc 3-8 SUBCONTRACTOR LIST To be Submitted with the Bid Proposal Project Name: CITY OF YAKIMA Project No. 06028B LEVEL 2 DOMESTIC WATER SYSTEM IMPROVEMENTS - PHASE 2 Failure to list subcontractors who are proposed to perform the work of heating, ventilation and air conditioning, plumbing, as described in Chapter 18.106 RCW, and electrical as described in Chapter 19.28 RCW will result in your bid being non-responsive and therefore void. Subcontractor(s) who are proposed to perform the work of heating, ventilation and air conditioning, plumbing, as described in Chapter 18.106 RCW, and electrical as described in Chapter 19.28 RCW must be listed below. The work to be performed is to be listed below the subcontractor(s) name. If no subcontractor is listed below, the bidder acknowledges that it does not intend to use any subcontractor to perform those items of work. Subcontractor Name L 0%cn41;i- XS/La/ Categories of Work Subcontractor Name , E5i 4' J 5 r4, C, ��'•'' Categories of Wo k Subcontractor Name,��/C,�i� 6-L'e. /c__ Categories of WNprk Subcontractor Name Categories of Work Subcontractor Name Categories of Work Subcontractor Name Categories of Work G:\PROJECTS\2006\060286\060286 SPECS.doc 3-9 Subcontractor List To be Submitted with the Bid Proposal Categories of work exceeding ten percent (10%) of the contract price to be performed by the prime contractor must be listed below. /� Prime Contractor Name L r �G� .� 44e1:67-11---; Z4 c_ Categories of Work,\. i � 2"� �— G:\PROJECTS\2006\060288\060288 SPECS.doc 3-10 SURETY If the Bidder is awarded a construction Contract on this bid, the Surety who provides the Contract Bond will be ei/e, c-- whose address is: VAze&-v Tee.= G4/4 /199-9-/ Street City State Zip BIDDER The name of the Bidder submitting this Bid is re, 5- 4 le 47, Street City/ whose address is: State Zip which is the address to which all communications concerned with this Bid and with the Contract shall be sent. The names of the principal officers of the corporation submitting this Proposal, or of the partnership, or of all persons interested in this Proposal as principals are as folllws: G:\PROJECTS\2006\060286\060286 SPECS.doc 1;4-, 3-11 BIDDER'S DATA FORM The following information will be verified by the City of Yakima. 1. Past experience with similar type work; include names, addresses, and telephone numbers of clients, locations of joys performed, project descriptions, and contract amounts. G- � _ .9>e'arr�sl - S"C��i�- � - > � G'airhm�r.�l �C�rs�-,'�r � , 'eec'` 1 rs-r •5reh✓de-- l i q? 7-3a'' --- sclera! /,e��e,�tewe �_ e,Vreee", 9t/ — r ,74,/ Cts* X75"3 -5 - ./ 5,e.. Jr/ - 2. Past maintenance services performed on similar systems, include names, addresses, and telephone numbers of clients, locations where service performed, and service descriptions. se .57— �� ,�. �---- e,, c Ave_ S 27,k'J(,-r-L L64f`'' 3. Are you currently a named party in any pending litigation? If so, please identify the civil action number and jurisdiction. 4. List key personnel, including supervisory personnel, to be used on this project and their individual experience and certifications. /1°-7- , e-169/er K i' O/I iK'e 4- C-,/ 1:3"ej e c, ? t9,4 77 Am- h"e-/e h Affe- .`14, ---.e, r *,' 5. Provide Washington state Contractor's registration (license) number. 7" --re f ,0L AL 06 3 i /1 -T v. 9/"01-4-g*. NOTE: Complete this Bidder's Data Form and submit with Bid. Failure to submit any or all of the foregoing information will be cause for rejection of the bid affected. G:\PROJECTS\2006\060286\060288 SPECS.doc 3-12 dam, CITY OF YAKIMA WOMEN AND MINORITY BUSINESS ENTERPRISE POLICY It is the policy of the City of Yakima that women and minority business enterprises shall have the maximum opportunity to participate in the performance of work relating to the City's activities. To this end, the City is committed to take all necessary and reasonable steps in accordance with state and federal rules and regulations to ensure women and minority business enterprises the maximum opportunity to compete for and to perform contracts. In order to enhance opportunities for women and minority businesses to participate in certain contractor opportunities with the City of Yakima, and as a recipient of federal and state financial assistance, the City is committed to a women and minority business enterprise utilization program. The City is determined to maximize women and minority business opportunities through participation in the competitive bidding process through women and minority business enterprise affirmative action programs administratively established by the City Manager and monitored and implemented in accordance with state and federal rules and regulations. All women and minority business enterprise programs shall include specific goals for participation of women and minority businesses in City projects of at least ten percent (10%) of the total dollar value of City contract over $10,000. Goals shall be reviewed and updated annually by the City Manager for applicability and to ensure that the intent of this policy is accomplished. This statement of policy will be widely disseminated to all managers, supervisors, minorities, and women employed by the City of Yakima as well as to contractors, vendors, suppliers, minorities, and women who may seek the City's procurement and construction contracts related to the women and minority business enterprise programs. Contractors associations will be made aware of construction projects affected by this policy through all available avenues to assure that plans/specifications, bid forms, and invitations to bid are as widely distributed as possible. G:\PROJECTS\2006\060288\060286 SPECS.doc 3-13 RESOLuLLDN NO. 0- 4 8 1 6 A RESOLUTION adopting a "Women And Minority Business Enterprise Policy" for the City of Yakima. WHEREAS, the City of Yakima is the recipient of federal and state assistance which assistance car -;es 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, therafnre, BE IT RESOLVED BY %EB 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. L� ADOPTED BY THE CITY COUNCIL this .3 1�/L day of 1983. ATTEST: i8o_ts_e.„.., City Clerk • Nbspul-ttCLet Mayor CITY OF YAKIMA 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: The contractor shall notify community organizations that the contractor has employment opportunities available and shall maintain records of the organizations' response. The contractor shall maintain a file of the names and addresses of each minority and women worker referred to him and what action was taken with respect to each such referred worker, and if the worker was not employed, the reasons therefore. If such worker was not sent to the union hiring hall for referral or if such worker was not employed by the contractor, the contractor's file shall document this and the reasons therefore. The contractor shall promptly notify the City of Yakima Engineering Division and 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 The contractor shall participate in training programs in the area, especially those funded by the Department of Labor. 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. 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. 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, G:\PROJECTS\2006\060288\060286 SPECS.doc 3-15 minority recruitment organizations and minority training organizations, within the contractor's recruitment areas. The contractor shall make specific efforts to encourage present minority employees to recruit their friends and relatives. The contractor shall validate all man specifications; selection requirements, tests, etc. The contractor shall make every effort to promote after-school, summer, and vacation employ- ment to minority youth. 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. 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. The contractor shall make sure that seniority practices, job classifications, etc., do not have a discriminatory effect. The contractor shall make certain that all facilities and company activities are non -segregated. The contractor shall continually monitor all personnel activities to ensure that his EEO policy is being carried out. The contractor shall solicit bids for subcontracts from available minority and women subcontrac- tors, engaged in the trades covered by these Bid Conditions, including circulation of minority and women contractor associations. 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. G:\PROJECTS\2006\06028B\060288 SPECS.doc 3-16 BIDDER'S CERTIFICATION A bidder will not be eligible for award of a contract under this invitation for bids unless such bidder has submitted as a part of its bid the following certification, which will be deemed a part of the resulting contract: 7-6' (BIDDER) certifies that: 1. It intends to use the following listed construction trades in the work under the contract: 9.9eW i - 1'41 e G. a- f 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: [d JiC',",1140s- 3 " .7 ✓t e- lc !✓rz�/2 y y 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. (Sig tof Authorized Representative of Bidder) G:\PROJECTS\2006\060288\06028B SPECS.doc 3-17 SUBCONTRACTOR'S CERTIFICATION Subcontractor's Certification is not required at the time of bid. This Certification must be completed by each subcontractor prior to award of any subcontract: certifies that: (SUBCONTRACTOR) 1. It intends to use the following listed construction trades in the work under the subcontract: and; As to those trades for which it is required by these Bid Conditions to comply with these Bid Conditions, it adopts the minimum minority and women workforce utilization goals and the specific affirmative action steps for all construction work (both federal and non-federal) in the Yakima, Washington area subject to these Bid Conditions, those trades being: and; 2 It will obtain from each of its subcontractors prior to the award of any subcontract under this subcontract the Subcontractor Certification required by these Bid Conditions. (Signature of Authorized Representative of Subcontractor) G:\PROJECTS\2006\060286\060288 SPECS.doc 3-18 Materially and Responsiveness This certification required to be made by the bidder pursuant to these Bid Conditions is material, and will govern the bidder's performance on the project and will be made a part of this bid. Failure to submit the certification will render the bid non-responsive. Compliance and Enforcement Contractors are responsible for informing their subcontractor (regardless of tier) as to their respective obligations under the conditions of the contract here (as applicable). Bidders, contractors and subcontractors hereby agree to refrain from entering into any contract or contract modification subject to Executive Order 11246, as amended on 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, contractor or subcontractor who shall fail to carry out such sanctions and penalties shall be deemed to be in non-compliance with these Bid Conditions and Executive Order 11246, as amended. Nothing herein is intended to relieve any contractor or subcontractor during the term of its contract on this project from compliance with Executive Order 11246, as amended, and the Equal Opportunity Clause of its contract. Violation of any substantial requirement in the affirmative action plan by a contractor or subcontractor covered by these Bid Conditions, including the failure of such contractor or subcontractor to make a good faith effort to meet its fair share of the trade's goals of minority and women workforce utilization, shall be grounds for imposition of the sanctions and penalties provided at Section 209(a) of Executive Order 11246, as amended. Each agency shall review its contractors' and subcontractors' employment practices during the performance of the contract. If the agency determines that the affirmative action plan no longer represents effective affirmative action, it shall so notify the Office of Federal Contract Compliance which shall be solely responsible for any final determination of that question and the consequences thereof. In regard to these conditions, if the contractor of subcontractor meets it goals, or if the contractor or subcontractor can demonstrate that it has made every good faith effort to meet those goals, the contractor or the subcontractor shall be presumed to be in compliance with the Executive Order 11246, as amended, the implementing regulations and its obligations under these Bid Conditions and no formal sanctions or proceedings leading toward sanctions shall be instituted unless the agency otherwise determines that the contractor or subcontractor is not providing equal employment opportunities. In judging whether a contractor or subcontractor has met its goals, the agency will consider each contractor's or subcontractor's minority and women workforce utilization and will not take into consideration the minority and women workforce utilization of its subcontractors. Where the agency finds that the contractor or subcontractor has failed to comply with the requirement of Executive Order 11246, as amended, the implementing regulations and its obligations under these Bid Conditions, the agency shall take such action and impose such sanctions as may be appropriate under Executive Order and the regulations. When the agency proceeds with such formal action, it has the burden of proving that the contractor has not met the requirements of these Bid Conditions, but the contractor's failure to meet its goals shall shift to it the requirement to come forward with evidence to show that it has met the "good faith" requirements of these Bid Conditions by 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 proceeding shall be taken into consideration by Federal agencies in determining whether such contractor or subcontractor can comply with the requirements of Executive Order 11246, as amended, and is therefore a "responsible prospective contractor" within the meaning of the Federal Procurement Regulations. G:\PROJECTS\2006\06028B\06028B SPECS.doc 3-19 It shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority and women employees. The procedures set forth in these conditions shall not apply to any contract when the head of the contracting or administering agency determines that such contract is essential to the national security and that its award without following such procedures is necessary to the national security. Upon making such a determination, the agency head will notify, in writing, the Director of the Office of Federal Contractor Compliance within thirty (30) days. Requests for exemptions from these Bid Conditions must be made in writing, with justification, to: Director Office of Federal Contractor Compliance U S. Department of Labor Washington, D.C. 20210 and shall be forwarded through and with the endorsement of the agency head. Contractors and subcontractors must keep such records and file such reports relating to the provisions of these Bid Conditions as shall be required by the contracting or administering agency or the Office of Federal Contractor Compliance. G:\PROJECTS\2006\060288\060288 SPECS.doc 3-20 PROPOSAL LEVEL 2 DOMESTIC WATER SYSTEM IMPROVEMENTS - PHASE 2 CITY OF YAKIMA PROJECT NO. WA2096 - PHASE 2 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 ❑ CERTIFIED CHECK ❑ PROPOSAL BOND DOLLARS ($ ) PAYABLE TO THE STATE TREASURER IN THE AMOUNT OF 5% OF THE BID ** Receipt is hereby acknowledged of addendum(s) No.(s) /, / , and (o') PHONE NUMBER �Sct) FAX NUMBER NUMBER SIGNATURE OFUTHORFICIALS 7 i- C. Cutis-fr- .1iu-,/ FIRM NAME (ADDRESS) P -v, Pioi( Z‘C-- 8 o7 STATE OF WASHINGTON CONTRACTORS LICENSE NUMBER FEDERAL ID NO. Note: (1) -rice-02_.- 00.3k/, This proposal form is not transferrable 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. G:\PROJECTS\2006\06028B\06028B SPECS.doc 3-21 SECTION 4 - CONTRACT AND RELATED MATERIALS G:\PROJECTS12006\06028B\060288 SPECS.doc 4-1 CONTRACT THIS AGREEMENT, made and entered .A-rJL..t1 , 2006, by and between and 7 7'C eiCJs itt^t•c f io5Ll e. CONTRACTOR, WITNESSETH: into in triplicate, this 7 day of the City of Yakima, hereinafter called the OWNER, , hereinafter called the That in consideration of the terms and conditions contained herein and attached and made a part of this Agreement, the parties hereto covenant and agree as follows: The CONTRACTOR shall do all work and furnish all tools, materials, and equipment for LEVEL 2 DOMESTIC WATER SYSTEM IMPROVEMENTS - PHASE 2 — City Project No. WA2096 - PHASE 2, in accordance with and as described in the attached Plans and Specifications and the Standard Specifications for Road, Bridge, and Municipal Construction, which are by this reference incor- porated herein and made a part hereof, and shall perform any alterations in or additions to the work provided under this Contract and every part thereof. Work shall start within ten (10) calendar days after Notice to Proceed and shall be completed within thirty-five (35) working days of the date of such Notice to Proceed (see SPECIAL PROVISIONS - SECTION 1-08.5): If said work is not completed within the time specified, the CONTRACTOR agrees to pay to the OWNER for each and every working day said work remains uncompleted after expiration of the specified time, liquidated damages as determined in Section 1-08.9. The CONTRACTOR shall provide and bear the expense of all equipment, work, and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in this Contract and every part thereof, except such as are mentioned in the Specifications to be furnished by the OWNER. II. The OWNER hereby promises and agrees with the CONTRACTOR to employ, and does employ the CONTRACTOR to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the attached Plans and Specifications and the terms and conditions herein contained; and hereby contracts to pay for the same according to the attached Specifications and the schedule of unit or itemized prices hereto attached, at the time and in the manner and upon the conditions provided for in this Contract. III. The CONTRACTOR for himself, and for his/her heirs, executors, administrators, successors, and assigns does hereby agree to the full performance of all the covenants herein upon the part of the CONTRACTOR. IV. It is further provided that no liability shall attach to the OWNER by reason of entering into this Contract, except as expressly provided herein. V. CONTRACTOR is an independent contractor and not an employee of the OWNER. The OWNER has designated the Contract performance and the CONTRACTOR shall be responsible for the details of that work. The parties recognize the CONTRACTOR has unique skills not otherwise available to the OWNER to accomplish the purpose of the Contract. The CONTRACTOR shall supply all equipment and supplies necessary to accomplish the Contract. The parties recognize that the purpose of the Contract is not within the regular course of business of the OWNER. The parties state that the right of control over the activities necessary to perform the Contract are with the CCONTRACTOR. G:\PROJECTS\2006\060286\060288 SPECS.doc 4-2 IN WITNESS WHEREOF the parties hereto have caused this Agreement to be executed the day and year first herein above written. OWNER: City of Yakima, Washington (SEAL) By: Name: R. A. Zais, Jr. Title. City Manager CONTRACTOR: By: Name:%4 r/ / _.J Nee �ftrz7 (Please Print or Type) Address: ® 190)4- ..565-frAii,n.4, Phone: coq -‘7 ' ✓ d F FAX: S-(79 *S?- 2.91.5'" ATTEST: Name: Deborah J. M Title: City Clerk (SEAL) ATTEST: E-mail Address:mtKeWeA" --1-1'c-6?9ouR;/_ Name:®\y1, 6r• (Please Print or Type) Employer Identification Number: ?/‘Q- d 44844./ G:\PROJECTS\2006\060286\0602813 SPECS.doc 4-3 CONTRACT BOND BOND TO CITY OF YAKIMA KNOW ALL PERSONS BY THESE PRESENTS: That we, the undersigned, 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 and the Ordinances of the City of Yakima. Dated at , Washington, this day of , 2007. Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant to action of the City of Yakima, on , 2007, the Mayor of said City of Yakima has let or is about to let to the said , the above bounden Principal, a certain Contract, the said Contract being numbered City Contract No. WA2096 - PHASE 2, and providing for the construction of LEVEL 2 DOMESTIC WATER SYSTEM IMPROVEMENTS - PHASE 2 (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 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, subcontractors and material men and all industrial insurance premiums, and all persons who shall supply said principal or subcontractors with provisions and supplies for the carrying on of said work, and shall indemnify and hold the City of Yakima harmless from any damage or expense by reason of failure of performance as specified in said Contract or from defects appearing or developing in the material or workmanship provided or performed under said Contract within a period of one year after its acceptance thereof by the City of Yakima, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. G:\PROJECTS\2006\060288\060288 SPECS.doc /4711Ii4 /CLI -7 / 4-4 SURETY: By: Name: (Please Print or Type) Agent: Address: CONTRACTOR: By: Name: (Please "rint or Type) Approved as to Form: City Attorney G:\PROJECTS\2006\060286\060288 SPECS.doc 4-5 (SEAL) ATTEST. Name: (Please Print or Type) I CONTRACT BOND BOND TO CITY OF YAKIMA KNOW ALL PERSONS BY THESE PRESENTS: That we, the undersigned, TTC Constriirtion, T.T C as principal, and Contractors Bonding and Insurance Company BOND #: FC3683 a corporation organized and existing under the laws of the State of Washington , 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 $ 153 2_3.00 for {he payment of which sum on demand we bind ourselves and our successors, heirs, administrators, or personal representatives, as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washington and the Ordinances of the City of Yakima. Dated at Yakima , Washington, this 20 day of December , 2007. Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant to action of the City of Yakima, on December 11 , 2007, the Mayor of said City of Yakima has let or is about to let to the said TTC Construction,LLC , the above bounden Principal, a certain Contract, the said Contract being numbered City Contract No. WA2096 - PHASE 2, and providing for the construction of LEVEL 2 DOMESTIC WATER SYSTEM IMPROVEMENTS - PHASE 2 (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 TTC Construction,LLC shall faithfully perform all the provisions of said Contract in the manner and within the time therein set forth, or within such extensions of time as may be granted under said Contract, and shall pay all laborers, mechanics, subcontractors and material men and all industrial insurance premiums, and all persons who shall supply said principal or subcontractors with provisions and supplies for the carrying on of said work, and shall indemnify and hold the City of Yakima harmless from any damage or expense by reason of failure of performance as specified in said Contract or from defects appearing or developing in the material or workmanship provided. or performed under said Contract within a period of one year after its acceptance thereof by the City of Yakima, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. G:IPROJECTS12008106028B106028B SPECS.doc 4-4 SURE Contractors Bonding and Insurance ompany By: (La_ Name: Donna S.Martinez Attorney -in -Fact (Please Print or Type) Agent: Terril, Lewis & Wilke Ins.,Inc P 0 Box 1789 Address: Yakima, WA 98907 CONTRACTOR: By: Name: (Please Print or Type) Approved as to Form: ,o-deel4 G:\PROJECTS1.20061060286106028B SPECS.doc (S M-} _ ATTEST: Name: Alex Hodge 4-5 (Please Print or Type) I. i; Dior Valid _dorBonds Executed On or After: MAY 31ST, 2008 power of Attorney .N bor:x32338 Only an unalteTer,i original of tliis-Pow et. of Attorney document -is-v lid. A valid original of this document is printedon gray security paper whir black".and red ink. anttbears the -seal of Contractors:bonding and"Insurance Company (the "company".), -The eriginal.document cotnattts a watermark with the letters embedded, in the paper rather than printed;upon it. The watermark appears in. the blank space beneath the words "Limited"Power. of Attorney"-atthhe top.ef ihe-document and is 1. =isible_when he document is held.to the' light Tliis..documentisvaiid solely in connection with -the execution. and delivery of the band bearing the. nun ber indicated below, and:provided also: that the bond is oftlte°type indicated,: below: This`docutnent <. is valid only if:the bond s executed on or_before.tlte date indicated above: KNOW ALL MEN BY THESE PRESENTS., that the Company does:" hereby make:, constitute and "appoint the following: DONNA S. MARTINEZ, MARK E. MALL D, KELLY A. MARBLE and JENNIFER L. MYERS its true and lawful Attorney(s)-in-Fact, with full:power and authority hereby conferred in .its. name, place. and stead, to execute, acknowledge and: deliver on "behalf of the Company: (1) any and all bonds and undertakings of "suretyship:.given .:for any purpose,:"provided, however, that no such person shall be authorized to execute and deliver any :bond. or undertaking that shall obligate: the Company for any portion of the penal sumthereof in excess of .$10,000,000, and provided, further, that no Attorney -in -Fact shall have the authority to issue a bid or proposal bond for any proect where, if a contract.. is awarded,.any bond or undertaking would.. be required with penal sum in. excess :"of. $10,000,000; and (2) consents, releases and other similar documents required by an obligee under a contract bondedby the Company. This appointment is made under the authority of the Board of Directors of: the Company. c.E ' u JCNM: I, the -undersigned secretary of Contractors Bonding and Insttra"nee Company,. a Wash"ington corporation, DO:HEREBY CERTIFY that this Power -of Attorney remains in full force -and -effect and has not been revoked, and, futheriiiore, that the resolutions- of the Board: of Directors 'set forth on the reverse are now -in _full force and effect. Signed andsealed-th"is 20 R. KitkEland, Secretary :CIBC .121 3. Valley Street -s P O Bex.9Z7i ® cattle,. VSA 981094)271 €206) 622-7053 .e (800)' 765-CBIC (Toll Free) .e (800)=950-155g (FAX) -PoaLPOA.47 USQ5:I1:Ek4. UCL—CD—CUU(lVCU) Iri; I I P UUr/UUU ACORD.CERTIFICATE OF LIABILITY INSURANCE DATE (MM(DD1'tYYY) 12/26/2007 TYPE OF INSURANCE PRODUCER (509)248_3515 FAX (509)248-3673 Terri', Lewis and Wilke Insurance Inc P 0 Box 1789 112 S 4th Street Yakima, WA 98907 THIS CERTIFICATE IS ISSUED ASA MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERT HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND ALTER THE COVERAGE AFFORDED BY THE POLIC FICATE OR ES BELOW_ INSURERS AFFORDING COVERAGE NAIC it INSURED TTC Construction, LLC PO Box 3G5 Yakima, WA 98907 INsu}ERA; North Pacific Insurance Co. GENERAL INSURER D: EAOH OCCURGENCE IN$URSRC; 1,000,000 IMSURER D' as G. TQ R oNTGD tograrw) INSURER E; 100 . ODD VERA THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POUCY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION QF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH TIIIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED P EREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR, ADO'L NAM' TYPE OF INSURANCE POLICY NUMBER CO5155871. POLICY EFFECTIVE DATE IMMIDDIYY1 02/01/2007 POLICY EXPIRATION DATE (MM1DD Yj 02/01/2008 LIMITS GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY EAOH OCCURGENCE s 1,000,000 X as G. TQ R oNTGD tograrw) s 100 . ODD �! J CLAIMS MADE ( X OCCUR MED EXP (Any one perr.an) $ 5,000 A X PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000 , 000 ESWL AGGREGATE LIMIT APPLIES Pen: PAODUCT'S • COMB/Or AGO $ 2,000,000 ^ pR0T• POLICY X JECLOC • • A X AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS ,. HIRED AUTOS NON•OWNEDAI,ITQ$ CO5155871 .-., • • - 02/01/2007 .., 02/01/2008 COMBINED SINGLE LIMIT (Ea attident) $ 1,000,000 X BODILY INJURY (Por pnr non) . $ .,,., , X DQDILY INJURY (Poreccidonl) $ X PROPERTY DAMAGE (Per acclaenl) $ OArIACE LIABILITY AUTO ONLY - CA ACCIDENT $ 7 ANY AUTO OTHER THAN EA no $ If AUTO ONLY. AGO $ EXCESS/UMBRELLA LIABILITY OCCUR 0 CLAIMS MADE EACH COMMENCE s AGOREQATE $ DEDUCTIBLE 71 RETENTION $ $ S A XVOIkaircOIXXXXXXQUOXxx; EMPLOYERS' LIABILITY ANY PROPHIETORIPARTNER/EXCCUTIVE OFPICEWMEMBER EXCLUDED? II Sets, AL PRO r SPECIAL PRQVIFIONS 091014 C05155871/STOP GAP 02/01/2007 02/01/2008 WGeIAtD• X (JIH• F.L. EACH ACCIDENT -_ -_ $ 1 000,000 , G.L. DISEASE - EA EMPLOYEE $ 1 000 000 F.L. DISEASE • POLICY LIMI r s 1 000 000 OTHER _ DESCRIPTION OF OP,ERATIONS1 LOCATIONS / VEHICLES 1 EXCLUSIONS ADM) DY ENDOPSENIENT1 SPECIAL PROVISIONS :ity of Yakima, its agents, employees and elected or appointed officials, and Huibregtse, Louman Associates, Inc. are named as additional insureds as respects project; Level 2 Domestic Water System Xnmprovements, Phase 2. alanket Additional Insured Endorsement form LGL 4032 07/05 attached. Replaces Certificate dated 12/20/2007 . City of Yakima Purchasing Division 129 N. 2nd Street Yakima, WA 98901 ACORD 25 (20(11/08) •,.LATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES DE CANCELLED >3EFORe THE EXPIRATION OAT THEREOF. THE ISSUING INSURER WILL lakr..XIXia% MAIL 45 DAY WRITTEN NOTICE TO THE CE,'RTIFICATE HOLDER NAMED TO THE LEFT, ILS 000059 t006BOXIXIXTX tXXXXX (I ES(dfd(a(OCILY81 XXXXXXXXXX KiXD x XWC HMAIXIICXKXXXXXD(a09:1090 4 EX1-4(XXXXXXXXX AUTHORIZED REPRESENTATIVE Alex Hodge 3ENN ©ACORD CORPORATION 1988 DEC-26-200/(DIED) 14:11 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement On this Certificate does not confer rights to the Certificate holder in lieu of such endorsement(s). if SUBROGATION IS WAIVED, subject to tho terms and conditions of the policy, certain policies may require an endorsement. A statement on this Certificate does not confer rights to the certificate holder in lieu of such enderSement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute o Contract between the issuing Insurer(s), authorized represontative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. P 003/004 ACORO 25 (2001108) utL-n)-euur(U)tu) I4:I I P 004/OOd C05-15-58-71 COMMERCIAL GENERAL LIABILITY TTC CONSTRUCTION LLC 02/02/07 LGL 4032 07 05 BLANKET ADDITIONAL INSUREDS - CONTRACTORS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART 1. A. Section u - Who Is An Insured is amended to include as an Insured the following: 1. Any person or organization for whom you are performing operations when you and such person or organization have agreed in writing in a contract or agreement that such person or organization be added as an additional insured on your policy. Such person or organization is an additional insured only with respect to liability caused in whole or In part by: a. Your acts or omissions; or b. The acts or omissions of those acting on your behalf; In the performance of your ongoing operations performed for that additional insured. A person's or organization's status as an insured under this endorsement ends when your operations for that additional insured are completed. 2. Any person or organization from whom you lease a premises when you and such person or organization have agreed in writing in a contract or agreement that such person or organization be added as an additional insured on your policy. Such person or organization is an insured only with respect to liability caused in whole or in part by your ownership, maintenance, or use of that part of the premises leased to you by such person or' organization. A person's or organization's status as an insured under this endorsement ends when theircontractor agreement with you for such leased premises ends. 3. The architects, engineers or surveyors, while not engaged by you, that are contractually required to be added as an additional insured to your policy, but only with respect to liability caused in whole or in part by: a. Your acts or omissions; or b. The acts or omissions of those acting on your behalf; In the performance of your ongoing operations performed by you or an your behalf. B. With respect to the insurance afforded these additional insureds, the following additional exclusions apply: 1. The insurance afforded under Paragraph 1,A.1. and 1.A.3. of this endorsement does.not apply to: "Bodily injury", ,"property damage" or "personal and advertising injury" arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services, including: A. The preparing, approving, or failing to prepare ar approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders, drawings, designs ar specifications; and S. Supervisory, inspection, architectural or engineering activities, 2. The insurance afforded under Paragraph 1,A,2. of this endorsement does not apply: A. To any "occurrence" which takes place after you cease to be a tenant in that premises; B. To structural alterations, new construction or demolition operations performed by or on behalf of the person or organization from whom you lease the premises. LGL 40 32 07 05 C 1441 Di Contains ISO copyrighted material, with its permission Copyright, Insurance Services Office, Inc., 2004 SCHEDULE OF WORKING HOURS In accordance with SECTION 1-08.0(2) HOURS OF WORK (APWA ONLY), the normal straight time working hours for this project will be from 7: 36 a.m. to 3 - go p.m., days per week. It is understood that normal straight time working hours shall not exceed 40 hours per week, regardless of the number of days worked per week. All hours worked in excess of 40 hours per week shall be considered as overtime hours subject to the reimburse- ment provisions of SECTION 1-08.0(3) REIMBURSEMENT FOR OVERTIME WORK OF CONTRACTING AGENCY EMPLOYEES (APWA ONLY) as modified by the Special Provisions. Overtime hours are defined as any hours in excess of or outside of the above normal straight time working hours when the Contractor and/or his subcontractors are on the project site performing work. I hereby certify that my subcontractors have been notified of the normal straight time working hours provisions of this project and understand that Engineer/Contracting Agency costs for overtime hours will be deducted from amounts due to me for work performed on the project. G:\PROJECTS\2006\060286\060288 SPECS.doc 4-6 Contractor Signature Date SECTION 5 - LABOR STANDARDS AND WAGE RATE CONDITIONS G:\PROJECTS\2006106028B\060288 SPECS.doc 5-1 PREVAILING WAGE RATES The prevailing rate of wages to be paid to all workmen, laborers, or mechanics employed in the performance of any part of this Contract shall be in accordance with the provisions of Chapter 39.12 RCW, as amended. The rules and regulations of the Department of Labor and Industries and the schedule of prevailing wage rates for the locality or localities where this Contract will be performed as determined by the Industrial Statistician of the Department of Labor and Industries, are by reference made a part of this Contract. A schedule of prevailing wage rates is included in these Specifications. Inasmuch as the CONTRACTOR will be held responsible for paying this schedule of wages, it is imperative that all contractors and subcontractors familiarize themselves with the current wage rates before submitting bids based on these Specifications. Before any payment is made by the local government body of any sums due under this Contract, the local government body must receive from the CONTRACTOR and each subcontractor a copy of the "Statement of Intent to Pay Prevailing Wages" approved by the Washington State Department of Labor and Industries. Also following the acceptance of the project, the local government body must receive from the CONTRACTOR and each subcontractor a copy of "Affidavit of Wages Paid" and, in addition, from the prime contractor a copy of "Release for the Protection of Property Owners and General Con- tractor," all approved by the State Department of Labor and Industries Forms may be obtained from the Department of Labor and Industries. The CONTRACTOR and each subcontractor shall pay all fees associated with and make all applications directly to the Department of Labor and Industries. These affidavits will be required before any funds retained, according to the provisions of RCW 60.28.010, are released to the CONTRACTOR. Payment by the CONTRACTOR and subcontractor of any fees shall be considered incidental to the construction and all costs shall be included in other pay items of the project. The Contractor and all Subcontractors shall also be required to submit certified weekly payroll forms with an accompanying Statement of Compliance so that payment of prevailing wage rates and fringe benefits may be verified. G:\PROJECTS\2006\060288\060288 SPECS.doc 5-2 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 08-31-07 ********************************************************************************************************** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $29 00 1H 5D BOILERMAKERS JOURNEY LEVEL $47 47 1C 5N BRICK AND MARBLE MASONS JOURNEY LEVEL $35 72 1M 5A CABINET MAKERS (IN SHOP) JOURNEY LEVEL $19.24 1 CARPENTERS ACOUSTICAL WORKER $34.10 1M 5D BRIDGE, DOCK AND WARF CARPENTERS $43.34 1M 5D CARPENTER $34.10 1M 5D CREOSOTED MATERIAL $34 10 1M 5D DRYWALL APPLICATOR $34 10 1M 5D FLOOR FINISHER $34.10 1M 5D FLOOR LAYER $34 10 1M 5D FLOOR SANDER $34.10 1M 5D MILLWRIGHT $44.34 1M 5D PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING $43.54 1M 5D SAWFILER $34.10 1M 5D SHINGLER $34.10 1M 5D STATIONARY POWER SAW OPERATOR $34 10 1M 5D STATIONARY WOODWORKING TOOLS $34 10 1M 5D CEMENT MASONS JOURNEY LEVEL $32.59 1N 5D DIVERS & TENDERS DIVER $85.75 1M 5D 8A DIVER TENDER $44.22 1M 5D DREDGE WORKERS ASSISTANT ENGINEER $44.59 1T 5D 8L ASSISTANT MATE (DECKHAND) $44 08 1T 5D 8L BOATMEN $44.59 1T 5D 8L ENGINEER WELDER $44.64 1T 5D 8L LEVERMAN, HYDRAULIC $46.21 1T 5D 8L MAINTENANCE $44 08 1T 5D 8L MATES $44.59 1T 5D 8L OILER $44.21 1T 5D 8L DRYWALL TAPERS JOURNEY LEVEL $30.44 1P 5A ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL $20 99 1 Page 1 YAKIMA COUNTY Effective 08-31-07 ********************************************************************************************************** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ELECTRICIANS - INSIDE JOURNEY LEVEL $46 52 1E 5A ELECTRICIANS - MOTOR SHOP CRAFTSMAN $15.37 2A 6C JOURNEY LEVEL $14 69 2A 6C ELECTRICIANS - POWERLINE CONSTRUCTION CABLE SPLICER $54.37 4A 5A CERTIFIED LINE WELDER $49 64 4A 5A GROUNDPERSON $35.93 4A 5A HEAD GROUNDPERSON $37.89 4A 5A HEAVY LINE EQUIPMENT OPERATOR $49 64 4A 5A JACKHAMMER OPERATOR $37 89 4A 5A JOURNEY LEVEL LINEPERSON $49 64 4A 5A LINE EQUIPMENT OPERATOR $42.27 4A 51 POLE SPRAYER $49.64 4A 5A POWDERPERSON $37 89 4A 5A ELECTRONIC TECHNICIANS ELECTRONIC TECHNICIANS JOURNEY LEVEL $23 40 1 ELEVATOR CONSTRUCTORS MECHANIC $57.88 4A 60 MECHANIC IN CHARGE $63.45 4A 6Q FABRICATED PRECAST CONCRETE PRODUCTS CRAFTSMAN $8.65 1 LABORER $7.93 1 FENCE ERECTORS FENCE ERECTOR $21 64 1 FLAGGERS JOURNEY LEVEL $27.20 1H 5D GLAZIERS JOURNEY LEVEL $21.51 1B 61 HEAT & FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $23 18 1 HEATING EQUIPMENT MECHANICS MECHANIC $13 91 1 HOD CARRIERS & MASON TENDERS JOURNEY LEVEL $29.50 1H 5D INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC $15 65 1 INDUSTRIAL POWER VACUUM CLEANER JOURNEY LEVEL $9.10 1 INSPECTION/CLEANING/SEALING OF SEWER & WATER SYSTEMS BY REMOTE CONTROL CLEANER OPERATOR, FOAMFR OPERATOR $9 73 1 GROUT TRUCK OPERATOR $11.48 1 HEAD OPERATOR $12.78 1 TECHNICIAN $7 93 1 TV TRUCK OPERATOR $10.53 1 INSULATION APPLICATORS JOURNEY LEVEL $32.91 1 IRONWORKERS JOURNEY LEVEL $44.52 10 5A Page 2 YAKIMA COUNTY Effective 08-31-07 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code LABORERS ALL CLASSIFICATIONS $18.12 1 LABORERS - UNDERGROUND SEWER & WATER GENERAL LABORER $29.00 1H 5D PIPE LAYER $29.50 1H 5D LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS $9.00 1 LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $15.45 1 LANDSCAPING OR PLANTING LABORERS $9.00 1 LATHERS JOURNEY LEVEL $3410 1M 5D METAL FABRICATION (IN SHOP) FITTER $12.00 1 LABORER $9.80 1 LAYEROUT $37.42 1 MACHINE OPERATOR $14.59 1 PAINTER $12.46 1 WELDER $15.71 1 MODULAR BUILDINGS JOURNEY LEVEL $14.11 1 PAINTERS JOURNEY LEVEL $20.05 1 PLASTERERS JOURNEY LEVEL $43.10 1R 5A PLAYGROUND & PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $7.93 1 PLUMBERS & PIPEFITTERS JOURNEY LEVEL $54.24 1Q 5A POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $42.14 1T 5D 8L BACKHOE, EXCAVATOR, SHOVEL (3 YD & UNDER) $44.92 1T 5D 8L BACKHOE, EXCAVATOR, SHOVEL (OVER 3 YD & UNDER 6 YD) $45 41 1T 5D 8L BACKHOE, EXCAVATOR, SHOVEL (6 YD AND OVER WITH ATTACHMENTS) $45.96 1T 5D 8L BACKHOES, (75 HP & UNDER) $44.50 1T 5D 8L BACKHOES, (OVER 75 HP) $44.92 1T 5D 8L BARRIER MACHINE (ZIPPER) $44.92 1T 5D 8L BATCH PLANT OPERATOR, CONCRETE $44 92 1T 5D 8L BELT LOADERS (ELEVATING TYPE) $44.50 1T 5D 8L BOBCAT (SKID STEER) $42.14 1T 5D 8L BROOMS $42.14 1T 5D 8L BUMP CUTTER $44.92 1T 5D 8L CABLEWAYS $45 41 1T 5D 8L CHIPPER $44 92 1T 5D 8L COMPRESSORS $42.14 1T 5D 8L CONCRETE FINISH MACHINE - LASER SCREED $42.14 1T 5D 8L CONCRETE PUMPS $44.50 1T 5D 8L CONCRETE PUMP -TRUCK MOUNT WITH BOOM ATTACHMENT $44.92 1T 5D 8L CONVEYORS $44.50 1T 5D 8L CRANES, THRU 19 TONS, WITH ATTACHMENTS $44.50 1T 5D 8L CRANES, 20 - 44 TONS, WITH ATTACHMENTS $44 92 1T 5D 8L CRANES, 45 TONS - 99 TONS, UNDER 150 FT OF BOOM (INCLUDING JIB $45 41 1T 5D 8L WITH ATACHMENTS) Page 3 YAKIMA COUNTY Effective 08-31-07 ********************************************************************************************************** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code CRANES, 100 TONS - 199 TONS, OR 150 FT OF BOOM (INCLUDING JIB $45.96 1T 5D 8L WITH ATTACHMENTS) CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM (INCLUDING JIB $46 53 1T 5D 8L WITH ATTACHMENTS) CRANES, A -FRAME, 10 TON AND UNDER $42.14 1T 5D 8L CRANES, A -FRAME, OVER 10 TON $44 50 1T 5D 8L CRANES, OVER 300 TONS, OR 300' OF BOOM INCLUDING JIB WITH $47.09 1T 5D 8L ATTACHMENTS CRANES, OVERHEAD, BRIDGE TYPE (20 - 44 TONS) $44.92 1T 5D 8L CRANES, OVERHEAD, BRIDGE TYPE ( 45 - 99 TONS) $45.41 1T 5D 8L CRANES, OVERHEAD, BRIDGE TYPE (100 TONS & OVER) $45 96 1T 5D 8L CRANES, TOWER CRANE UP TO 175' IN HEIGHT, BASE TO BOOM $4596 1T 5D 8L CRANES, TOWER CRANE OVER 175' IN HEIGHT, BASE TO BOOM $46.53 1T 5D 8L CRUSHERS $44.92 1T 5D 8L DECK ENGINEER/DECK WINCHES (POWER) $44 92 1T 50 8L DERRICK, BUILDING $45.41 1T 5D 8L DOZERS, D-9 & UNDER $44 50 1T 5D 8L DRILL OILERS - AUGER TYPE, TRUCK OR CRANE MOUNT $44.50 1T 5D 8L DRILLING MACHINE $44.92 1T 5D 8L ELEVATOR AND MANLIFT, PERMANENT AND SHAFT -TYPE $42.14 1T 5D 8L EQUIPMENT SERVICE ENGINEER (OILER) $44 50 1T 5D 8L FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $44 92 1T 5D 8L FORK LIFTS, (3000 LBS AND OVER) $44.50 1T 5D 8L FORK LIFTS, (UNDER 3000 LBS) $42.14 1T 5D 8L GRADE ENGINEER $44 50 1T 5D 8L GRADECHECKER AND STAKEMAN $42.14 1T 5D 8L GUARDRAIL PUNCH $44.92 1T 5D 8L HOISTS, OUTSIDE (ELEVATORS AND MANLIFTS), AIR TUGGERS $44 50 1T 5D 8L HORIZONTAL/DIRECTIONAL DRILL LOCATOR $44.50 1T 50 8L HORIZONTAL/DIRECTIONAL DRILL OPERATOR $44.92 1T 5D 8L HYDRALIFTS/BOOM TRUCKS (10 TON & UNDER) $42.14 1T 5D 8L HYDRALIFTS/BOOM TRUCKS (OVER 10 TON) $44.50 1T 5D 8L LOADERS, OVERHEAD (6 YD UP TO 8 YD) $45.41 1T 5D 8L LOADERS, OVERHEAD (8 YD & OVER) $45 96 1T 5D 8L LOADERS, OVERHEAD (UNDER 6 YD), PLANT FEED $44.92 1T 5D 8L LOCOMOTIVES, ALL $44 92 1T 5D BL MECHANICS, ALL $45.41 1T 5D 8L MIXERS, ASPHALT PLANT $44.92 1T 5D 8L MOTOR PATROL GRADER (FINISHING) $44.92 1T 5D 8L MOTOR PATROL GRADER (NON -FINISHING) $44.50 1T 5D 8L MUCKING MACHINE, MOLE, TUNNEL DRILL AND/OR SHIELD $45.41 1T 5D 8L OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING $42.14 1T 5D 8L OPERATOR PAVEMENT BREAKER $42.14 1T 5D 8L PILEDRIVER (OTHER THAN CRANE MOUNT) $44.92 1T 5D 8L PLANT OILER (ASPHALT, CRUSHER) $44.50 1T 5D 8L POSTHOLE DIGGER, MECHANICAL $42.14 1T 5D 8L POWER PLANT $42.14 1T 5D 8L PUMPS, WATER $42.14 1T 5D 8L QUAD 9, D-10, AND HD -41 $45.41 1T 5D 8L REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $45.41 1T 5D 8L EQUIP RIGGER AND BELLMAN $42.14 1T 5D 8L Page 4 YAKIMA COUNTY Effective 08-31-07 ********************************************************************************************************** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ROLLAGON $45 41 1T 5D 8L ROLLER, OTHER THAN PLANT ROAD MIX $42.14 1T 5D 8L ROLLERS, PLANTMIX OR MULTILIFT MATERIALS $44.50 1T 5D 8L ROTO -MILL, ROTO -GRINDER $44 92 1T 5D 8L SAWS, CONCRETE $44 50 1T 5D 8L SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING $44 92 1T 5D 8L OFF-ROAD EQUIPMENT ( UNDER 45 YD) SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING $45 41 1T 5D 8L OFF-ROAD EQUIPMENT (45 YD AND OVER) SCRAPERS, CONCRETE AND CARRY ALL $44.50 1T 5D 8L SCREED MAN $44.92 1T 5D 8L SHOTCRETE GUNITE $42.14 1T 5D 8L SLIPFORM PAVERS $45.41 1T 5D 8L SPREADER, TOPSIDE OPERATOR - BLAW KNOX $44.92 1T 5D 8L SUBGRADE TRIMMER $44.92 1T 5D 8L TOWER BUCKET ELEVATORS $44.50 1T 5D 8L TRACTORS, (75 HP & UNDER) $44.50 1T 5D 8L TRACTORS, (OVER 75 HP) $44.92 1T 5D 8L TRANSFER MATERIAL SERVICE MACHINE $44 92 1T 5D 8L TRANSPORTERS, ALL TRACK OR TRUCK TYPE $45.41 1T 5D 8L TRENCHING MACHINES $44.50 1T 5D 8L TRUCK CRANE OILER/DRIVER ( UNDER 100 TON) $44.50 1T 5D 8L TRUCK CRANE OILER/DRIVER (100 TON & OVER) $44.92 1T 5D 8L TRUCK MOUNT PORTABLE CONVEYER $44 92 1T 5D 8L WHEEL TRACTORS, FARMALL TYPE $42.14 1T 5D 8L YO YO PAY DOZER $44.92 1T 5D 8L POWER EQUIPMENT OPERATORS- UNDERGROUND SEWER & WATER (SEE POWER EQUIPMENT OPERATORS) POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $35.62 4A 5A SPRAY PERSON $33.82 4A 5A TREE EQUIPMENT OPERATOR $34.27 4A 5A TREE TRIMMER $31.88 4A 5A TREE TRIMMER GROUNDPERSON $24 03 4A 5A REFRIGERATION & AIR CONDITIONING MECHANICS MECHANIC $54.24 1Q 5A RESIDENTIAL BRICK & MARBLE MASONS JOURNEY LEVEL $29.00 1 RESIDENTIAL CARPENTERS JOURNEY LEVEL $14.58 1 RESIDENTIAL CEMENT MASONS JOURNEY LEVEL $11 86 1 RESIDENTIAL DRYWALL TAPERS JOURNEY LEVEL $19.08 1 RESIDENTIAL ELECTRICIANS JOURNEY LEVEL $21.98 1 RESIDENTIAL GLAZIERS JOURNEY LEVEL $21 51 1B 61 RESIDENTIAL INSULATION APPLICATORS JOURNEY LEVEL $10.00 1 RESIDENTIAL LABORERS JOURNEY LEVEL $8 00 1 Page 5 YAKIMA COUNTY Effective 08-31-07 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code RESIDENTIAL PAINTERS JOURNEY LEVEL $13.89 1 RESIDENTIAL PLUMBERS & PIPEFITTERS JOURNEY LEVEL $15 56 1 RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) $30 87 1B 5A RESIDENTIAL SOFT FLOOR LAYERS JOURNEY LEVEL $17 55 1 RESIDENTIAL TERRAZZO/TILE FINISHERS JOURNEY LEVEL $17 00 1 ROOFERS JOURNEY LEVEL $17 40 1 USING IRRITABLE BITUMINOUS MATERIALS $33.18 2P 51 SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) $42.78 1B 5A SIGN MAKERS & INSTALLERS (NON -ELECTRICAL) JOURNEY LEVEL $14 65 1 SOFT FLOOR LAYERS JOURNEY LEVEL $2311 1N 5A SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL $7.93 1 SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL $42.60 1R 5Q 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 TELECOMMUNICATION TECHNICIANS TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $20 00 1 TELEPHONE LINE CONSTRUCTION - OUTSIDE CABLE SPLICER $30.66 2B 5A HOLE DIGGER/GROUND PERSON $17.19 2B 5A INSTALLER (REPAIRER) $29 41 2B 5A JOURNEY LEVEL TELEPHONE LINEPERSON $28.53 2B 5A SPECIAL APPARATUS INSTALLER I $30 66 2B 5A SPECIAL APPARATUS INSTALLER II $30 05 2B 5A TELEPHONE EQUIPMENT OPERATOR (HEAVY) $30.66 2B 5A TELEPHONE EQUIPMENT OPERATOR (LIGHT) $28.53 2B 5A TELEVISION GROUND PERSON $16 31 28 5A TELEVISION LINEPERSON/INSTALLER $21 68 2B 5A TELEVISION SYSTEM TECHNICIAN $35 78 2B 5A TELEVISION TECHNICIAN $23 19 2B 5A TREE TRIMMER $28.53 2B 5A TERRAZZO WORKERS & TILE SETTERS JOURNEY LEVEL $27 82 2M 5A TILE, MARBLE & TERRAZZO FINISHERS FINISHER $23.87 2M 5A TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $36.40 1K 5A Page 6 YAKIMA COUNTY Effective 08-31-07 ********************************************************************************************************** Classification (See Benefit Code Key) Over PREVAILING Time Holiday Note WAGE Code Code Code TRUCK DRIVERS ASPHALT MIX $14 19 1 DUMP TRUCK $31.77 2G 61 DUMP TRUCK & TRAILER $31.77 2G 61 OTHER TRUCKS $31 77 2G 61 TRANSIT MIXER $31 77 2G 61 WELL DRILLERS & IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $25.44 1 OILER $9.20 1 WELL DRILLER $18.00 1 Page 7 BENEFIT CODE KEY - EFFECTIVE 08-31-07 ************#*********************,, kik+kik*+k+k&***#**************%kik*****+k************,,****#*************************.****** OVERTIME CODES OVERTIME CALCULATIONS ARE BASED ON THE HOURLY RATE ACTUALLY PAID TO THE WORKER. ON PUBLIC WORKS PROJECTS, THE HOURLY RATE MUST BE NOT LESS THAN THE PREVAILING RATE OF WAGE MINUS THE HOURLY RATE OF THE COST OF FRINGE BENEFITS ACTUALLY PROVIDED FOR THE WORKER. 1 ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. 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. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER HER OVER 111E HOURS WORKED SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. D THE FIRST TWO (2) HOURS BEFORE OR AFTER A FIVE - EIGHT (8) HOUR WORKWEEK DAY OR A FOUR - TEN (10) HOUR WORKWEEK DAY AND THE FIRST EIGHT (8) HOURS WORKED THE NEXT DAY AFTER EITHER WORKWEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL ADDITIONAL HOURS WORKED AND ALL WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. E. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER HOURS WORKED MONDAY THROUGH SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. F THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. G THE FIRST TEN (10) HOURS WORKED ON SATURDAYS AND THE FIRST TEN (10) HOURS WORKED ON A FIFTH CALENDAR WEEKDAY IN A FOUR - TEN HOUR SCHEDULE, SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. H. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS OR EQUIPMENT BREAKDOWN) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. J. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED OVER TEN (10) HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. K. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. L. 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. 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 ANn HOLIDAYS SHALT. RE PAID AT DOUBLE THE HOURLY RATE OF WAGE. 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. O THE FIRST TEN (10) HOURS WORKED ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS, HOLIDAYS AND AFTER TWELVE (12) HOURS, MONDAY THROUGH FRIDAY, AND AFTER TEN (10) HOURS ON SATURDAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. P ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF CIRCUMSTANCES WARRANT) AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. 1 Q. BENEFIT CODE KEY - EFFECTIVE 08-31-07 -2- THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND UP TO TEN (10) HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT CHRISTMAS DAY) SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON CHRISTMAS DAY SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. S. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. T. 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:OOAM 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 HOURLYRATE OF WAGE. ✓ 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. W ALL HOURS WORKED ON SATURDAYS AND SUNDAYS (EXCEPT MAKE-UP DAYS DUE TO CONDITIONS BEYOND THE CONTROL OF THE EMPLOYER)) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. X. THE FIRST FOUR (4) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TWELVE (12) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED OVER TWELVE (12) HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. WHEN HOLIDAY FALLS ON SATURDAY OR SUNDAY, THE DAY BEFORE SATURDAY, FRIDAY, AND THE DAY AFTER SUNDAY, MONDAY, SHALL BE CONSIDERED THE HOLIDAY AND ALL WORK PERFORMED SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. 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 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. BENEFIT CODE KEY - EFFECTIVE 08-31-07 -3- 2. 1. ALL HOURS WORKED ON SATURDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE- HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. 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. K. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY 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. P 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 TWO TIMES THE HOURLY RATE OF WAGE. 4A. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. HOLIDAY CODES 5. A. HOLIDAYS. NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). B HOLIDAYS. NEW YEARS 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). E. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, PRESIDENTIAL ELECTION DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). F. HOLIDAYS. NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (1 I). 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). J. HOLIDAYS: NEW YEAR'S DAY, 1MEIv1ORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, AND CHRISTMAS DAY (7). N. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (9). P HOLIDAYS. NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (9). 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). BENEFIT CODE KEY - EFFECTIVE 08-31-07 -4- 5. S. PAID HOLIDAYS: NEW YEARS DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (7). T. PAID HOLIDAYS. NEW YEARS DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND THE DAY BEFORE OR AFTER CHRISTMAS (10). ✓ PAID HOLIDAYS. SIX (6) PAID HOLIDAYS. W. PAID HOLIDAYS: NINE (9) PAID HOLIDAYS. 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). B PAID HOLIDAYS NEW YEAR'S EVE DAY, NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS EVE'S DAY, AND CHRISTMAS DAY (9). 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). F PAID HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (11). 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) Q PAID HOLIDAYS. NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY (8). UNPAID HOLIDAY, PRESIDENTS' DAY. T PAID HOLIDAYS: NEW 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). ✓ PAID HOLIDAYS. NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, CHRISTMAS DAY, AND ONE DAY OF THE EMPLOYEE'S CHOICE (9). W PAID HOLIDAYS: NEW YEARS 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 OR AFTER 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 (11). BENEFIT CODE KEY - EFFECTIVE 08-31-07 -5- NOTE CODES 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 f)R MORF. 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 HAZNIAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A: $1.00 LEVEL B $0.75, LEVEL C. $0.50, AND LEVEL D: $0.25 Washington State Department of Labor and Industries Policy Statement (Regarding the Production of "Standard" or "Non-standard" Items) Below is the department's (State L&I's) list of criteria to be used in determining whether a prefabricated item is "standard" or "non-standard". For items not appearing on WSDOT's predetermined list, these criteria shall be used by the Contractor (and the Contractor's subcontractors, agents to subcontractors, suppliers, manufacturers, and fabricators) to determine coverage under RCW 39.12. The production, in the State of Washington, of non- standard items is covered by RCW 39 12, and the production of standard items is not. The production of any item outside the State of Washington is not covered by RCW 39.12. 1. Is the item fabricated for a public works project? If not, it is not subject to RCW 39.12. If it is, go to question 2. 2. Is the item fabricated on the public works jobsite? If it is, the work is covered under RCW 39.12. If not, go to question 3. 3. Is the item fabricated in an assembly/fabrication plant set up for, and dedicated primarily to, the public works project? If it is, the work is covered by RCW 39.12. If not, go to question 4. 4. Does the item require any assembly, cutting, modification or other fabrication by the supplier? If not, the work is not covered by RCW 39.12. If yes, go to question 5. 5. Is the prefabricated item intended for the public works project typically an inventory item which could reasonably be sold on the general market? If not, the work is covered by RCW 39.12. If yes, go to question 6. 6. Does the specific prefabricated item, generally defined as standard, have any unusual characteristics such as shape, type of material, strength requirements, finish, etc? If yes, the work is covered under RCW 39.12. Any firm with questions regarding the policy, WSDOT's Predetermined List, or for determinations of covered and non -covered workers shall be directed to State L&I at (360) 902- 5330. Supplemental To Wage Rates 1 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricators Below is a list of potentially prefabricated items, originally furnished by WSDOT to Washington State Department of Labor and Industries, that may be considered non-standard and therefore covered by the prevailing wage law, RCW 39.12. Items marked with an X in the "YES" column should be considered to be non-standard and therefore covered by RCW 39.12. Items marked with an X in the "NO" column should be considered to be standard and therefore not covered. Of course, exceptions to this general list may occur, and in that case shall be evaluated according to the criteria described in State and L&I's policy statement. ITEM DESCRIPTION YES NO 1 Manhole Ring & Cover - manhole type 1, 2, 3, and 4 for bridges For use IU( UI IUCJCJ with Catch Basin type 2. The casting to meet AASHTO-M-105, class 30 gray iron casting. See Std. Plan B -1f, B -23a, B -23b, B -23c, and B -23d. X 2. Frame & Grate - frame and Grate for Catch Basin type 1, 1L, 1 P, 2, 3, 4 and Concrete Inlets. Cast frame may be grade 70-36 steel, class 30 gray cast iron or grade 80-55-06 ductile iron. The cast grate may be grade 70-36 steel or grade 80-55-06 ductile iron. See Std. Plan B-2, B -2a, and B -2b. X 3. Grate Inlet & Drop Inlet Frame & Grate - Frame and Grate for Grate Inlets Type 1 or 2 or Drop Inlet. Angle iron frame to be cast into top of inlet. See Std. Plan B -4b or B -4h. Frames & Grates to be galvanized. X 4. Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes smaller than 60 inch diameter. X 5. Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes larger than 60 inch diameter. X 6. Corrugated Steel Pipe - Steel lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in diameter. May also be treated, 1 thru 5. X Supplemental To Wage Rates 2 ITEM DESCRIPTION YES NO 7. Corrugated Aluminum Pipe - Aluminum lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in diameter. May also be treated, #5. X 8. Anchor Bolts & Nuts - Anchor Bolts and Nuts, for mounting sign structures, luminaries and other items, shall be made from commercial bolt stock. See Contract Plans and Std. Plans for size and material type. X 9. Aluminum Pedestrian Handrail - Pedestrian handrail conforming to the type and material specifications set forth in the contract plans. Welding of aluminum shall be in accordance with Section 9-28.15(3). X 10. Major Structural Steel Fabrication - Fabrication of major steel items such as trusses, beams, girders, etc., for bridges. X 11. Minor Structural Steel Fabrication - Fabrication of minor steel items such as special hangers, brackets, access doors for structures, access ladders for irrigation boxes, bridge expansion joint systems, etc., involving welding, cutting, punching and/or boring of holes. See Contact Plans for item description and shop drawings. X 12. Aluminum Bridge Railing Type BP - Metal bridge railing conforming to the type and material specifications set forth in the Contract Plans. Welding of aluminum shall be in accordance with Section 9-28.15(3). X 13. Concrete Piling--Precast-Prestressed concrete piling for use as 55 and 70 ton concrete piling. Concrete to conform to Section 9-19.1 of Std. Spec.. Shop drawings for approval shall be provided per Section 6-05.3(3) of the Std Spec. X 14. Manhole Type 1, 2, 3 and 4 - Precast Manholes with risers X and flat top slab and/or cones. See Std. Plans. Supplemental To Wage Rates 3 ITEM DESCRIPTION YES NO 15. Drywell - Drywell as specified in Contract Plans. X 16. Catch Basin - Catch Basin type 1, 1 L, 1P, 2, 3, and 4, including risers, frames maybe cast into riser. See Std. Plans. X 17. Precast Concrete Inlet - Concrete Inlet with risers, X frames may be cast into risers. See Std. Plans. 18. Drop Inlet Type 1 - Drop Inlet Type 1 with support X angles and grate. See Std. Plans B -4f and B -4h. 19. Drop Inlet Type 2 - Drop Inlet type 2 with support X angles and grate. See Std. Plans B -4g and B -4h. 20. Grate Inlet Type 2 - Grate Inlet Type 2 with risers and X top unit with bearing angles. 21. Precast Concrete Utility Vaults - Precast Concrete utility vaults of various sizes. Used for in ground storage of utility facilities and controls. See Contract Plans for size and construction requirements. Shop drawings are to be provided for approval prior to casting. X 22. Vault Risers - For use with Valve Vaults and Utilities X Vaults. 23. Valve Vault - For use with underground utilities. X See Contract Plans for details. 24. Precast Concrete Barrier - Precast Concrete Barrier for use as new barrier or may also be used as Temporary Concrete Barrier. Only new state approved barrier may be used as permanent barrier. X Supplemental To Wage Rates 4 ITEM DESCRIPTION YES NO 25. Reinforced Earth Wall Panels - Reinforced Earth Wall Panels in size and shape as shown in the Plans. Fabrication plant has annual approval for methods and materials to be used. See Shop Drawing. Fabrication at other locations may be approved, after facilities inspection, contact HQ. Lab. X 26. Precast Concrete Walls - Precast Concrete Walls - tilt -up wall panel in size and shape as shown in Plans. Fabrication plant has annual approval for methods and materials to be used. X 27. Precast Railroad Crossings - Concrete Crossing Structure X Slabs. 28. 12, 18 and 26 inch Standard Precast Prestressed Girder - Standard Precast Prestressed Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)c. X 29. Prestressed Concrete Girder Series 4-14 - Prestressed Concrete Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)c. X 30. Prestressed Tri -Beam Girder - Prestressed Tri -Beam Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)c. X 31. Prestressed Precast Hollow -Core Slab - Precast Prestressed Hollow -core slab for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)c. X Supplemental To Wage Rates 5 ITEM DESCRIPTION YES NO 32. Prestressed -Bulb Tee Girder - Bulb Tee Prestressed Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec Section 6-02.3(26)A. X 33. Monument Case and Cover - To meet AASHTO-M-105 class X 30 gray iron casting. See Std. Pian H-7. . 34. Cantilever Sign Structure - Cantilever Sign Structure fabricated from steel tubing meeting AASHTO-M-183. See Std. Plans G-3, G -3a, and Contract Plans for details. The steel structure shall be galvanized after fabrication in accordance with AASHTO-M-111. X 35. Mono -tube Sign Structures - Mono -tube Sign Bridge fabricated to details shown in the Plans. Shop drawings for approval are required prior to fabrication. X 36. Steel Sign Bridges - Steel Sign Bridges fabricated from steel tubing meeting AASHTO-M-138 for Aluminum Alloys. See Std. Plans G-2, G2a, G -2b, and Contract Plans for details. The steel structure shall be galvanized after fabrication in accordance with AASHTO-M-111. X 37. Steel Sign Post - Fabricated steel sign posts as detailed in Std. Plan G-8. Shop drawings for approval are to be provided prior to fabrication. X 38. Light Standard -Prestressed - Spun, prestressed, hollow, X concrete poles. 39. Light Standards - Lighting Standards for use on highway illumination systems, poles to be fabricated to conform with methods and materials as specified on Std. Plan J-1, J-1 a, and J-1 b. See Special Provisions for pre -approved drawings. X Supplemental To Wage Rates 6 ITEM DESCRIPTION YES NO 40. Traffic Signal Standards - Traffic Signal Standards for X use on highway and/or street signal systems. Standards to be fabricated to conform with methods and material as specified on Std. Plans J-1, J -7a, J -7c, and J-8. See Special Provisions for pre -approved drawings. 41. Traffic Curb, Type A or C Precast - Type A or C Precast traffic curb, for use in construction of raised channelization, and other traffic delineation uses such as parking lots, rest areas, etc. NOTE: Acceptance based on inspection of Fabrication Plant and an advance sample of curb section to be submitted for approval by Engineer. X 42. Traffic Signs - Prior to approval of a Fabricator X X of Traffic Signs, the sources of the following custom std. signing materials must be submitted and approved msg msg for reflective sheeting, legend material, and aluminum sheeting. NOTE: **' Fabrication inspection required. Only signs tagged "Fabrication Approved" by WSDOT Sign Fabrication Inspector to be installed. 43. Cutting & bending reinforcing steel X 44. Guardrail components X X custom standard end sect. sect. 45. Aggregates/Concrete mixes Covered by WAC 296-127-018 46. Asphalt Covered by WAC 296-127-018 47. Fiber fabrics X 48. Electrical wiring/components X 49. treated or untreated timber piles X Supplemental To Wage Rates 7 ITEM DESCRIPTION YES NO 50. Girder pads (elastomeric bearing) X 51. Standard Dimension lumber X 52. Irrigation components X 53. Fencing materials X 54. Guide Posts X 55. Traffic Buttons X 56. Epoxy X 57. Cribbing X 58. Water distribution materials X 59. Steel "H" piles X 60. Steel pipe for concrete pile casings X 61. Steel pile tips, standard X 62. Steel pile tips, custom X Supplemental To Wage Rates 8 State of Washington Department of Labor and Industries Prevailing Wage Section - Telephone (360) 902 - PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, 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. METAL FABRICATION (IN SHOP) EFFECTIVE 08-31-07 ********************************************************************************************************* Classification Code (See Benefit Code Key) Counties Covered: ADAMS Over PREVAILING Time Holiday WAGE Code Code FITTER/WELDER $12.76 1 LABORER $8.13 1 MACHINE OPERATOR $14 47 1 PAINTER $10.20 1 WELDER $13 71 1 Counties Covered: ASOTIN FITTER $16.06 1 FITTER/WELDER $12.76 1 LABORER $8 13 1 MACHINE OPERATOR $19 00 1 PAINTER $10.20 1 WELDER $13 04 1 Counties Covered. BENTON FITTER $12.93 1 LABORER $13.50 1 LAYEROUT $13 75 1 MACHINE OPERATOR $18.12 1 PAINTER $12.70 1 WELDER $16.26 1 Counties Covered: CHELAN FITTER $15.04 1 LABORER $13.05 1 LAYEROUT $21 01 1 MACHINE OPERATOR $13.05 1 PAINTER $15.66 1 WELDER $17.80 1 Supplemental To Wage Rates 9 METAL FABRICATION (IN SHOP) EFFECTIVE 08-31-07 ********************************************************************************************************* (See Benefit Code Key) Classification Code Counties Covered: CLALLAM Over PREVAILING Time Holiday WAGE Code Code FITTER/WELDER $15 16 1 LABORER $9.50 1 MACHINE OPERATOR $26 90 1 PAINTER $11.41 1 Counties Covered. CLARK FITTER $25.84 1 LABORER $17 56 1 LAYEROUT $27 46 1 MACHINE OPERATOR $27.12 1 PAINTER $23.66 1 WELDER $25.24 1 Counties Covered: COLUMBIA, FERRY, GARFIELD, KITTI TAS, LINCOLN, PEND OREILLE AND WHITMAN FITTER/WELDER $12.76 1 LABORER $8.13 1 MACHINE OPERATOR $12.66 1 PAINTER $10.20 1 Counties Covered COWLITZ FITTER $24 46 1B 6V LABORER $17.46 1 MACHINE OPERATOR $24.46 1B 6V WELDER $24 46 1B 6V Counties Covered DOUGLAS FITTER/WELDER $12.76 1 LABORER $8.13 1 MACHINE OPERATOR $16.54 1 PAINTER $10.20 1 Counties Covered: FRANKLIN FITTER/WELDER $12.76 1 LABORER $8.13 1 MACHINE OPERATOR $12.66 1 PAINTER $10.20 1 WELDER $26 15 1 Supplemental To Wage Rates 10 Classification Code METAL FABRICATION (IN SHOP) EFFECTIVE 08-31-07 (See Benefit Code Key) Counties Covered: GRANT Over PREVAILING Time Holiday WAGE Code Code FITTER/WELDER $10 79 1 PAINTER $7.93 1 Counties Covered: GRAYS HARBOR AND MASON FITTER/WELDER $15.16 1 LABORER $11.13 1 MACHINE OPERATOR $10.66 1 PAINTER $11 41 1 Counties Covered: ISLAND FITTER/WELDER $15 16 1 LABORER $11 13 1 MACHINE OPERATOR $12.59 1 PAINTER $11.41 1 Counties Covered: JEFFERSON FITTER/WELDER $20.00 1 LABORER $9.58 1 MACHINE OPERATOR $10.66 1 PAINTER $11.41 1 WELDER $20 00 1 Counties Covered. KING FITTER $24 94 1 LABORER $25.45 1 LAYEROUT $37.15 1 MACHINE OPERATOR $30.96 1 PAINTER $25.15 1 WELDER $30.12 1 Counties Covered: KITSAP FITTER $30 85 1 LABORER $7.93 1 LAYEROUT $47.37 1 MACHINE OPERATOR $35.79 1 WELDER $13.83 1 Supplemental To Wage Rates 11 METAL FABRICATION (IN SHOP) EFFECTIVE 08-31-07 ********************************************************************************************************* (See Benefit Code Key) Classification Code Counties Covered: KLUCK!TAT Over PREVAILING Time Holiday WAGE Code Code FITTERIWELDER $20.00 1 LABORER $20 00 1 MACHINE OPERATOR $20 00 1 PAINTER $20.00 1 Counties Covered LEWIS FITTER $20.58 1 LABORER $10.00 1 MACHINE OPERATOR $25.21 1 PAINTER $9.72 1 WELDER $15 48 1 Counties Covered. OKANOGAN FITTER/WELDER $12.76 1 LABORER $9.00 1 MACHINE OPERATOR $12.66 1 PAINTER $10.20 1 WELDER $12 98 1 Counties Covered' PACIFIC FITTER/WELDER $15 16 1 LABORER $11.13 1 MACHINE OPERATOR $15.00 1 PAINTER $11.41 1 WELDER $15 00 1 Counties Covered: PIERCE FITTER $47 19 1 LABORER $28.96 1 LAYEROUT $47.89 1 MACHINE OPERATOR $27.80 1 PAINTER $30.22 1 WELDER $30.22 1 Counties Covered: SAN JUAN FITTER/WELDER $20 00 1 LABORER $20.00 1 MACHINE OPERATOR $20.00 1 PAINTER $20.00 1 Supplemental To Wage Rates 12 METAL FABRICATION (IN SHOP) EFFECTIVE 08-31-07 ********************************************************************************************************* Classification Code (See Benefit Code Key) Counties Covered: SKAGIT Over PREVAILING Time Holiday WAGE Code Code FITTER/WELDER $15.16 1 LABORER $11.13 1 MACHINE OPERATOR $18.12 1 PAINTER $11 41 1 Counties Covered: SKAMANIA AND WAHKIAKUM FITTER/WELDER $16.99 1 LABORER $10.44 1 MACHINE OPERATOR $17.21 1 PAINTER $17 03 1 Counties Covered: SNOHOMISH FITTER $30.64 1 FITTER/WELDER $37.31 1 LABORER $30.61 1 LAYEROUT $31 77 1 MACHINE OPERATOR $28.84 1 PAINTER $11.10 1 WELDER $49 02 1 Counties Covered: SPOKANE FITTER $12.59 1 LABORER $9.02 1 LAYEROUT $17.93 1 MACHINE OPERATOR $13.26 1 PAINTER $10.27 1 WELDER $14.77 1 Counties Covered: STEVENS FITTER/WELDER $12.76 1 LABORER $8.13 1 MACHINE OPERATOR $12.66 1 PAINTER $11.37 1 WELDER $10.00 1 Counties Covered: THURSTON FITTER $24.88 1A 6T LABORER $16.61 1A 6T LAYEROUT $26 95 1A 6T MACHINE OPERATOR $22.81 1A 6T WELDER $19 72 1A 6T Supplemental To Wage Rates 13 Classification Code METAL FABRICATION (IN SHOP) EFFECTIVE 08-31-07 (See Benefit Code Key) Counties Covered: WALLA WALLA Over PREVAILING Time Holiday WAGE Code Code FITTER/WELDER $14.90 1 LABORER $14.09 1 MACHINE OPERATOR $13.00 1 PAINTFR $17.21 1 WELDER $14.90 1 Counties Covered. WHATCOM FITTER $43.12 1 FITTER/WELDER $25.66 1 LABORER $9.00 1 MACHINE OPERATOR $28.14 1 PAINTER $15.57 1 WELDER $24.48 1 Counties Covered. YAKIMA FITTER $12.00 1 LABORER $9.80 1 LAYEROUT $37.42 1 MACHINE OPERATOR $14.59 1 PAINTER $12.46 1 WELDER $15.71 1 Supplemental To Wage Rates 14 FABRICATED PRECAST CONCRETE PRODUCTS EFFECTIVE 08-31-07 ******************************************************************************************************** (See Benefit Code Key) Over PREVAILING Time Holiday WAGE Code Code Classification Code Counties Covered: ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND OREILLE, STEVENS, WALLA WALLA AND WHITMAN ALL CLASSIFICATIONS Counties Covered: CHELAN, KITTITAS, KLICKITAT AND SKAMANIA ALL CLASSIFICATIONS $9.96 1 $8.61 1 Counties Covered: CLALLAM, CLARK, COWLITZ, GRAYS HARBOR, ISLAND, JEFFERSON, KITSAP, LEWIS, MASON, PACIFIC, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WAHKIAKUM ALL CLASSIFICATIONS $13.50 1 Counties Covered: FRANKLIN ALL CLASSIFICATIONS $11.50 1 Counties Covered: KING ALL CLASSIFICATIONS $12.70 2K 5B Counties Covered: PIERCE ALL CLASSIFICATIONS $9.28 1 Counties Covered: SPOKANE ALL CLASSIFICATIONS $20.23 1 Counties Covered: WHATCOM ALL CLASSIFICATIONS $13 67 1 Supplemental To Wage Rates 15 FABRICATED PRECAST CONCRETE PRODUCTS EFFECTIVE 0831-07 ******************************************************************************************************** (See Benefit Code Key) Classification Code Counties Covered' YAKIMA CRAFTSMAN LABORER Over PREVAILING Time Holiday WAGE Code Code $8.65 $T93 1 1 Supplemental To Wage Rates 16 WSDOT's List of State Occupation not applicable to Heavy and Highway Construction Projects This project is subject to the state hourly minimum rates for wages and fringe benefits in the contract provisions, as provided by the state Department of Labor and Industries. The following list of occupations, is comprised of those occupations that are not normally used in the construction of heavy and highway projects. When considering job classifications for use and / or payment when bidding on, or building heavy and highway construction projects for, or administered by WSDOT, these Occupations will be excepted from the included "Washington State Prevailing Wage Rates For Public Work Contracts" documents. • Electrical Fixture Maintenance Workers • Electricians - Motor Shop • Heating Equipment Mechanics • Industrial Engine and Machine Mechanics • Industrial Power Vacuum Cleaners • Inspection, Cleaning, Sealing of Water Systems by Remote Control • Laborers - Underground Sewer & Water • Machinists (Hydroelectric Site Work) • Modular Buildings • Playground & Park Equipment Installers • Power Equipment Operators - Underground Sewer & Water • Residential *** ALL ASSOCIATED RATES *** • Sign Makers and Installers (Non -Electrical) • Sign Makers and Installers (Electrical) • Stage Rigging Mechanics (Non Structural) The following occupations may be used only as outlined in the preceding text concerning "WSDOT's list for Suppliers - Manufacturers - Fabricators" • Fabricated Precast Concrete Products • Metal Fabrication (In Shop) Definitions for the Scope of Work for prevailing wages may be found at the Washington State Department of Labor and Industries web site and in WAC Chapter 296-127. Supplemental to Wage Rates 17 Washington State Department of Labor and Industries Policy Statements (Regarding Production and Delivery of Gravel, Concrete, Asphalt, etc.) The following two letters from the State Department of Labor and Industries (State L&I) dated August 18, 1992 and June 18, 1999, clarify the intent and establish policy for administrating the provisions of WAC 296-127-018 COVERAGE AND EXEMPTIONS OF WORKERS INVOLVED IN THE FROnl AND DELIVERY OF GRAVEL CONCRFTE ASPHALT OR SIMILAR MATERIALS. Any firm with questions regarding the policy, these letters, or for determinations of covered and non -covered workers shall be directed to State L&i at (360) 902-5330. Effective September 1, 1993, minimum prevailing wages for all work covered by WAC 296-127- 018 for the production and/or delivery of materials to a public works contract will be found under the regular classification of work for Teamsters, Power Equipment Operators, etc. Supplemental to Wage Rates 18 ESAC DIVISION - TELEPHONE (206) 586-6887 PO BOX 44540, OLYMPIA, WASHINGTON 98504-4540 August 18, 1992 TO: All Interested Parties FROM: Jim P. Christensen Acting Industrial Statistician SUBJECT: Materials Suppliers - WAC 296-127-018 This memo is intended to provide greater clarity regarding the application of WAC 296-127-018 to awarding agencies, contractors, subcontractors, material suppliers and other interested parties. The information contained herein should not be construed to cover all possible scenarios which might require the payment of prevailing wage. The absence of a particular activity under the heading "PREVAILING WAGES ARE REQUIRED FOR" does not mean that the activity is not covered. Separate Material Supplier Equipment Operator rates have been eliminated. For those cases where a production facility is set up for the specific purpose of supplying materials to a public works construction site, prevailing wage rates for operators of equipment such as crushers and batch plants can be found under Power Equipment Operators. PREVAILING WAGES ARE REQUIRED FOR: 1. Hauling materials away from a public works project site, including excavated materials, demolished materials, etc. 2. Delivery of materials to a public works project site using a method that involves incorporation of the delivered materials into the project site, such as spreading, leveling, rolling, etc. 3. The production of materials at a facility that is established for the specific, but not necessarily exclusive, purpose of supplying materials for a public works project. 4. Delivery of the materials mentioned in #3 above, regardless of the method of delivery. PREVAILING WAGES ARE NOT REQUIRED FOR: 1. The production of materials by employees of an established materials supplier, in a permanent facility, as well as the delivery of these materials, as long as delivery does not include incorporation of the materials into the job site. 2. Delivery of materials by a common or contract carrier, as long as delivery does not include incorporation of the materials into the job site. 3. Production of materials for unspecified future use. Supplemental to Wage Rates 19 STATE OF WASHINGTON DEPARTMENT OF LABOR AND INDUSTRIES June 18, 1999 TO: Kerry S. Radcliff, Editor Washington State Register FROM: Gary Moore, Director Department of Labor and Industries SUBJECT: Notice re WAC 296-127-018, Coverage and exemptions of workers involved in the production and delivery of gravel, concrete, asphalt, or simiiar materials The department wishes to publish the following Notice in the next edition of the Washington State Register: NOTICE Under the current material supplier regulations, WAC 296-127-018, the department takes the position that prevailing wages do not apply to the delivery of wet concrete to public works sites, unless the drivers do something more than just deliver the concrete. Drivers delivering concrete into a crane and bucket, hopper of a pump truck, or forms or footings, are not entitled to prevailing wages unless they operate machinery or use tools that screed, float, or put a finish on the concrete. This position applies only to the delivery of wet concrete. It does not extend to the delivery of asphalt, sand, gravel, crushed rock, or other similar materials covered under WAC 296-127-018. The department's position applies only to this regulation. If you need additional information regarding this matter, please contact Greg Mowat, Program Manager, Employment Standards, at P.O. Box 44510, Olympia, WA 98504-4510, or call (360) 902-5310. Please publish the above Notice in WSR 99-13. If you have questions or need additional information, please call Selwyn Walters at 902-4206. Thank you. Cc: Selwyn Walters, Rules Coordinator Patrick Woods, Assistant Director Greg Mowat, Program Manager Supplemental to Wage Rates 20 SECTION 6 - TECHNICAL SPECIFICATIONS G:\PROJECTS\2006\060288\060288 SPECS.doc 6-1 CITY OF YAKIMA YAKIMA COUNTY, WASHINGTON SPECIAL PROVISIONS FOR LEVEL 2 DOMESTIC WATER SYSTEM IMPROVEMENTS - PHASE 2 City of Yakima Project No. WA2096 - PHASE 2 HLA Project Number 06028B CONTENTS PAGE NO. SPECIAL PROVISIONS 6-3 DESCRIPTION OF WORK 6-3 1-01 DEFINITIONS AND TERMS 6-4 1-02 BID PROCEDURES AND CONDITIONS 6-6 1-03 AWARD AND EXECUTION OF CONTRACT 6-10 1-04 SCOPE OF THE WORK 6-11 1-05 CONTROL OF WORK 6-13 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 6-21 1-08 PROSECUTION AND PROGRESS 6-32 1-09 MEASUREMENT AND PAYMENT 6-38 1-10 TEMPORARY TRAFFIC CONTROL 6-43 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP. 6-44 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 6-45 2-07 WATERING 6-46 2-09 STRUCTURE EXCAVATION 6-46 2-11 TRIMMING AND CLEANUP 6-47 3-01 PRODUCTION FROM QUARRY AND PIT SITES AND STOCKPILING 6-47 3-02 STOCKPILING AGGREGATES 6-47 4-04 BALLAST AND CRUSHED SURFACING 6-47 7-09 PIPE AND FITTINGS FOR WATER MAIN 6-47 7-12 VALVES FOR WATER MAINS 6-50 7-21 REPLACE OVERFLOW STANDPIPE 6-51 7-22 REPLACE ACCESS LADDER 6-52 8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL 6-52 AMENDMENTS TO THE 2006 WASHINGTON STATE DOT STANDARD SPECS G:\PROJECTS\2006\06028B\06028B SPECS.doc 6-2 SPECIAL PROVISIONS FOR CITY OF YAKIMA LEVEL 2 DOMESTIC WATER SYSTEM IMPROVEMENTS - PHASE 2 City of Yakima Project No. WA2096 - PHASE 2 HLA Project No. 06028B The following Special Provisions are made a part of this contract and supersede any conflicting provisions of the 2006 Standard Specifications for Road, Bridge and Municipal Construction, 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) (******) (Regions' date) (BSP date) General Special Provision Notes a revision to a General Special Provision and also notes a Project Specific Special Provision. Region Special Provision Bridges and Structures Special Provision General Special Provisions are similar to Standard Specifications in that they typically apply to many projects, usually in more than one Region. Usually, the only difference from one project to another is the inclusion of variable project data, inserted as a "fill-in". 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 similar to Standard Specifications in that they typically apply to many projects, usually in more than one Region. Usually, the only difference from one project to another is the inclusion of variable project data, inserted as a "fill-in". Project Specific Special Provisions normally appear only in the contract for which they were developed. DESCRIPTION OF WORK The project consists of construction of approximately 320 linear feet of new 16 -inch D.I. water main, rehabilitation of reservoir overflow standpipes and access ladders; removal of existing surge tower structure, manholes, pipe, valve, and fittings; abandonment of existing piping; and repair of existing gravel surfacing; and other associated work. G:\PROJECTS\2006\060286\060288 SPECS.doc 6-3 A Construction Sequence is included in the Plans, which must be closely followed by the Contractor, and may describe work to be completed from more than one location of work at the same time. The quantities of work indicated in the proposal are to be considered as estimates and are for comparative bidding purposes only. All payments will be made on the basis of actual field measurement of Contract work completed. All work shall be done in accordance with the Plans, the Standard Specifications for Road, Bridge, and Municipal Construction prepared by the Washington State Department of Transportation dated 2006, referenced codes and organizations, and these Special Provisions. 1-01 DEFINITIONS AND TERMS 1-01.3 DEFINITIONS (******) Section 1-01.3 is supplemented as follows: TI__ /-s-r A nd n ..t at.... [+a. J.....J f�... .. ,.:a:.... a:.. �.... ..h..II h.. F. ..-LI.....- .,1 .-..+.-..-ih...J h.. 4.k.. 1 IIC LCI UC111 ICU 111 JCI, 1 IVIV I -u 1.0 ul tI IC Jtdl lUdl U JpCLIIlt,dllUI I, JI Ian Ue IUl incl Ucai,l lucu uy ulc following: Contracting Agency: City of Yakima 129 North Second Street Yakima, WA 98901 The terms "Contracting Agency'', "Agency" and "Owner" are interchange- able. Engineer: Working Drawings: 1-01.3 Definitions (October 1, 2005 APWA GSP) Huibregtse, Louman Associates, Inc. 801 North 39th Avenue Yakima, WA 98902 Working drawings are further defined as electrical diagrams, catalog cut sheets, manufacturer's informational sheets describing salient features, performance curves, or samples of fabricated and manufactured items (including mechanical and electrical equipment) required for the construction project. This Section is supplemented with the following: All references in the Standard Specifications to the terms "State", "Department of Transportation", "Washington State Transportation Commission", "Commission", "Secretary of Transportation", "Secretary", "Headquarters", and "State Treasurer" shall be revised to read "Contracting Agency" All references to "State Materials Laboratory" shall be revised to read "Contracting Agency designated location". The venue of all causes of action arising from the advertisement, award, execution, and performance of the contract shall be in the Superior Court of the County where the Contracting Agency's headquarters are located. Additive A supplemental unit of work or group of bid items, identified separately in the proposal, which may, at the discretion of the Contracting Agency, be awarded in addition to the base bid. G:\PROJECTS\200610602861060286 SPECS.doc 6-4 Alternate One of two or more units of work or groups of bid items, identified separately in the proposal, from which the Contracting Agency may make a choice between different methods or material of construction for performing the same work. Contract Documents See definition for "Contract". Contract Time The period of time established by the terms and conditions of the contract within which the work must be physically completed. Dates Bid Opening Date The date on which the Contracting Agency publicly opens and reads the bids. Award Date The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive bidder for the work. Contract Execution Date The date the Contracting Agency officially binds the agency to the contract. Notice to Proceed Date The date stated in the Notice to Proceed on which the contract time begins. Substantial Completion Date The day the Engineer determines the Contracting Agency has full and unrestricted use and benefit of the facilities, both from the operational and safety standpoint, and only minor incidental work, replacement of temporary substitute facilities, or correction or repair remains for the physical completion of the total contract. Contract Completion Date The date by which the work is contractually required to be physically completed. The Contract Completion Date will be stated in the Notice to Proceed. Revisions of this date will be authorized in writing by the Engineer whenever there is an extension to the contract time. Physical Completion Date The day all of the work is physically completed on the project. All documentation required by the contract and required by law does not necessarily need to be furnished by the Contractor by this date Completion Date The day all the work specified in the contract is completed and all the obligations of the Contractor under the contract are fulfilled by the Contractor. All documentation required by the contract and required by law must be furnished by the Contractor before establishment of this date. Final Acceptance Date The date on which the Contracting Agency accepts the work as complete. Notice of Award The written notice from the Contracting Agency to the successful bidder signifying the Contracting Agency's acceptance of the bid. G:\PROJECTS\2006\06028B\060288 SPECS.doc 6-5 Notice to Proceed The written notice from the Contracting Agency or Engineer to the Contractor authorizing and directing the Contractor to proceed with the work and establishing the date on which the contract time begins. Traffic Both vehicular and non -vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and equestrian traffic. 1-02 BID PROCEDURES AND CONDITIONS 1-02.1 PREOUALJFICATION OF BIDDERS Delete this Section and replace it with the following: 1-02.1 Qualifications of Bidder (October 1, 2005 APWA GSP) 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. 1-02.2 Pians and Specifications (October 1, 2005 APWA GSP) Delete this section and replace it with the following: Information as to where Bid Documents can be obtained or reviewed will be found in the Call for Bids (Advertisement for Bids) for the work. After award of the contract, plans and specifications will be issued to the Contractor at no cost as detailed below: To Prime Contractor Reduced plans (11" x 17") No. of Sets Basis of Distribution 6 Furnished automatically and Contract Provisions upon award Large plans (22" x 34") 2 Furnished only upon and Contract Provisions request Additional plans and Contract Provisions may be purchased by the Contractor by payment of the cost stated in the Call for Bids. 1-02.4 EXAMINATION OF PLANS, SPECIFICATIONS, AND SITE OF WORK 1-02.4(1) GENERAL Add the following paragraph: No pre-bid approval on any proposed substitute equipment shall be granted prior to the bid opening unless specified otherwise in these Specifications. G:\PROJECTS\2006\060288\060288 SPECS.doc 6-6 1-02.5 Proposal Forms (October 1, 2005 APWA GSP) Delete this section and replace it with the following: At the request of a bidder, the Contracting Agency will provide a proposal form for any project on which the bidder is eligible to bid. The proposal form will identify the project and its location and describe the work. It will also list estimated quantities, units of measurement, the items of work, and the materials to be furnished at the unit bid prices. The bidder shall complete spaces on the proposal form that call for, but are not limited to, unit prices; extensions; summations; the total bid amount; signatures; date; and, where applicable, retail sales taxes and acknowledgment of addenda; the bidder's name, address, telephone number, and signature; the bidder's D/M/WBE commitment, if applicable; a State of Washington Contractor's Registration Number; and a Business License Number, if applicable. Bids shall be completed by typing or shall be printed in ink by hand, preferably in black ink. The required certifications are included as part of the proposal form. The Contracting Agency reserves the right to arrange the proposal forms with alternates and additives, if such be to the advantage of the Contracting Agency. The bidder shall bid on all alternates and additives set forth in the proposal forms unless otherwise specified. Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by the signer of the bid. The bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner. A bid by a corporation shall be executed in the corporate name, by the president or a vice president (or other corporate officer accompanied by evidence of authority to sign). A bid by a partnership shall be executed in the partnership name, and signed by a partner. A copy of the partnership agreement shall be submitted with the Bid Form if any D/M/WBE requirements are to be satisfied through such an agreement. A bid by a joint venture shall be executed in the joint venture name and signed by a member of the joint venture. A copy of the joint venture agreement shall be submitted with the Bid Form if any D/W/MBE requirements are to be satisfied through such an agreement. 02064.GR1 Preparation Of Proposal (August 2, 2004) The fifth and sixth paragraphs of Section 1-02.6 are deleted. 1-02.6 PREPARATION OF PROPOSAL (******) Delete the second paragraph and replace with the following. Any bid item which has a unit price but no extension column amount shall have the extension amount determined by multiplying the unit price times the unit quantity. Any bid item which does not have a unit price but does have an extension column amount shall have the unit price determined by dividing the extension amount by the unit quantity. Should both the unit price and the extension column amount be left blank, then the entire bid shall be considered non-responsive. 1-02.7 Bid Deposit October 1, 2005 APWA GSP Supplement this section with the following: Bid bonds shall contain the following: G:\PROJECTS\2006\060288\06028B SPECS.doc 6-7 1. Contracting Agency -assigned number for the project; 2. Name of the project; 3 The Contracting Agency named as obligee; 4. The amount of the bid bond stated either as a dollar figure or as a percentage which represents five percent of the maximum bid amount that could be awarded; 5. Signature of the bidder's officer empowered to sign official statements. The signature of the person authorized to submit the bid should agree with the signature on the bond, and the title of the person must accompany the said signature; 6. The signature of the surety's officer empowered to sign the bond and the power of attorney. If so stated in the Contract Provisions, bidder must use the bond form included in the Contract Provisions. 1-02.9 Delivery of Proposal (October 1, 2005 APWA GSP) Revise the first paragraph to read: Each proposal shall be submitted in a sealed envelope, with the Project Name and Project Number as stated in the Advertisement for Bids (Call for Bids) clearly marked on the outside of the envelope, or as otherwise stated in the Bid Documents, to ensure proper handling and delivery. This section is supplemented with the following: Clearly identified sealed bids will be received at the following location before the specified time: Office of the Contracting Agency, Yakima City Hall, 129 North Second Street, Yakima, WA 98901, until the time and date set for the bid opening. 1-02.13 Irregular Proposals (October 1, 2005 APWA GSP) Revise item 1 to read: 1. A proposal will be considered irregular and will be rejected if: a. The bidder is not prequalified when so required; b. The authorized proposal form furnished by the Contracting Agency is not used or is altered; c. The completed proposal form contains any unauthorized additions, deletions, alternate bids, or conditions; d. The bidder adds provisions reserving the right to reject or accept the award, or enter into the contract; e A price per unit cannot be determined from the bid proposal; f. The proposal form is not properly executed; g. The bidder tails to submit or properly complete a subcontractor list, if applicable, as required in Section 1-02.6. h. The bidder fails to submit or properly complete a Disadvantaged, Minority or Women's Business Enterprise Certification, if applicable, as required in Section 1-02.6; or i. The bid proposal does not constitute a definite and unqualified offer to meet the material terms of the bid invitation. (******) Add the following to Item 2: f. If changes to proposal form entries are not initialized. G:\PROJECTS\2006\060288\06028B SPECS.doc 6-8 1-02.14 Disqualification of Bidders (October 1, 2005 APWA GSP) Revise this section to read: A bidder may be deemed not responsible and the proposal rejected if: 1. More than one proposal is submitted for the same project from a bidder under the same or different names; 2. Evidence of collusion exists with any other bidder or potential bidder. Participants in collusion will be restricted from submitting further bids; 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; 4. An unsatisfactory performance record exists based on past or current Contracting Agency work or for work done for others, as judged from the standpoint of conduct of the work; workmanship progress; affirmative action; equal employment opportunity practices; or Disadvantaged Business Enterprise, Minority Business Enterprise, or Women's Business Enterprise utilization; 5. There is uncompleted work (Contracting Agency or otherwise) which might hinder or prevent the prompt completion of the work bid upon; 6. The bidder failed to settle bills for labor or materials on past or current contracts; 7. The bidder has failed to complete a written public contract or has been convicted of a crime arising from a previous public contract; 8. The bidder is unable, financially or otherwise, to perform the work; 9. A bidder is not authorized to do business in the State of Washington (not registered in accordance with RCW 18.27); 10. There are any other reasons deemed proper by the Contracting Agency. 1-02.15 Pre Award Information (October 1, 2005 APWA GSP) Revise this section to read: Before awarding any contract, the Contracting Agency may require one or more of these items or actions of the apparent lowest responsible bidder: 1. A complete statement of the origin, composition, and manufacture of any or all materials to be used, 2. Samples of these materials for quality and fitness tests, 3. A progress schedule (in a form the Contracting Agency requires) showing the order of and time required for the various phases of the work, 4. A breakdown of costs assigned to any bid item, 5. Attendance at a conference with the Engineer or representatives of the Engineer, 6. Obtain, and furnish a copy of, a business license to do business in the city or county where the work is located. 7. A copy of State of Washington Contractor's Registration, or 8. Any other information or action taken that is deemed necessary to ensure that the bidder is the lowest responsible bidder. G:\PROJECTS\2006\06028B\06028B SPECS.doc 6-9 1-03 AWARD AND EXECUTION OF CONTRACT 1-03.1 Consideration of Bids (January 23, 2006 APWA GSP) Revise the first paragraph to read: After opening and reading proposals, the Contracting Agency will check them for correctness of extensions of the prices per unit and the total price. If a discrepancy exists between the price per unit and the extended amount of any bid item, the price per unit will control. If a minimum bid amount has been established for any item and the bidders unit or lump sum price is less than the minimum specified amount, the Contracting Agency will unilaterally revise the unit or lump sum price, to the minimum specified amount and recalculate the extension. The total of extensions, corrected where necessary, including sales taxes where applicable and such additives and/or alternates as selected by the Contracting Agency, will be used by the Contracting Agency for award purposes and to fix the Awarded Contract Price amount and the amount of the contract bond. 1-03.2 AWARD OF CONTRACT Add the following: The Contract will be awarded on the basis of the total of all bid items accepted by the Contracting Agency. The Contractor shall submit bids for all schedules and all bid items to be considered as a responsive bidder. The apparent low bidder will be determined based on the combined total of all bid items/schedules. 1-03.3 Execution of Contract (October 1, 2005 APWA GSP) Revise this section to read: Copies of the Contract Provisions, including the unsigned Form of Contract, will be available for signature by the successful bidder on the first business day following award. The number of copies to be executed by the Contractor will be determined by the Contracting Agency. Within ten (10) calendar days after the award date, the successful bidder shall return the signed Contracting Agency -prepared contract, an insurance certification as required by Section 1-07.18, and a satisfactory bond as required by law and Section 1-03.4. Before execution of the contract by the Contracting Agency, the successful bidder shall provide any pre -award information the Contracting Agency may require under Section 1-02.15. Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency nor shall any work begin within the project limits or within Contracting Agency -furnished sites. The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the Contracting Agency. If the bidder experiences circumstances beyond their control that prevents return of the contract documents within ten (10) calendar days after the award date stated above, the Contracting Agency may grant up to a maximum of thirty (30) additional calendar days for return of the documents, provided the Contracting Agency deems the circumstances warrant it. (******) Add the following: Failure to return the required documents within the allotted time shall be considered as non- responsive and shall result in forfeiture of the proposal bond or deposit of the bidder in accordance with Section 1-03.5. G:\PROJECTS\2006\06028B\060288 SPECS.doc 6-10 1-03.4 Contract Bond (October 1, 2005 APWA GSP) Revise the first paragraph to read: The successful bidder shall provide an executed contract bond for the full contract amount. This contract bond shall: 1. Be on a Contracting Agency -furnished form; 2. Be signed by an approved surety (or sureties) that: a. Is registered with the Washington State Insurance Commissioner, and b. Appears on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner, 3. Be conditioned upon the faithful performance of the contract by the Contractor within the prescribed time; 4. Guarantee that the surety shall indemnify, defend, and protect the Contracting Agency against any claim of direct or indirect loss resulting from the failure: a. Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors of the Contractor) to faithfully perform the contract, or b. Of the Contractor (or the subcontractors or lower tier subcontractors of the Contractor) to pay all laborers, mechanics, subcontractors, lower tier subcontractors, materialperson, or any other person who provides supplies or provisions for carrying out the work; 5. Be accompanied by a power of attorney for the Surety's officer empowered to sign the bond; and 6. Be signed by an officer of the Contractor empowered to sign official statements (sole proprietor or partner). If the Contractor is a corporation, the bond must be signed by the president or vice- president, unless accompanied by written proof of the authority of the individual signing the bond to bind the corporation (i.e., corporate resolution, power of attorney or a letter to such effect by the president or vice-president). (******) Add the following: The Contractor shall guarantee the material provided and workmanship performed under the Contract for a period of one year from and after the final acceptance thereof by the Contracting Agency. In addition to the requirements for the Contract Bond according to SECTION 1-03.4 of the Standard Specifications, the Bond shall further indemnify and hold the Contracting Agency harm- less from defects appearing or developing in the material or workmanship provided or performed under the Contract within a period of one year after final acceptance by the Contracting Agency. The Contract Bond shall be in the form of the Contract Bond document bound in these Specifica- tions. 1-04 SCOPE OF THE WORK 1-04.1(2) BID ITEMS NOT INCLUDED IN THE PROPOSAL Delete the first paragraph in its entirety and replace it with the following: If work is required to complete the project according to the intent of the Plans and Specifications but no bid item is provided in the Bid Schedule, then the Contractor shall include the cost for providing the necessary work in the unit or lump sum price for the bid item most closely related to the work. G:\PROJECTS\2006\060288\06028B SPECS.doc 6-11 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda (October 1, 2005 APWA GSP) Revise the second paragraph to read: Any inconsistency in the parts of the contract shall be resolved by following this order of precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 1. Addenda, 2. Proposal Form, 3. Special Provisions, including APWA General Special Provisions, if they are included, 4. Contract Plans, 5. Amendments to the Standard Specifications, 6. WSDOT/APWA Standard Specifications for Road, Bridge and Municipal Construction, 7. Contracting Agency's Standard Plans (if any), and 8. WSDOT/APWA Standard Plans for Road, Bridge, and Municipal Construction. 1-04.4 CHANGES Add the following: No changes in the work covered by the approved Contract Documents shall be made without having prior written or oral (as deemed appropriate due to urgency of change) approval of the Owner Charges or credits for the work covered by the approved change shall be determined by one or more, or a combination of the following methods: a. Unit bid prices previously approved. b. An agreed lump sum c. The actual costs of• (1) Labor, including foremen; (2) Materials entering permanently into the work; (3) The ownership or rental costs of construction plant and equipment during the time of use on the extra work; (4) Power and consumable supplies for the operation of power equipment; (5) Insurance; (6) Social Security and old age and unemployment contributions. Should authorized changes be made based upon the actual cost of material and labor, the costs thereof and costs allowed for overhead profit, bonds, insurance, etc., shall be determined via SECTION 1-09.6 FORCE ACCOUNT of the Standard Specifications. Delete the last two paragraphs in their entirety and replace with the following: After bid award, the Contractor may submit proposals for changing the Pians, Specifications, or other requirements of the Contract. These proposals must reduce the cost or time required for construction of the project. If determined appropriate by the Contracting Agency, a change order will be executed implementing the proposed change/changes. 1-04.6 VARIATION IN ESTIMATED QUANTITIES Add the following: The quantities of the following Bid Proposal Items are estimates for bidding purposes only. There will be no adjustments in price due to increases or decreases in quantities regardless of the G:\PROJECTS\2006\060288\06028B SPECS.doc 6-12 magnitude. The 25 percent provisions of this Section 1-04.6 shall not apply to the Bid items listed below. Payment will be made at the unit contract price for actual quantities of work completed. All Bid Items 1-04.11 FINAL CLEANUP Add the following: Partial cleanup shall be done by the Contractor when he feels it is necessary or when, in the opinion of the Contracting Agency, partial cleanup should be done prior to either final cleanup or final inspection. The cleanup work shall be done immediately upon written notification of the Engineer and other work shall not proceed until this partial cleanup is accomplished. Should the Contractor not conduct the cleanup as directed and in a timely manner, the Owner shall take action to have such cleanup work completed by others and will deduct such costs from any payment due the Contractor. 1-04.12 WASTE SITE (NEW SECTION) (******) The following new section shall be added to the Standard Specifications: Where there is additional waste excavation in excess of that needed for the project and in excess of that needed for compliance with requests of the Owner, the Contractor shall secure and operate his own waste site at his own expense. The Contractor shall also be required to secure and operate his own waste site at his own expense for the disposal of all unsuitable material, asphalt, concrete, debris, waste material, and any other objectionable material which is directed to waste by the Engineer. The Contractor shall comply with the State of Washington's regulations regarding disposal of waste material as outlined in WAC 172-304, Subchapter 461. 1-05 CONTROL OF WORK Add the following: The Contractor's attention is specifically directed to the following provisions of this SECTION 1-05: SECTION 1-05.4, CONFORMITY WITH AND DEVIATIONS FROM PLANS AND STAKES; paragraphs 3 through 7. SECTION 1-05.6, INSPECTION OF WORK AND MATERIALS: paragraphs 1, 3, 4, and 5. SECTION 1-05.13, SUPERINTENDENTS, LABOR, AND EQUIPMENT OF CONTRACTOR: paragraphs 2 and 3. Although specific attention is directed to the above sections, it shall not relieve the Contractor from the requirements of the remaining provisions of this section. 1-05.1 AUTHORITY OF THE ENGINEER (******) This section is supplemented with the following: Unless otherwise expressly provided in the Contract Drawings, Specifications, and Addenda, the means and methods of construction shall be such as the Contractor may choose; subject, however, to the Engineer's right to reject means and methods proposed by the Contractor which (1) will constitute or create a hazard to the work, or to persons or property; or (2) will not produce finished work in accordance with the terms of the Contract. The Engineer's approval of the Contractor's means and methods of construction or his failure to exercise his right to reject such means or methods shall not relieve the Contractor of the obligation to accomplish the result G:\PROJECTS\2006\060286\060288 SPECS.doc 6-13 intended by the Contract; nor shall the exercise of such right to reject create a cause for action for damages. 1-05.3 PLANS AND WORKING DRAWINGS (******) Add the following: A project construction sequence is included in the Plans. The specifics of the order of work may be at the Contractor's option, but shall closely follow the construction sequence outlined. The Contractor may submit an alternate construction sequence for review and approval prior to construction. ._,Ll Ul..11Vll. The materials and quality of the final constructed product are shown on the Plans and specified herein. It shall be the Contractor's responsibility to verify all quantities, dimensions, field construction criteria, materials, catalog numbers, or similar data to assure all portions of the work are coordinated and completed in compliance with the Plans and Specifications. The Contractor assumes full responsibility for all means, methods, sequences, techniques or procedures of construction, and for safety precautions or programs incidental thereto. 1-05.3(1) -%"0 4C, 1 RECvRD DRAWINGS (11EVV $EC 1 IJNI The following new section shall be added to the Standard Specifications: The Contractor shall maintain a neatly marked, full-size set of record drawings showing the final location and layout of all new construction. Drawings shall be kept current weekly, with all field instruction, change orders, and construction adjustment. Drawings shall be subject to the inspection of the Engineer at all times. Prior to acceptance of the work, the Contractor shall deliver to the Engineer one set of neatly marked record drawings showing the information required above. Requests for partial payment will not be approved if the marked -up prints are not kept current, and request for final payment will not be approved until the marked -up prints are delivered to the Engineer. 1-05.4 CONFORMITY WITH AND DEVIATION FROM PLANS AND STAKES Add the following new sub -section: 1-05.4(1) Roadway and Utility Surveys (October 1, 2005 APWA GSP) The Engineer shall furnish to the Contractor one time only all principal lines, grades, and measurements the Engineer deems necessary for completion of the work. These shall generally consist of one initial set of: 1. Offset points to establish line and grade for underground utilities such as water main. 1-05.4(1) ROADWAY AND UTILITY SURVEYS (******) This section is supplemented with the following: The Engineer will establish the line and grade of proposed construction by offset stakes, the centerline for minor structures, and establish bench marks at convenient locations for use by the Contractor. The Contractor shall establish grades from the Engineer's stakes at suitable intervals in accordance with good practice and which meet with the approval of the Engineer. Where any information on the Plans is insufficient for establishing line and/or grade, the Contractor shall request additional information from the Engineer. Where new construction adjoins existing construction, the Contractor shall make such adjustments in grade as are directed by the G:\PROJECTS\2006\060288\060288 SPECS.doc 6-14 Engineer. The Engineer will perform all surveying necessary to check compliance with the Specifications and as required for measuring the quantities of work as specified. The Contractor shall furnish assistance to the Engineer in checking depth and measuring quantities for payment purposes. Any charges incurred by the Engineer to replace stakes, markers, and monumentation which were not to be disturbed but were damaged by the Contractor's operations, shall be calculated on an hourly basis at the Engineer's normal hourly billing rates in effect at that time for the individuals and equipment required to do the work, including travel time and overtime. The Contractor does hereby authorize the Contracting Agency to deduct such costs from the amounts due or to become due to him. Any claim by the Contractor for extra compensation by reason of alterations or reconstruction work allegedly due to error in the Engineer's line and grade, will not be allowed unless the original control points set by the Engineer still exist, or unless other satisfactory substantiating evidence to prove the error is furnished the Engineer. Three consecutive points set on line or grade shall be the minimum points used to determine any variation from a straight line or grade. Any such variation shall, upon discovery, be reported to the Engineer. In the absence of such report, the Contractor shall be liable for any error in alignment or grade. The following new section shall be added: All staking requests shall be made on the "Construction Staking Request Form" found on the following page. The form shall be delivered or faxed to the Engineer's office at least three (3) working days prior to the date requested for staking. The Contractor shall provide a brief description of the staking needed the approximate location (station to station), and when the staking will be required. The request shall be reviewed with the Engineer and both parties shall sign the form. When the staking is completed, the survey party chief will initial and date the form Requests for re -stakes shall be marked boldly in the description and initialed by both the Contractor and the Engineer. G:\PROJECTS\2006\060286\060286 SPECS.doc 6-15 CONSTRUCTION STAKING REQUEST FORM FAX TO: ERIC HERZOG, P.L.S. at (509) 965-3800 Project Name CITY OF YAKIMA Project No. 06028B LEVEL 2 DOMESTIC WATER SYSTEM IMPROVEMENTS - PHASE 2 rontractnr Date of Request: Time of Request The Contractor shall provide at least three (3) working days notice as required by the Contract Special Provisions. ITEM DESCRIPTION STAT 1ON TO STAT1Li1d WHEN REQUIRED DATC TI VIC 1. 2. 3. 4. SIGNATURES STAKING COMPLETED Contractor Huibregtse, Louman Associates, Inc. G:\PROJECTS\2006\060288\060288 SPECS.doc 6-16 item By Date/Time 1. 2. 3. 4. 1-05.5 SURVEY MONUMENTS (NEW SECTION) The following new section shall be added to the Standard Specifications: The Contracting Agency will, at its own cost, reference all known existing monuments or markers relating to subdivisions, plats, roads, street centerline intersections, etc. The Contractor shall take special care to protect these monuments or markers and also the reference points. In the event the Contractor is negligent in preserving such monuments and markers, the points will be reset by a licensed surveyor at the Contractor's expense. 1-05.7 Removal of Defective and Unauthorized Work (October 1, 2005 APWA GSP) Supplement this section with the following: If the Contractor fails to remedy defective or unauthorized work within the time specified in a written notice from the Engineer, or fails to perform any part of the work required by the Contract Documents, the Engineer may correct and remedy such work as may be identified in the written notice, with Contracting Agency forces or by such other means as the Contracting Agency may deem necessary. If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have work the Contractor refuses to perform completed by using Contracting Agency or other forces. An emergency situation is any situation when, in the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk of loss or damage to the public. Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from monies due, or to become due, the Contractor. Such direct and indirect costs shall include in particular, but without limitation, compensation for additional professional services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized work. No adjustment in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the Contracting Agency's rights provided by this Section. The rights exercised under the provisions of this section shall not diminish the Contracting Agency's right to pursue any other avenue for additional remedy or damages with respect to the Contractor's failure to perform the work as required. 1-05.10(1) GENERAL GUARANTY AND WARRANTY (NEW SECTION) (******) The following new section shall be added to the Standard Specifications: If, within one year after the date of Final Acceptance of the Work by the Contracting Agency, defective and unauthorized work is discovered, the Contractor shall promptly, upon written request by the Contracting Agency, return and in accordance with the Engineer's instructions, either correct such work or, if such work has been rejected by the Engineer, remove it from the Project Site and replace it with non -defective and authorized work, all without cost to the Contracting Agency. If the Contractor does not promptly comply with the written request to correct defective and unauthorized work, or if an emergency exists, the Contracting Agency reserves the right to have defective and unauthorized work corrected or rejected, removed, and replaced pursuant to the provisions of SECTION 1-05.7 of these Specifications. G:\PROJECTS\2006\060288\060288 SPECS.doc 6-17 The Contractor agrees the above one-year limitation shall not exclude nor diminish the Contracting Agency's rights under any law to obtain damages and recover costs resulting from defective and unauthorized work discovered after one year but prior to the expiration of the legal time period set forth in RCW 9.16.040 limiting actions upon a contract in writing or liability, expressed or implied, arising out of a written agreement. 1-05.11 FINAL INSPECTION Delete this section and replace it with the following: 1-05.11 Final Inspections and Operational Testing (October 1, 2005 APWA GSP) 1-05.11(1) SUBSTANTIAL COMPLETION DATE When the Contractor considers the work to be substantially complete, the Contractor shall so notify the Engineer and request the Engineer establish the Substantial Completion Date. The Contractor's request shall list the specific items of work that remain to be completed in order to reach physical completion. The Engineer will schedule an inspection of the work with the Contractor to determine the status of completion. The Engineer may also establish the Substantial Completion Date unilaterally. If, after this inspection, the Engineer concurs with the Contractor that the work is substantially complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the Substantial Completion Date. If, after this inspection the Engineer does not consider the work substantially complete and ready for its intended use, the Engineer will, by written notice, so notify the Contractor giving the reasons therefor. Upon receipt of written notice concurring in or denying substantial completion, whichever is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized interruption, the work necessary to reach Substantial and Physical Completion. The Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work. The above process shall be repeated until the Engineer establishes the Substantial Completion Date and the Contractor considers the work physically complete and ready for final inspection. (******) Add the following: To be considered substantially complete, the following conditions must be met: 1. The Contracting Agency must have full and unrestricted use and benefit of the facilities, both from the operational and safety standpoint. 2. Only minor incidental work, replacement of temporary substitute facilities, or correction or repair work remains to reach physical completion of the work. 1-05.11(2) FINAL INSPECTION AND PHYSICAL COMPLETION DATE (******) When the Contractor considers the work physically complete and ready for final inspection, the Contractor by written notice, shall request the Engineer to schedule a final inspection. The Engineer will set a date for final inspection. The Engineer and the Contractor will then make a final inspection and the Engineer will notify the Contractor in writing of all particulars in which the final inspection reveals the work incomplete or unacceptable. The Contractor shall immediately take such corrective measures as are necessary to remedy the listed deficiencies. Corrective work shall be pursued vigorously, diligently, and without interruption until physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied the listed deficiencies have been corrected. G:\PROJECTS\2006\06028B\06028B SPECS.doc 6-18 If action to correct the listed deficiencies is not initiated within 7 days after receipt of the written notice listing the deficiencies, the Engineer may, upon written notice to the Contractor, take whatever steps are necessary to correct those deficiencies pursuant to Section 1-05.7. The Contractor will not be allowed an extension of contract time because of a delay in the performance of the work attributable to the exercise of the Engineer's right hereunder. Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting Agency, in writing, of the date upon which the work was considered physically complete. That date shall constitute the Physical Completion Date of the contract, but shall not imply acceptance of the work or that all the obligations of the Contractor under the contract have been fulfilled. 1-05.11(3) OPERATIONAL TESTING (******) It is the intent of the Contracting Agency to have at the Physical Completion Date a complete and operable system. Therefore when the work involves the installation of machinery or other mechanical equipment; street lighting, electrical distribution or signal systems; irrigation systems; buildings; or other similar work it may be desirable for the Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the physical completion date. Whenever items of work are listed in the Contract Provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment which prove faulty, or that are not in first class operating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing, shall be included in the unit contract prices related to the system being , tested, unless specifically set forth otherwise in the proposal. Operational and test periods, when required by the Engineer, shall not affect a manufacturer's guaranties or warranties furnished under the terms of the contract. 1-05.13 Superintendents, Labor and Equipment of Contractor (October 1, 2005 APWA GSP) Revise the seventh paragraph to read: Whenever the Contracting Agency evaluates the Contractor's qualifications pursuant to Section 1- 02.1, the Contracting Agency will take these performance reports into account. 1-05.16 Water and Power (New Section) (October 1, 2005 APWA GSP) Water for construction purposes shall be furnished and applied in accordance with these provisions and SECTION 2-07 of the Standard Specifications modified as follows: Water Supply: Water for use on the projects shall be furnished by the Contracting Agency and the Contractor shall convey the water from the nearest convenient hydrant or other source at his own expense. The hydrants shall be used in accordance with the appropriate Water Department regulations. Measurement and Payment: No separate measurement or payment for water will be made. This pertains to water required for dust control, water settling trenches, and any other water as G:\PROJECTS\2006\060286\060288 SPECS.doc 6-19 required by the Contract Documents. All costs for hauling, conveying, and applying water shall be included in the various bid items of the proposal. 1-05.17 Oral Agreements (New Section) (October 1, 2005 AWPA GSP) No oral agreement or conversation with any officer, agent, or employee of the Contracting Agency, either before or after execution of the contract, shall affect or modify any of the terms or obligations contained in any of the documents comprising the contract. Such oral agreement or conversation shall be considered as unofficial information and in no way binding upon the Contracting Agency, unless subsequently put in writing and signed by the Contracting Agency. 1-05.18 TESTING (NEW SECTION) The following new section shall be added to the Standard Specifications: Contractor shall r .1 F h d 1:...... and all testing The Contractor shall be ICJf.JVI1JIUle lol JI.IICUU111 iI,. paying for dll material LCSLII ILJ. IeqUIICU by these Contract Documents. All testing services shall be performed by an independent, certified testing firm and/or laboratory meeting the approval of the Engineer. The Contractor shall submit information relating to the qualifications of the proposed testing firm to the Engineer for review and approval prior to the preconstruction conference. The testing frequencies listed below may be modified to assure compliance with the Specifications. Trench Backfill Copies of moisture -density curves for each type of material encountered and cop1Ps of all test results shall be provided to the Engineer as construction progresses. Compaction tests shall be taken at a frequency and at depths sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for each 100 linear feet of mainline pipeline trench and one (1) test for each street crossing. At alternating 100 -foot locations along the main trench line, tests shall be taken at 1 -foot, 2 - foot, and 3 -foot depths below finish grade. The Engineer may request additional tests be performed at the Contractor's expense, if test results do not meet the required trench backfill densities. All trenches shall be backfilled and compacted to at least 95 percent of maximum density as determined by ASTM D 698 (Standard Proctor) Roadway Embankment Copies of the moisture density curves for each type of material encountered and copies of all test results shall be provided to the Engineer as construction progresses. Compaction tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for every 5,000 square feet of surface area for each lift of roadway embankment. The Engineer may request additional tests be performed at the Contractor's expense, if test results do not meet the required subgrade densities. Roadway embankment compaction shall be as specified in SECTION 2-03.3(14). Roadway Subgrade Copies of the moisture density curves for each type of material encountered and copies of all test results shall be provided to the Engineer as construction progresses. G:\PROJECTS\2006\060288\060288 SPECS.doc 6-20 Compaction tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for every 5,000 square feet of subgrade. The Engineer may request additional tests be performed at the Contractor's expense, if test results do not meet the required subgrade densities. Subgrade compaction shall be as specified for Roadway Embankment. Ballast and Crushed Surfacing Copies of the moisture density curves for each type of material incorporated into the project and copies of all test results shall be provided to the Engineer as construction progresses. Compaction tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for every 5,000 square feet of surface area for each lift of ballast or crushed surfacing. The Engineer may request additional tests be performed at the Contractor's expense, if test results do not meet the required subgrade densities. Compaction of ballast and crushed surfacing shall be as specified in SECTION 4-04.3(5). Cement Concrete Curb, Gutter, and Sidewalk A copy of the cement concrete design mix or certification from the concrete supplier that the concrete provided has been prepared to the strength requirement as specified elsewhere in these Specifications. Concrete strength cylinders shall be taken and tested each day, and every fourth truckload of concrete delivered to the job. All testing procedures shall be conducted in accordance with applicable Sections of Division 6-02 of the Standard Specifications. Copies of all test results shall be provided to the Engineer as construction progresses. Asphalt Paving Copies of the maximum Rice density test for each class of asphalt pavement and copies of all test results shall be provided to the Engineer as construction progresses. Density tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for every 2,500 square feet of surface area for each lift of asphalt pavement. The Engineer may request additional tests be performed at the Contractor's expense, if test results do not meet the required subgrade densities. Compaction of asphalt pavement shall be as specified in SECTION 5-04.3(10)B. 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.1 LAWS TO BE OBSERVED (******) Add the following: Amend the second sentence of the first paragraph to read: The Contractor shall indemnify and save harmless the State (including the Commission, the Secretary, and any agents, officers, and employees) and the Contracting Agency (including any G:\PROJECTS\2006\06028B\060288 SPECS.doc 6-21 agents, officers, employees, and representatives) against any claims which may arise because the Contractor (or any employee of the Contractor or subcontractor or materialman) violated a legal requirement. (October 1, 2005 APWA GSP) Supplement this section with the following: In cases of conflict between different safety regulations, the more stringent regulation shall apply. The Washington State Department of Labor and industries shall be the sole and paramount administrative agency responsible for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA). The Contractor shall maintain at the project site office, or other well known place at the project site, all articles necessary for providing first aid to the injured. The Contractor shall establish, publish, and make known to all employees, procedures for ensuring immediate removal to a hospital, or doctor's care, persons, including employees, who may have been injured on the project site. Employees should not be permitted to work on the project site before the Contractor has established and made known procedures for removal of injured persons to a hospital or a doctor's care. The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the Contractor's plant, appliances, and methods, and for any damage or injury resulting from their failure, or improper maintenance, use, or operation. The Contractor shall be solely and completely responsible for the conditions of the project site, including safety for all persons and property in the performance of the work. This requirement shall apply continuously, and not be limited to normal working hours. The required or implied duty of the Engineer to conduct construction review of the Contractor's performance does not, and shall not, be intended to include review and adequacy of the Contractor's safety measures in, on, or near the project site. 1-07.2 STATE SALES TAX Delete this section, including its sub -sections, in its entirety and replace it with the following: 1-07.2 State Sales Tax (October 1, 2005 APWA GSP) 1-07.2(1) GENERAL The Washington State Department of Revenue has issued special rules on the State sales tax. Sections 1-07.2(1) through 1-07.2(4) are meant to clarify those rules. The Contractor should contact the Washington State Department of Revenue for answers to questions in this area. The Contracting Agency will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability. The Contractor shall include all Contractor -paid taxes in the unit bid prices or other contract amounts. In some cases, however, state retail sales tax will not be included. Section 1-07.2(3) describes this exception. The Contracting Agency will pay the retained percentage only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all contract -related taxes have been paid (RCW 60.28.050). The Contracting Agency may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of Revenue, whether the amount owed relates to this contract or not. Any amount so deducted will be paid into the proper State fund. G:\PROJECTS\2006\06028B\060288 SPECS.doc 6-22 1-07.2(2) State Sales Tax — Rule 171 WAC 458-20-171, and its related rules, apply to building, repairing, or improving streets, roads, etc., which are owned by a municipal corporation, or political subdivision of the state, or by the United States, and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included as a part of the street or road drainage system and power lines when such are part of the roadway lighting system. For work performed in such cases, the Contractor shall include Washington State Retail Sales Taxes in the various unit bid item prices, or other contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the work. 1-07.2(3) State Sales Tax — Rule 170 WAC 458-20-170, and its related rules, apply to the constructing and repairing of new or existing buildings, or other structures, upon real property. This includes, but is not limited to, the construction of streets, roads, highways, etc., owned by the state of Washington; water mains and their appurtenances; sanitary sewers and sewage disposal systems unless such sewers and disposal systems are within, and a part of, a street or road drainage system; telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of a street or road lighting system; and installing or attaching of any article of tangible personal property in or to real property, whether or not such personal property becomes a part of the realty by virtue of installation. For work performed in such cases, the Contractor shall collect from the Contracting Agency, retail sales tax on the full contract price. The Contracting Agency will automatically add this sales tax to each payment to the Contractor. For this reason, the Contractor shall not include the retail sales tax in the unit bid item prices, or in any other contract amount subject to Rule 170, with the following exception. Exception• The Contracting Agency will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit bid item prices or in any other contract amount. 1-07.2(4) SERVICES The Contractor shall not collect retail sales tax from the Contracting Agency on any contract wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 244). 0706.GR1 Permits And Licenses Section 1-07.6 is supplemented with the following: 07061.GRI (March 13, 1995) No hydraulic permits are required for this project unless the Contractor's operations use, divert, obstruct, or change the natural flow or bed of any river or stream, or utilize any of the waters of the State or materials from gravel or sand bars, or from stream beds. The Contractor shall obtain permission from Yakima County Public Services to work within right- of-way along West Powerhouse Road and provide the Engineer a copy of the county's authorization before any work within the County's right-of-way is started. 1-07.9(5) REQUIRED DOCUMENTS Add the following: G:\PROJECTS\2006\060288\060286 SPECS.doc 6-23 If using the occupation code for wage affidavits and payrolls and if the project involves more than one jurisdictional area, the Contractor shall reference the area just after the occupation code number. For example: 10-0010 Yak.E. 1-07.13(3) RELIEF OF RESPONSIBILITY FOR DAMAGE BY PUBLIC TRAFFIC Replace with the following: When it is necessary for public traffic to utilize the street and associated facilities during construction, the Contractor shall be responsible for damages to permanent work. The Contractor chall nrn\iirie all naraccary nrntartinn and tamnnrary farilitiac to arrnmmnriatn hnth x,ehiruilar and pedestrian traffic during construction. 1-07.17 UTILITIES AND SIMILAR FACILITIES 0717.FR1 (February 5, 2001) Utilities and Similar Facilities Section 1-07.1 is supplemented with the following: Public and private utilities, or their contractors, will furnish all work necessary to adjust, relocate, replace, or construct their facilities unless otherwise provided for in the Plans or these Special Provisions. Such adjustment, relocation, replacement, or construction will be done during the prosecution of the work for this project. The following addresses and telephone number of utility companies known or suspected of having facilities within the project limits are supplied for the Contractor's convenience: City of Yakima Water Dist. City of Yakima Pacific Power Nob Hill Water Assoc. Charter Communications Cascade Natural Gas Qwest Yakima-Tieton Irrigation Yakima Valley Canal Naches-Cowiche Canal 2301 Fruitvale Blvd., Yakima, WA 989012 129 North Second Street, Yakima, WA 98901 500 N. Keys Road, Yakima, WA 98901 6111 Tieton Drive, Yakima, WA 98908 1005 No. 16th Ave., Yakima, WA 98902 P 0 Box 1286, Yakima, WA 98907 8 S. 2nd Avenue, Yakima, WA 98902 470 Camp 4 Road, Yakima, WA 98908 1640 Garrison Lane, Yakima, WA 98908 5461 W Powerhouse Rd., Yakima, WA 98908 (509) 575-6196 (509) 575-6111 (509) 575-3146 (509) 966-0272 (509)494-7715 (509) 457-5905 (509) 575-7183 (509) 678-4101 (509) 966-2300 (509) 930-9001 Locations and dimensions shown on the Plans for existing facilities are in accordance with available information obtained without uncovering, measuring, or other verification. It shall be the Contractor's responsibility to investigate the presence and location of all utilities prior to bid opening and to assess their impacts on his construction activities. The Contractor shall call the Utility Notification Center (One Call Center) for field location, not less than two nor more than ten business days before the scheduled date for commencement of excavation which may affect underground utility facilities, unless otherwise agreed upon by the parties involved. A business day is defined as any day other than Saturday, Sunday, or a legal local, state, or federal holiday. The telephone number for the One Call Center for this project is 1- 800-424-5555. If no one -number locator service is available, notice shall be provided individually by the Contractor to those owners known to or suspected of having underground facilities within the area of proposed excavation. Utilities, new or old, may be renewed, relocated, or adjusted for the proposed construction. The Contractor shall, prior to beginning any work, meet with a!! utility organizations (public and private) in the field to familiarize himself with existing utility locations, along with familiarizing himself with plans and schedules for the installation of new, relocated, or adjusted utilities. Both public and private utility organizations, along with private contractors working for these organiza- tions, may be doing utility installations within the area The proposed construction work must be coordinated with these utility installations. G:\PROJECTS\2006\06028B\06028B SPECS.doc 6-24 The Contractor shall arrange with the owners and operators of the respective utility systems to mark the locations and, if necessary or prudent, to expose the existing utilities prior to construction of the facilities contained in this Contract. The Contractor shall coordinate his work with other contractors who may be working in the project area and cooperate with them. 1-07.18 PUBLIC LIABILITY AND PROPERTY DAMAGE INSURANCE Delete this section in its entirety, and replace it with the following: 1-07.18 Public Liability and Property Damage Insurance (October 1, 2005 APWA GSP) 1-07.18(1) GENERAL REQUIREMENTS The Contractor shall obtain and keep in force during the term of the contract and until 30 days after the physical completion date, unless otherwise indicated below, the following insurance with insurance companies or through sources approved by the State Insurance Commissioner pursuant to Title 48 RCW. The insurance provided must be with an insurance company with a rating of A-: VII or higher in the A.M. Best's Key Rating Guide, which is licensed to do business in the state of Washington (or issued as a surplus line by a Washington Surplus lines broker). The Contracting Agency reserves the right to approve the security of the insurance provided, the company, terms and coverage, and the Certificate of Insurance. If any policy is written on a claims made form, the retroactive date shall be prior to or coincident with the effective date of this contract. The policy shall state that coverage is claims made, and state the retroactive date. Claims made form coverage shall be maintained by the Contractor for a minimum of three years following the expiration or earlier termination of this contract, and the Contractor shall annually provide the Contracting Agency with proof of renewal. If renewal of the claims made form of coverage becomes unavailable, or economically prohibitive, the Contractor shall purchase an extended reporting period ("tail") or execute another form of guarantee acceptable to the Contracting Agency to assure financial responsibility for liability for services performed. The policies of insurance shall contain a "cross liability" endorsement substantially as follows: The inclusion of more than one insured under this policy shall not affect the rights of any insured as respects any claim, suit, or judgment made or brought by or for any other insured or by or for any employee of any other insured. This policy shall protect each insured in the same manner as though a separate policy had been issued to each, except that nothing herein shall operate to increase the company's liability beyond the amount or amounts for which the company would have been liable had only one insured been named. The policies of insurance for general, automobile, and pollution policies shall be specifically endorsed to name the Contracting Agency and its officers, elected officials, employees, agents and volunteers, and any other entity specifically required by the Contract Provisions, as additional insured(s). In addition, Contractor's insurance shall be primary as respects the Contracting Agency, and any other insurance maintained by the Contracting Agency shall be excess and not contributing insurance with the Contractor's insurance. The Contracting Agency shall be given at least 45 days prior written notice of any cancellation, reduction in coverage, or other material change in any insurance policy. Insurance shall provide coverage to the Contractor, all subcontractors, and the Contracting Agency. The coverage shall protect against claims for personal injuries, including accidental death, as well as G:\PROJECTS\2006\060286\060288 SPECS.doc 6-25 claims for property damages which may arise from any act or omission of the Contractor or the subcontractor, or by anyone directly or indirectly employed by either of them. Contractor hereby assumes all risk of damage to its property, or injury to its officers, directors, agents, contractors, or invitees, in or about the Property from any cause, and hereby waives all claims against the Contracting Agency. The Contractor further waives, with respect to the Contracting Agency only, its immunity under RCW Title 51, Industrial Insurance. Upon request, the Contractor shall forward to the Contracting Agency the original policy, or endorsement obtained, to a Contractor's policy currently in force. The Contractor shall not begin work under the contract until the required insurance has been obtained and approved by the Contracting Agency. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract upon which the Contracting Agency may, after giving five working days notice to the Contractor to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so avnanrlari to ha ranairl to tha r`nntrrtinn ArAnry nn rlcmanrl nr of tha, cnln rlicrrPtinn of thr� Contracting Agency, offset against funds due the Contractor from the Contracting Agency. All costs for insurance shall be incidental to and included in the unit contract prices of the contract and no additional payment will be made. This section is supplemented with the following: Within ten (10) days following contract award or prior to start of construction, whichever comes first, the Contractor shall furnish the Owner a Certificate of Insurance and the additional insured endorsements as evidence of compliance with these requirements. This certificate shall name the City of Yakima, its employees, agents, elected and appointed officials, Huibreqtse, Louman Associates, Inc., and all subcontractors as "additional insureds" and shall stipulate that the policies named thereon cannot be canceled unless at least forty-five (45) days written notice has been given to the Owner. The certificate shall not contain the following or similar wording regarding cancellation notification: "Failure to mail such notice shall impose no obligation or liability of any kind upon the company its agents, or representatives." 1-07.18(2) Coverages and Limits The insurance shall provide the minimum coverages and limits set forth below. Providing coverage in these stated minimum limits shall not be construed to relieve the Contractor from liability in excess of such limits. All deductibles must be disclosed and are subject to approval by the Contracting Agency. The cost of any claim payments falling within the deductible shall be the responsibility of the Contractor. 1. A policy of Commercial General Liability Insurance, written on an insurance industry standard occurrence form: (CG 00 01) or equivalent, including all the usual coverage known as: Per project aggregate endorsement (CG2503) Premises/Operations Liability Products/Completed Operations — for a period of one year following final acceptance of the work. Personal/Advertising Injury Contractual Liability Independent Contractors Liability Stop Gap or Employers Contingent Liability Explosion, Collapse, or Underground (XCU), (as applicable)* Liquor Liability/Host Liquor Liability (as applicable)* Fire Damage Legal Blasting (as applicable)* G:\PROJECTS\2006\060288\060286 SPECS.doc 6-26 * These coverage are only required when the Contractor's work under this agreement includes exposures to which these specified coverage respond. If the contract requires working over water, the following additional coverages are required, if so stated in the Contract Provisions: a. Watercraft, owned and non -owned b. U.S. Harborworkers'/Longshoremen and Jones Act If any structures are involved in the contract, the Contractor shall provide property insurance under an "All Risk Builder's Risk" form in an amount equal to the value of the structure. The structure shall have All Risk Builders Risk Insurance inclusive of earthquake and flood subject to customary industry deductibles. Other additional coverages that may be required will be listed in the Contract Provisions. Such policy(ies) must provide the following minimum limits: Bodily Injury and Property Damage $1,000,000 General Aggregate $1,000,000 Products & Completed Operations Aggregate $1,000,000 Personal & Advertising Injury $1,000,000 Each Occurrence $ 50,000 Fire Damage Stop Gap Employers Liability $1,000,000 Each Accident $1,000,000 Disease - Policy Limit $1,000,000 Disease - Each Employee 2. Commercial Automobile Liability: as specified by Insurance Services Office, form number CA 0001, Symbol 1 (any auto), with an MCS 90 endorsement and a CA 9948 endorsement attached if "pollutants" as defined in exclusion 11 of the commercial auto policy are to be transported. Such policy(ies) must provide the following minimum limit: Bodily Injury and Property Damage $1,000,000 combined single limit 3. Excess or Umbrella Liability $1 million per occurrence and aggregate 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 5. Professional Liability: Required if design services are a part of the work, to cover damages resulting from professional errors and omissions. Such policy must provide the following minimum coverage: $1,000,000 per claim and annual aggregate. G:\PROJECTS\2006\060288\060288 SPECS.doc 6-27 6. A policy of Worker's Compensation, as required by the Industrial Insurance Laws of the State of Washington. As respects Workers' Compensation insurance in the state of Washington, Contractor shall secure its liability for industrial injury to its employees in accordance with the provisions of RCW Title 51. If Contractor is qualified as a self -insurer in accordance with RCW 51.14, Contractor shall so certify by letter signed by a corporate officer indicating that it is a qualified self insured, and setting forth the limits of any policy of excess insurance covering its employees. 1-07.18(3) SUBCONTRACTORS Contractor shall include all subcontractors as insureds under its policies or shall furnish separate evidence of insurance as stated above for each subcontractor. All coverage for subcontractors shall be subject to all the requirements stated herein and applicable to their profession. 1-07.18(4) EVIDENCE OF INSURANCE When the Contractor delivers the executed contract for the work to the Contracting Agency it shall be accompanied by a Certificate(s) of Insurance and endorsements for each policy of insurance meeting the requirements set forth above. The certificate must conform to the following requirements: 1. An ACORD certificate Form 25-S, showing the insuring company, policy effective dates, limits of liability and the Schedule of Forms and Endorsements 2. 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 noncontributory, showing the policy number, and signed by an authorized representative of the insurance company on Form CG201n (ISO) or equivalent. 3. The certificate(s) shall not contain the following or similar wording regarding cancellation notification to the Contracting Agency: "Failure to mail such notice shall impose no obligation or liability of any kind upon the company." 1-07.18(5) SELF-INSURANCE Should Contractor be self-insured for any liability coverage, a letter from the Corporate Risk Manager, or appropriate Finance Officer, is acceptable—stipulating if actuarially funded and fund limits; plus any excess declaration pages to meet the contract requirements. Further, this letter shall advise how Contractor would protect and defend the Contracting Agency as an Additional Insured in their Self - Insured layer, and include claims -handling directions in the event of a claim. 1-07.23 PUBLIC CONVENIENCE AND SAFETY 1-07.23(1) Construction Under Traffic (October 1, 2005 APWA GSP) Revise the second paragraph to read: To disrupt public traffic as little as possible, the Contractor shall permit traffic to pass through the work with the least possible inconvenience or delay. The Contractor shall maintain existing roads, streets, sidewalks, and paths within the project limits, keeping them open, and in good, clean, safe condition at all times. Deficiencies caused by the Contractor's operations shall be repaired at the Contractor's expense. Deficiencies not caused by the Contractor's operations shall be repaired by the Contractor when directed by the Engineer, at the Contracting Agency's expense. The Contractor shall also maintain roads, streets, sidewalks, and paths adjacent to the project limits when affected by the Contractor's operations. Snow and ice control will be performed by the Contracting Agency on all projects. Cleanup of snow and ice control debris will be at the Contracting Agency's expense. The Contractor shall perform the following: 1. Remove or repair any condition resulting from the work that might impede traffic or create a hazard. G:\PROJECTS\2006\06028B\06028B SPECS.doc 6-28 2. Keep existing traffic signal and lighting systems in operation as the work proceeds. (The Contracting Agency will continue the route maintenance on such system.) 3. Maintain the striping on the roadway at the Contracting Agency's expense. The Contractor shall be responsible for scheduling when to renew striping, subject to the approval of the Engineer. When the scope of the project does not require work on the roadway, the Contracting Agency will be responsible for maintaining the striping. 4. Maintain existing permanent signing. Repair of signs will be at the Contracting Agency's expense, except those damaged due to the Contractor's operations. 5. Keep drainage structures clean to allow for free flow of water. Cleaning of existing drainage structures will be at the Contracting Agency's expense when approved by the Engineer, except when flow is impaired due to the Contractor's operations. (******) Add the following to the third paragraph: 5. The Contractor shall maintain vehicular and pedestrian access to businesses at all times that businesses are open. Add the following to the sixth paragraph: 7. Open trenches and excavations shall be protected with proper barricades and at night they shall be distinctively indicated by adequately placed lights. Add the following paragraph: It shall be the responsibility of the Contractor to seek the approval of and notify the Resident Engineer and the Police and Fire Departments at least 24 hours prior to closing any street, in addition to correlating the proposed closures with the Contracting Agency to ensure proper detouring of traffic. When the street is re -opened, it shall again be the responsibility of the Contractor to notify the above named departments and persons. 1-07.23(2) Construction and Maintenance of Detours (October 1, 2005 APWA GSP) Revise the first paragraph to read: Unless otherwise approved, the Contractor shall maintain two-way traffic during construction. The Contractor shall build, maintain in a safe condition, keep open to traffic, and remove when no longer needed: 1. Detours and detour bridges that will accommodate traffic diverted from the roadway, bridge, sidewalk, or path during construction, 2. Detour crossings of intersecting highway, and 3. Temporary approaches. And add the following to the third paragraph: 5. The Contractor shall maintain vehicular and pedestrian access to businesses at all times that businesses are open, unless work is occurring immediately in front of the doorway. 6. It shall be the responsibility of the Contractor to maintain pedestrian traffic and business access throughout the duration of the project. At a minimum, the Contractor shall: a. Minimize the disruption in front of the business access by removing sidewalk on either side of the access and leaving the existing sidewalk in place as long as possible and, likewise, shall sequence the installation of the new sidewalk to provide access to the business; b. Provide gravel surfacing (crushed surfacing top course) access across the construction area to the door of the business; G:\PROJECTS\2006\060286\060286 SPECS.doc 6-29 c. Provide boardwalks and bridging where gravel surfacing cannot be provided or, by the nature of the business or where directed by the Engineer, wheeled access by strollers and wheelchairs is critical to the business and cannot be provided through the gravel surfacing; d. Provide temporary sidewalk signs directing pedestrians through the construction, notifying pedestrians of alternative routes, and directing pedestrians to businesses where means of access is not obvious; and e Adjusting times of construction immediately in front of a business access to times of the day when the business is closed, or business activity is light. For example, construction in front of a deli would be restricted during the lunch hour When construction uctioll1 activities will affect ingress ess ai Id egress to a properly along LI l project alignment, the Contractor shall be responsible for notifying the occu- pant/occupants of the property 24 hours prior to the construction activity begin- ning If personal contact with the occupant is not possible, the Contractor shall leave written notification. Add the following to the sixth paragraph: 7. Open trenches and excavations shall be protected with proper barricades and at night tl-iey shall h7 distinctively indicated 1Lly adequately' pl.LCIlights.. Add the following paragraph: It shall be the responsibility of the Contractor to seek the approval of and notify the Resident Engineer, the City Public Works, and the Police and Fire Departments at least 24 hours prior to closing any street, in addition to correlating the proposed closures with the Contracting Agency to ensure proper detouring of traffic. When the street is reopened, it shall again be the responsibility of the Contractor to notify the above named departments and persons. Add the following: Local access shall be maintained to the residents within the project limits at all times. 0723012.FR1 (April 5, 2004) The construction safety zone will be determined as follows: When the posted speed is 35 MPH or under, the safety zone will be 10 feet from the outside edge of traveled way or 5 feet beyond the outside edge of the sidewalk. When the posted speed is from 40 to 55 MPH the safety zone will be 15 feet from the outside edge of traveled way. When the posted speed is 60 MPH or over the safety zone will be 30 feet from the outside edge of traveled way. During nonworking hours equipment or materials shall not be within the safety zone unless it is protected by permanent guardrail or temporary concrete barrier. The use of temporary concrete barrier shall be permitted only if the Engineer approves the installation and location. During 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 l 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. G:\PROJECTS\2006\0602861060288 SPECS.doc 6-30 1-07.24 Rights of Way (October 1, 2005 APWA GSP) Delete this section in its entirety, and replace it with the following: Street right of way lines, limits of easements, and limits of construction permits are indicated in the Plans. The Contractor's construction activities shall be confined within these limits, unless arrangements for use of private property are made. Generally, the Contracting Agency will have obtained, prior to bid opening, all rights of way and easements, both permanent and temporary, necessary for carrying out the work. Exceptions to this are noted in the Bid Documents or will be brought to the Contractor's attention. Whenever any of the work is accomplished on or through property other than public right of way, the Contractor shall meet and fulfill all covenants and stipulations of any easement agreement obtained by the Contracting Agency from the owner of the private property. Copies of the easement agreements may be included in the Contract Provisions or made available to the Contractor as soon as practical after they have been obtained by the Engineer. Whenever easements or rights of entry have not been acquired prior to advertising, these areas are so noted in the Plans. The Contractor shall not proceed with any portion of the work in areas where right of way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry has been received. If the Contractor is delayed due to acts of omission on the part of the Contracting Agency in obtaining easements, rights of entry or right of way, the Contractor will be entitled to an extension of time. The Contractor agrees that such delay shall not be a breach of contract. Each property owner shall be given 48 hours notice prior to entry by the Contractor. This includes entry onto easements and private property where private improvements must be adjusted. The Contractor shall be responsible for providing, without expense or liability to the Contracting Agency, any additional land and access thereto that the Contractor may desire for temporary construction facilities, storage of materials, or other Contractor needs. However, before using any private property, whether adjoining the work or not, the Contractor shall file with the Engineer a written permission of the private property owner, and, upon vacating the premises, a written release from the property owner of each property disturbed or otherwise interfered with by reasons of construction pursued under this contract. The statement shall be signed by the private property owner, or proper authority acting for the owner of the private property affected, stating that permission has been granted to use the property and all necessary permits have been obtained or, in the case of a release, that the restoration of the property has been satisfactorily accomplished. The statement shall include the parcel number, address, and date of signature. Written releases must be filed with the Engineer before the Completion Date will be established. 1-07.28 SAFETY STANDARDS (NEW SECTION) (******) The following new section shall be added to the Standard Specifications: All work shall be performed in accordance with all applicable local, state, and federal health and safety codes, standards, regulations, and/or accepted industry standards. It shall be the responsibility of the Contractor to ensure that his work force and the public are adequately protected against any hazards. The Contracting Agency shall have the authority at all times to issue a stop work order at no penalty to the Contracting Agency if, in its opinion, working conditions present an undue hazard to the public, property, or the work force. Such authority shall not, however, relieve the Contractor G:\PROJECTS\2006\060288\06028B SPECS.doc 6-31 of responsibility for the maintenance of safe working conditions or assess any responsibility to the Contracting Agency or Engineer for the identification of any or all unsafe conditions. 1-07.29 NOTIFYING PROPERTY OWNERS (NEW SECTION) The following new section shall be added to the Standard Specifications: When construction activities will affect ingress and egress to a property along the project alignment, the Contractor shall be responsible for notifying the occupant/occupants of the property 24 hours prior to the construction activity beginning. If personal contact with the occupant is not possible, the Contractor shall leave written notification. 1-08 PROSECUTION AND PROGRESS Add the following new section: 1-08.0 Preliminary Matters (October 1, 2005 APWA GSP) 1-08.0(1) Preconstruction Conference (October 1, 2005 APWA GSP) Prior to the Contractor beginning the work, a preconstruction conference will he held between the Contractor, the Owner, the Engineer and such other interested parties as may be invited. The purpose of the preconstruction conference will be: 1. To review the initial preliminary progress schedule submitted per Section 1-08.3; 2 To establish a working understanding among the various parties associated or affected by the work; 3. To establish and review procedures for progress payment, notifications, approvals, submittals, etc , 4. To establish normal working hours for the work; 5. To review safety standards and traffic control; and 6. To discuss such other related items as may be pertinent to the work. The Contractor shall prepare and submit at the preconstruction meeting the following: 1. A breakdown of all lump sum items; 2. A preliminary schedule of working drawing submittals; and 3. A list of material sources for approval if applicable. (******) This section is supplemented with the following: All payments for Lump Sum items over $5,000.00 or a single payment for a lump sum contract of any amount will be measured by a schedule of values established as follows: At the Preconstruction Conference, the contractor shall furnish a breakdown for each lump sum bid item, except mobilization, or for the total lump sum contract price showing the amount bid for each principal category of the work, in such detail as requested by the Engineer, to provide a basis for determining progress payments. This breakdown, referred to as the "Schedule of Values," will be approved by the Engineer as described in Section 1-08 Prosecution and Progress before the first payment is made. G:\PROJECTS\2006\06028B\060288 SPECS.doc 6-32 1-08.0(2) Hours of Work (October 1, 2005 APWA GSP) Except in the case of emergency or unless otherwise approved by the Contracting Agency, the normal straight time working hours for the contract shall be any consecutive 8 -hour period between 7:00 a.m. and 6:00 p.m. of a working day with a maximum 1 -hour lunch break and a 5 -day work week. The normal straight time 8 -hour working period for the contract shall be established at the preconstruction conference or prior to the Contractor commencing the work. If a Contractor desires to perform work on holidays, Saturdays, Sundays, or before 7:00 a.m. or after 6:00 p.m. on any day, the Contractor shall apply in writing to the Engineer for permission to work such times. Permission to work longer than an 8 -hour period between 7:00 a.m. and 6:00 p.m. is not required. Such requests shall be submitted to the Engineer no later than noon on the working day prior to the day for which the Contractor is requesting permission to work. Permission to work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and between the hours of 10:00 p.m. and 9:00 a.m. on weekends or holidays may also be subject to noise control requirements. Approval to continue work during these hours may be revoked at any time the Contractor exceeds the Contracting Agency's noise control regulations or complaints are received from the public or adjoining property owners regarding the noise from the Contractor's operations. The Contractor shall have no claim for damages or delays should such permission be revoked for these reasons. Permission to work Saturdays, Sundays, holidays or other than the agreed upon normal straight time working hours Monday through Friday may be given subject to certain other conditions set forth by the Contracting Agency or Engineer. These conditions may include but are not limited to: requiring the Engineer or such assistants as the Engineer may deem necessary to be present during the work; requiring the Contractor to reimburse the Contracting Agency for the costs in excess of straight -time costs for Contracting Agency employees who worked during such times, on non Federal aid projects; considering the work performed on Saturdays and holidays as working days with regards to the contract time; and considering multiple work shifts as multiple working days with respect to contract time even though the multiple shifts occur in a single 24-hour period. Assistants may include, but are not limited to, survey crews; personnel from the Contracting Agency's material testing lab; inspectors, and other Contracting Agency employees when in the opinion of the Engineer, such work necessitates their presence. 1-08.0(2) HOURS OF WORK (APWA ONLY) Add the following to the first paragraph: The "Schedule of Working Hours" form bound in the Contract and Related Materials section of these Contract Documents shall be executed by the Contractor prior to construction and shall be discussed at the preconstruction conference to formally establish the normal straight time working hours for the project. Normal working hours shall be limited to 40 hours per week based on the time the Contractor and/or his subcontractors are at the project site. Any time worked beyond the 40 hours per week shall be subject to the reimbursement provisions of SECTION 1-08.0(3). 1-08.0(3) REIMBURSEMENT FOR OVERTIME WORK OF CONTRACTING AGENCY EMPLOYEES (******) Replace with the following: Where the Contractor or any subcontractor elects to work on a Saturday, Sunday, or other holiday or longer than an 8 -hour shift on a regular working day, or during hours other than those described as normal straight time working hours under SECTION 1-08.0(2) HOURS OF WORK, such work shall be considered as overtime work. On all overtime work a Resident Engineer will be present, and a survey crew may be required at the discretion of the Engineer. G:\PROJECTS\2006\06028B\06028B SPECS.doc 6-33 The Contractor shall reimburse the Contracting Agency for the full amount of straight time plus overtime costs for employees and representatives of the Contracting Agency required to work during that time period. The amount shall be calculated on an hourly basis at normal hourly billing rates in effect at that time for the individuals and equipment required to do the work, including travel time. The Contractor by these Specifications does hereby authorize the Contracting Agency to deduct such costs from the amounts due or to become due to him. 1-08.1 SUBCONTRACTING Add the following: The Contractor shall submit a "Request to Sublet" form, found on the following page, to the Engineer for review prior to the identified subcontractor beginning any work on the project. G:\PROJECTS\2006\060286\060286 SPECS.doc 6-34 WjiWashington State Department of Transportation Request to Sublet Work ❑ Subcontractor ❑ Lower Tier Subcontractor Prime Contractor Federal Employer I.D. Number * State Contract Number Job Description (Title) Request Number Approval is Requested to Sublet the Following Described Work to: Subcontractor or Lower Tier Subcontractor Federal Employer I.D. Number * Address Telephone Number City State Zip Code Estimated Starting Date If Lower Tier Subcontractor, ID of Corresponding Subcontractor * If no Federal Employer I.D. Number, Use Owner's Social Security Number Item No. Partial Item Description Amount I understand and will insure that the subcontractor will comply fully with the plans and specifications under which this work is being performed. Prime Contractor Signature Date Department of Transportation Use Only Percent of Total Contract This Request Previous Requests Sublet to Date % ❑ DBE ❑ MBE ❑ WBE Remarks: % Project Engineer ❑ Approved Date Approved - Region Construction Engineer (When Required) Date DOT Form 421-012 EF Revised 6/97 Distribution: White (Original) - Region Canary (Copy) - Project Engineer Pink (Copy) - Contractor 1-08.3 PROGRESS SCHEDULE Delete the first paragraph and replace it with the following: Following Contract award and satisfactory provision or execution of all required Contract Documents, the Engineer will schedule a preconstruction conference at a time mutually agreeable to all concerned. At this conference, all points of the Contract Documents will be open to discussion including scope, order and coordination of work, equipment lead time required, means and methods of construction, inspection and reporting procedures, etc. The Contractor should satisfy himself that all provisions and intentions of the Contract are fully understood. The Contractor shall prepare and submit to the Engineer at the preconstruction conference a Construction Progress and Completion Schedule using a bar graph format. Items in 1 tl lle Schedule slClll be arranged in 1 the order and sequence in 1 VVIiiLI 1 they 'vvill 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 he continunusly undated and if necessary, redrawn iipnn the first working day of each month or upon issuance of any Change Order which substantially affects the scheduling. Copies (2 prints or 1 reproducible) of newly updated Schedules shall be forwarded to the Engineer, as directed, immediately upon preparation. Seasonal weather conditions shall be considered in the planning and scheduling of work influenced by high or low ambient temperature or precipitadoil to ensure the completion of the work within the Contract Time. No time extensions will be granted for the Contractor's failure to take into account such weather conditions for the location of the work and for the period of time in which the work is to be accomplished. Delete the next to the last sentence of the second paragraph. 1-08.4 NOTICE TO PROCEED AND PROSECUTION OF THE WORK (APWA only) SECTION 1-08.4 of the APWA Supplement is replaced with the following: The Engineer will issue a Notice to Proceed after the Contract has been executed and the Contract Bond and evidence of insurances have been approved. The Contractor shall not begin work until the Notice to Proceed has been issued. The Contractor shall not delay the start of construction activities. The Contract time shall begin on the date set forth in the Notice to Proceed or the first day the Contractor begins work, whichever comes first. The work thereafter shall be prosecuted diligently to completion within the Contract Time. Failure of the Contractor to begin work by the date set forth in the Notice to Proceed will be considered grounds for Termination for Default as specified under SECTION 1-08.10(1) of the Standard Specifications. 1-08.4 Notice to Proceed and Prosecution of the Work (October 1, 2005 APWA GSP) Revise this section to read. Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of insurance have been approved and filed by the Contracting Agency. The Contractor shall not commence with the work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the project site within ten days of the Notice to Proceed Date, unless otherwise approved in writing. The Contractor shall diligently pursue the work G:\PROJECTS\2006\060286\060286 SPECS.doc 6-36 to the physical completion date within the time specified in the contract. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the contract. 1-08.5 TIME FOR COMPLETION (******) 1-08.5 TIME FOR COMPLETION (CONTRACT TIME) Add the following: Fifty (50) working days after the date set forth in the NOTICE TO PROCEED shall be allowed for completion of all Contract work. Add the following paragraph after the second paragraph: Inclement weather shall not be a prima facie reason for the granting of an extension of time, and the Contractor shall make every effort to continue work under prevailing conditions. The Owner may, however, grant an extension of time if an unavoidable delay as a result of inclement weather in fact occurs, and such shall then be classified as a "delay." An "inclement" weather delay day is defined as a day on which the Contractor is prevented by inclement weather or conditions resulting immediately wherefrom adverse to the current controlling operation or critical path activity, as determined by the Resident Engineer, from proceeding with at least 75 percent of the normal labor and equipment force engaged on such operation for at least 60 percent of the total daily time being currently spent on the controlling operation or critical path activity. Delete Item f. found in the APWA Supplement. 1-08.5 Time for Completion (October 1, 2005 APWA GSP) Revise the fourth and fifth paragraphs to read: Contract time shall begin on the first working day following the Notice to Proceed Date. The contract provisions may specify another starting date for contract time, in which case, time will begin on the starting date specified. Each working day shall be charged to the contract as it occurs, beginning on the day after the Notice to Proceed Date, unless otherwise provided in the Contract Provisions, until the contract work is physically complete. If substantial completion has been granted and all the authorized working days have been used, charging of working days will cease. Each week the Engineer will provide the Contractor a statement that shows the number of working days: (1) charged to the contract the week before; (2) specified for the physical completion of the contract; and (3) remaining for the physical completion of the contract. The statement will also show the nonworking days and any partial or whole day the Engineer declares as unworkable. Within 10 calendar days after the date of each statement, the Contractor shall file a written protest of any alleged discrepancies in it. To be considered by the Engineer, the protest shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of time disputed. By not filing such detailed protest in that period, the Contractor shall be deemed as having accepted the statement as correct. If the Contractor elects to work 10 hours a day and 4 days a week (a 4-10 schedule) and the fifth day of the week in which a 4- 10 shift is worked would ordinarily be charged as a working day then the fifth day of that week will be charged as a working day whether or not the Contractor works on that day. Revise the seventh paragraph to read: The Engineer will give the Contractor written notice of the completion date of the contract after all the Contractor's obligations under the contract have been performed by the Contractor. The following events must occur before the Completion Date can be established: G:\PROJECTS\2006\060288\060288 SPECS.doc 6-37 1. The physical work on the project must be complete; and 2. The Contractor must furnish all documentation required by the contract and required by law, to allow the Contracting Agency to process final acceptance of the contract. The following documents must be received by the Project Engineer prior to establishing a completion date: a. Certified Payrolls (Federal -aid Projects) b. Material Acceptance Certification Documents c. Annual Report of Amounts Paid as MBE/WBE Participants or Quarterly Report of Amounts Credited as DBE Participation, as required by the Contract Provisions. d. FHWA 47 (Federal -aid Projects) e. Final Contract Voucher Certification f. Property owner releases per Section 1-07.24 1-08.7 Maintenance During Suspension (October 1, 2005 APWA GSP) Revise the second paragraph to read: At no expense to the Contracting Agency, the Contractor shall provide through the construction area a safe, smooth, and unobstructed roadway, sidewalk, and path for public use during suspension (as required in Section 1-07.23 or the Special Provisions) This may include a temporary road or detour. 1-08.9 LIQUIDATED DAMGES cc The provisions of SECTIOI\'1 1-'08.9((�� of the Jtal ldard Specifications shall be modified as follows: Because the Contracting Agency finds it impractical to calculate the cost of damages, it will use the following: If the Contract work is not completed within the times specified in SECTION 1-08.5, the Contractor agrees to pay to the Owner the sum of $1,000 per day for each and every working day said work remains uncompleted after expiration of the specified time. 1-09 MEASUREMENT AND PAYMENT 1-09.2(1) GENERAL REQUIREMENTS FOR WEIGHING EQUIPMENT (******) This section is supplemented with the following: Should the Inspector or Material Receiver be unavailable, it shall be the responsibility of the Contractor's project superintendent to collect all said certified tickets for the day and deliver them to the Inspector the morning following the days construction. The certified tickets shall have project name, date, time, product delivered, gross weight, tare weight, and net weight shown in pounds. Any certified weight tickets submitted later than the morning following the day materials are delivered to the site will not be considered for measurement and payment. 1-09.2(3) SPECIFIC REQUIREMENTS FOR PLATFORM SCALES Add the following: The Contractor will furnish a person, at no cost to the Contracting Agency, who will operate the certified scales while the loading and hauling of materials is in progress. The Contractor shall provide the platform scales and any tickets required for self -printing scales. Certified weight tickets accompanying each truckload of material will be required to be delivered to the Resident Engineer at the site. Should the Resident Engineer be unavailable, it shall be the responsibility of the Contractor's project superintendent to collect all said certified tickets for the day and deliver them to the Resident Engineer the morning following the day's construction. The G:\PROJECTS\2006\06028B\060288 SPECS.doc 6-38 certified tickets shall have project name, date, time, product delivered, gross weight, tare weight, and net weight shown in pounds. Any certified weight tickets submitted later than the morning following the day materials are delivered to the site will not be considered for measurement and payment. 1-09.3 SCOPE OF PAYMENT (******) Add the following: Payment for work performed under this Contract will be based on the items listed in the Bid Schedule. Should a conflict exist between the item descriptions or the units of measurement and payment listed in the Bid Schedule and the "Payment" clauses found in each Section of the Standard Specifications, the Bid Schedule items will prevail. If work is required to complete the project according to the intent of the Plans and Specifications but no bid item is provided in the Bid Schedule, then the Contractor shall include the cost for providing the necessary work in the unit or lump sum price for the bid item most closely related to the work. 1-09.4 EQUITABLE ADJUSTMENT Replace Item 2.b. with the following: 2.b. Per Section 1-09.6, Force Account. 1-09.6 FORCE ACCOUNT (October 1, 2005 APWA GSP) Supplement this Section with the following: Owner has estimated and included in the Proposal, dollar amounts for all items to be paid per force account, only to provide a common proposal for Bidders. All such dollar amounts are to become a part of Contractor's total bid. However, Owner does not warrant expressly or by implication, that the actual amount of work will correspond with those estimates. Payment will be made on the basis of the amount of work actually authorized by Engineer. Add the following clarification: (******) The term "project overhead" shall include "jobsite overhead." The term "general company overhead" shall include "home office overhead." 1-09.7 MOBILIZATION (******) Add the following to the first paragraph: 4. The cost of the project sign(s) shown on the Plans which are required to be installed at the site through the duration of construction. 1-09.9 PAYMENTS (October 1, 2005 APWA GSP) Delete the third paragraph and replace it with the following: Progress payments for completed work and material on hand will be based upon progress estimates prepared by the Engineer. A progress estimate cutoff date will be established at the preconstruction meeting. The initial progress estimate will be made not later than 30 days after the Contractor commences the work, and successive progress estimates will be made every month thereafter until the Completion Date. Progress estimates made during progress of the work are tentative, and made only for the purpose of determining progress payment. The progress estimates are subject to change at any time prior to the calculation of the Final Payment. G:\PROJECTS\2006\06028B\060288 SPECS.doc 6-39 The value of the progress estimate will be the sum of the following: 1. Unit Price Items in the Bid Form — the approximate quantity of acceptable units of work completed multiplied by the unit price. 2. Lump Sum Items in the Bid Form — the estimated percentage complete multiplied by the Bid Forms amount for each Lump Sum Item, or per the Schedule of Values for that item as approve by the Engineer. 3. Materials on Hand — 100 percent of invoiced cost of material delivered to Job site or other ctnrane area approved htr the Engineer. 4. Change Orders — entitlement for approved extra cost or completed extra work as determined by the Engineer. Progress payments will be made in accordance with the progress estimate less: 1. Retainage per Section 1-09.9(1); 2. The amount of Progress Payments previously made; and ' Funds withheld by the ('ntrantiny Agency for uirohurJcI n+ in acl lrd,anLc with +h1 Contract Documents. Progress payments for work performed shall not be evidence of acceptable performance or an admission by the Contracting Agency that any work has been satisfactorily completed. Payments will be made by warrants. issued by the Contracting Agency's fiscal officer, against the appropriate fund source for the project. Payments received on account of work performed by a subcontractor are subject to the provisions of RCW 39.04.250. The Contracting Agency has up to 45 calendar days after the progress estimate to issue the progress payment to the Contractor. 1-09.9 PAYMENTS (******) Add the following• The estimate cutoff date discussed above shall be the last working day of each month. The Contractor shall submit his signed Application for Payment within 3 working days of the estimate cutoff date. After the application for payment is reviewed by the Engineer, the Engineer will make a recommendation to the Contracting Agency for action at the first available meeting of the governing body that payment be made. Payment to the Contractor will be made within approxi- mately 30 calendar days from said meeting. Failure to submit an Application for Payment within the required time may delay action by the Contracting Agency's governing body and further delay payment to the Contractor. All payments for lump sum items over $5,000.00 or a single payment for a lump sum contract of will schedule of values established follows: any amount will be measured by a Jt,IIGtJ UIG VQll.teJ eJtQUI1JIIGU as IVIIVVV.i. At the Preconstruction Conference, the contractor shall furnish a breakdown for each lump sum bid item or for the total lump sum contract price showing the amount bid for each principal category of the work, in such detail as requested by the Engineer, to provide a basis for determining progress payments. This breakdown, referred to as the "Schedule of Values," will be approved by the Engineer as described in Section 1-08 Prosecution and Progress before the first payment is made. 1-09.9(1) RETAINAGE (******) Add the following to the fourth paragraph: G:\PROJECTS\2006\060288\060288 SPECS.doc 6-40 5. An affidavit is delivered to the Contracting Agency by the Contractor, stating that all persons performing labor or furnishing materials have been paid. 1-09.9(2) CONTRACTING AGENCY'S RIGHT TO WITHHOLD AND DISBURSE CERTAIN AMOUNTS (NEW SECTION) The following new section shall be added to the Standard Specifications: In addition to monies retained pursuant to RCW 60.28 and subject to RCW 39.04.250, RCW 39.12, and RCW 39.76, the Contractor authorizes the Engineer to withhold progress payments due or deduct an amount from any payment or payments due the Contractor which, in the Engineer's opinion, may be necessary to cover the Contracting Agency's costs for or to remedy the following situations: 1. Damage to another contractor when there is evidence thereof and a claim has been filed. 2. Where the Contractor has not paid fees or charges to public authorities or municipalities which the Contractor is obligated to pay. 3. Utilizing material tested and inspected by the Engineer, for purposes not connected with the Work (Section 1-05.6). 4. Landscape damage assessments per Section 1-07.16. 5. For overtime work performed by Contracting Agency personnel or its representative, per Section 1-08.0(3). 6. Anticipated or actual failure of the Contractor to complete the Work on time: a. Per Section 1-08.9 Liquidated Damage; or b. Lack of construction progress based upon the Engineer's review of the Contractor's approved progress schedule which indicates the Work will not be completed within the Contract Time. When calculating an anticipated time overrun, the Engineer will make allowances for weather delays, approved unavoidable delays, and suspensions of the Work. The amount withheld under this subparagraph will be based upon the liquidated damages amount per day set forth in Contract Documents multiplied by the number of days the Contractor's approved progress schedule, in the opinion of the Engineer, indicates the Contract may exceed the Contract Time. 7. Failure of the Contractor to perform any of the Contractor's other obligations under the Contract, including but not limited to: a. Failure of the Contractor to provide the Engineer with a field office when required by the Contract Provisions. b. Failure of the Contractor to protect survey stakes, markers, etc., or to provide adequate survey work as required by Section 1-05.5. c. Failure of the Contractor to correct defective or unauthorized work (Section 1- 05.7). d. Failure of the Contractor to furnish a Manufacturer's Certificate of Compliance in lieu of material testing and inspection as required by Section 1-06.3. e. Failure to submit weekly payrolls, Intent to Pay Prevailing Wage forms, or correct underpayment to employees of the Contractor or subcontractor of any tier as required by Section 1-07.9. f. Failure of the Contractor to pay worker's benefits (Title 50 and Title 51 RCW) as required by Section 1-07.10. g. Failure of the Contractor to submit and obtain approval of a progress schedule per Section 1-08.3. The Contractor authorizes the Engineer to act as agent for the Contractor disbursing such funds as have been withheld pursuant to this section to a party or parties who are entitled to payment. Disbursement of such funds, if the Engineer elects to do so, will be made only after giving the Contractor 15 calendar days prior written notice of the Contracting Agency's intent to do so, and if prior to the expiration of the 15 -calendar day period: G:\PROJECTS\2006\060288\060288 SPECS.doc 6-41 1. No legal action has commenced to resolve the validity of the claims, and 2. The Contractor has not protested such disbursement. A proper accounting of all funds disbursed on behalf of the Contractor in accordance with this section will be made. A payment made pursuant to this section shall be considered as payment made under the terms and conditions of the Contact. The Contracting Agency shall not be liable to the Contractor for such payment made in good faith. If legal action is instituted to determine the validity of the claims prior to expiration of the 15 -day period mentioned above, the Engineer will hold the funds until determination of the action or written settlement agreement of the parties. When the conditions 1-7 are resolved or the Contractor provides a Surety Bond satisfactory to the Contracting Agency which will protect the Contracting Agency in the amount withheld, payment shall be made for amounts withheld because of them. 1-09.9(3) FINAL PAYMENT (NEW SECTION) (******) The following new section shall be added to the Standard Specifications: I Innn rmmnlctinn of all ,ninrk lint -far +hie rnn+rart tho rrIntrortnr chill nnfif , the Gnninoor in wniritin, that he has completed his part of the Contract and shall request final payment. Upon receipt of such request, the Engineer will inspect and, if acceptable, submit to the Owner his recommendation as to acceptance of the completed work and as to the final estimate of the amount due the Contractor. Upon approval of this final estimate and upon final acceptance of the work under this Contract, the Owner will notify the Department of Revenue of the completion of said Contract. Provided the Department of Revenue certifies there are no taxes or penalties due and owing from the Contractor, and there are no other known claims or liens against the retained funds, and further provided the terms of SECTION 1-09 9(1) are in compliance, the Owner will pay to the Contractor the balance of monies due under this Contract in accordance with RCW Title 60.28. In the event unsatisfied claims or liens for taxes, material, labor, and other services are known to exist, an amount will be further withheld from the retainage sufficient to satisfy the settlement of such claims and liens, including attorney's fees incurred, and the remainder will be released from escrow, or released from the retained funds and paid to the Contractor. On contracts for public works, final payment of the retained percentage will not be made until after the Contractor has filed with the Owner the Affidavit of Wages Paid forms required by RCW 39.12.040 certifying that the Contractor and subcontractors have paid not less than the prevailing rate of wages. The parties further agree that the Owner may, without liability, withhold final payment to the Contractor until such time as the Contractor has completed all forms required by the Owner. 1-09.13(3) Claims $250,000 or Less (October 1, 2005 APWA GSP; may be used on FHWA-funded projects) Delete this Section and replace it with the following: The Contractor and the Contracting Agency mutually agree that those claims that total $250,000 or less, submitted in accordance with Section 1-09.11 and not resolved by nonbinding ADR processes, shall be resolved through litigation unless the parties mutually agree in writing to resolve the claim through binding arbitration. 1-09.13(3)A Administration of Arbitration (October 1, 2005 APWA GSP) Revise the third paragraph to read: The Contracting Agency and the Contractor mutually agree to be bound by the decision of the arbitrator, and judgment upon the award rendered by the arbitrator may be entered in the Superior G:\PROJECTS\2006\060288\060288 SPECS.doc 6-42 Court of the county in which the Contracting Agency's headquarters are located. The decision of the arbitrator and the specific basis for the decision shall be in writing. The arbitrator shall use the contract as a basis for decisions. 1-10 TEMPORARY TRAFFIC CONTROL 1-10.1 General (October 1, 2005 APWA GSP) Revise the first paragraph to read: The Contractor shall provide flaggers, signs, and other traffic control devices not otherwise specified as being furnished by the Contracting Agency. The Contractor shall erect and maintain all construction signs, warning signs, detour signs, and other traffic control devices necessary to warn and protect the public at all times from injury or damage as a result of the Contractor's operations which may occur on highways, roads, streets, sidewalks, or paths. No work shall be done on or adjacent to any traveled way until all necessary signs and traffic control devices are in place, including flaggers. 1002.GR1 Traffic Control Management 1002012.GR1 (August 1, 2004) Section 1-10.2(2) is supplemented with the following: The Traffic Control Supervisor shall be certified by one of the following: The Northwest Laborers -Employers Training Trust 27055 Ohio Avenue Kinsgton, WA 98346 (360) 297-3035 Evergreen Safety Council 401 Pontius Avenue North Seattle, WA 98109 1-800-521-0778 or (206) 382-4090 1-10.2(2) Traffic Control Plans (******) This section is supplemented with the following: No traffic control plan is provided in the Plans. The Contractor shall prepare traffic control plans required to complete the work involved. The Contractor shall designate a Traffic Control Supervisor who shall prepare, revise, supplement or modify the contract signing plans when needed to show the necessary Class A and B con- struction signing and barricades, traffic control devices, and traffic flagging operations required for the contractor's operation and submit it to the Engineer for review no later than the preconstruction conference date. When the Class B signing for a particular area will be provided as detailed on one or more of the figures included in the WSDOT standard plans or MUTCD without modification, the Contractor may reference the applicable figure or standard plan at the appropriate location on the Plan. When this procedure is used, variable distances such as minimum length of taper must be specified by the Contractor. The signing plans prepared by the Contractor Traffic Control Supervisor shall provide for adequate warning within the limits of the project and on all streets, alleys, and driveways entering the project so that approaching traffic may turn left or right onto existing undisturbed streets before reaching the project. G:\PROJECTS\2006\060286\060288 SPECS.doc 6-43 All costs incurred by the Contractor in preparation of the Traffic Control Plan, including any revisions required by the Engineer after review, shall be included in the unit contract prices for "Project Temporary Traffic Control," per lump sum. 1-10.4 MEASUREMENT (August 2, 2004) Section 1-10.4(1) is supplemented with the following: The proposal contains the item "Project Temporary Traffic Control," lump sum. The provisions of Section 1-10.4(1) shall apply. There will be no separate measurement or payment for the Traffic Control Supervisor. All costs associated with the Traffic Controi Supervisor shaii be inciuded in the unit price for "Project Temporary Traffic Control," per lump sum. 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP 2-01.1 DESCRIPTION This section is supplemented with the following: In no case shall the Contractor be required to dear and grub beyond the right of way line, except as specifically directed by the Engineer or noted on the Plans to remove trees, stumps, shrubs, or other items which, by proximity or due to root growth, would constitute a hazard to the public or endanger the facility. The Contractor shall temporarily remove and later replace to its original condition or relocate nearby as directed, all mail boxes, small trees, shrubs, street signs, culverts, irrigation facilities, concrete or rock walls, or other similar obstructions which lie in or near the line of work and are not intended for removal. Should any damage be incurred, the cost of replacement or repair shall be borne by the Contractor. 2-01.3(2) GRUBBING (******) Add the following: The Contracting Agency will, at its own cost, reference aii known existing monuments or markers relating to subdivisions, plats, roads, street centerline intersections, etc. The Contractor shall take special care to protect these monuments or markers and also the reference points. In the event the Contractor is negligent in preserving such monuments and markers, the points will be reset by a licensed surveyor at the Contractor's expense. 2-01.3(4) ROADSIDE CLEANUP (******) Add the following: Partial cleanup shall be done by the Contractor when he feels it is necessary or when, in the opinion of the Contracting Agency, partial cleanup should be done prior to either final cleanup or final inspection. The cleanup 'work shall be done immediately upon written notification )1 the Engineer and other work shall not proceed until this partial cleanup is accomplished. Should the Contractor not conduct the cleanup as directed and in a timely manner, the Owner shall take action to have such cleanup work completed by others and will deduct such costs from any payment due the Contractor. G:\PROJECTS\2006\06028B\060286 SPECS.doc 6-44 2-01.3(5) FENCING (NEW SECTION) Add the following: The Contractor shall be required to carefully remove all existing fencing located within or near the proposed work unless otherwise indicated on the plans. All existing fencing materials to be removed and replaced shall be temporarily placed on the adjacent properties or stored as directed by the Engineer. Temporary fencing shall be provided and installed to secure the reservoir site during construction. The removal and replacement of all fencing shall be done at the Contractor's expense. Any fencing that is to be reset shall be relocated and reset by the Contractor along the property lines or as directed by the Engineer. Unless provided for otherwise, the necessary work to restore and reinstall the fencing shall be considered incidental. 2.01.4 MEASUREMENT (******) This section is supplemented with the following: No unit of measurement shall apply to Roadside Cleanup. 2-01.5 PAYMENT (******) This section is supplemented with the following: Unless a specific bid item has been included in the proposal, all costs incurred to complete the requirements of SECTION 2-01, including partial roadside cleanup, will be considered as incidental work to the various bid items and no separate payment will be made. 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 2-02.1 DESCRIPTION This work shall consist of the removal and disposal of various existing improvements, including but not limited to: • Existing Concrete Surge Tower Building including walls, windows, roof, steel decking and walkways, foundation, internal steel surge tank and connecting pipelines. • Two existing manholes next to Surge Tower Building, valve, and connecting pipelines. • Approximately 10 linear feet of existing 24" steel water main and cross -connection assembly near Powerhouse Road. • Air valve assembly at Sta. 20+75. • Removal of existing access ladders for Reservoirs No. 1 and 2. • Removal of existing overflow standpipes for Reservoirs No. 1 and 2. • Removal of existing valve and flow diverter wye fitting in Reservoir No. 2. 2-02.3(3) REMOVAL OF PAVEMENT, SIDEWALKS, AND CURBS (******) This section is supplemented with the following: Removal of valve and flow diverter wye fitting in Reservoir No. 2 shall include the removal of valve stem extensions and valve operating wheel above reservoir, the wires used to operate flaps on flow diverter, filling the penetrations in the reservoir roof with non -shrink grout and the abandoning of the existing 24 -inch watermain by sealing, grouting, and furnishing and installing blind flange or welding steel plate on end of pipe inside of reservoir. G:\PROJECTS\2006\06028B\060286 SPECS.doc 6-45 2-02.5 PAYMENT (******) This section is supplemented with the following: The bid price for the lump sum item "Abandon North Penetration - Reservoir No. 2" shall be full payment for all costs and work to abandon the existing 24" steel penetration as detailed and noted in the Plans, and shall include the removal of existing valve and diverter wye fitting, installation of bentonite strip seals, form and pressure grout pipe, and preparation of existing pipe flange to install new blind flange or weld new steel plate plug on end of existing 24" steel pipe. Th.. 'aid F...- +4.. I. i+...... "Abandon I..... -..J,..-. Exist:...,.. 1.-..:.-.,.a:,.... 0...," ,.hall 4... full .-.i F...- ..11 11Ic L)IU price 101 11 IG IUl11p sum 111 Ilc1I1 rUd11 01 I AIJUI Iy Irrigation l DUA shall UG IUII payment 101 all costs and work to abandon the existing irrigation box as detailed and noted in the Plans, and shall include the removal of existing electrical power service pole, fencing around box, plugging pipes in and out of box with cement concrete, and filling entire box with crushed surfacing base course. Unless a specific bid item has been included in the proposal, all costs incurred to complete the requirements of SECTION 2-02 including sawcutting will be considered as incidental work to the various bid items and no separate payment will be made. 2-07 WATERING 2-07.1 DESCRIPTION (******) This section is supplemented with the following• The Contractor shall be solely responsible for dust control on this project and shall protect motoring public, adjacent homes and businesses, orchards, crops, and school yards from damage due to dust, by whatever means necessary. The Contractor shall be responsible for any claims for damages and shall protect the Contracting Agency, Yakima County, and the Engineer from any and all such claims. When directed by the Engineer, the Contractor shall provide water for dust control within two hours of such order and have equipment and manpower available at all times including weekends and holidays to respond to orders for dust control measures. 2-09 STRUCTURE EXCAVATION 2-09.4 MEASUREMENT Delete paragraph two under the Horizontal Limits section and the second sentence under the Shoring or Extra Excavation section. Section 2-09.4 is supplemented as follows: "Shoring or Extra Excavation," per linear foot, shall be measured along the centerline of the trench or excavation. 2-09.5 PAYMENT (******) Section 2-09.5 is supplemented as follows: Delete "Shoring or Extra Excavation, Class B", per square foot, and add "Shoring or Extra Excavation", per linear foot. The unit price bid for "Shoring or Extra Excavation," per linear foot, shall be full pay for all excavation, backfill, haul, compaction, and other work required when extra excavation is used in lieu of constructing shoring. If select backfill material is required for backfilling within the limits of G:\PROJECTS\2006\060286\06028B SPECS.doc 6-46 the structure excavation, it shall also be required as backfill material for the extra excavation at the Contractor's expense. 2-11 TRIMMING & CLEANUP 2-11.5 Payment (******) This section is supplemented with the following: When the contract does not include trimming and cleanup as a pay item, performing this work shall be incidental to construction and all costs shall be included in other pay items. 3-01 PRODUCTION FROM QUARRY AND PIT SITES AND STOCKPILING 3-01.2 MATERIAL SOURCES, GENERAL REQUIREMENTS (******) This section is supplemented with the following: No source has been provided for any aggregate or dirt or other materials necessary for the construction of this project. The Contractor shall make his own arrangements to obtain the necessary materials at his own expense, and all costs of acquiring, producing, and placing this material in the finished work shall be included in the unit contract prices for the various items involved. 3-02 STOCKPILING AGGREGATES 3-02.2(2) STOCKPILE SITE PROVIDED BY CONTRACTOR (******) This section is supplemented with the following: If the sources of materials provided by the Contractor necessitate hauling over roads other than City streets, the Contractor shall, at his own cost and expense, make all arrangements for the use of the haul routes. 4-04 BALLAST AND CRUSHED SURFACING 4-04.3(5) SHAPING AND COMPACTION (******) This section is supplemented with the following: The Contractor shall notify the Engineer when he is ready for in-place ballast, base course, or top course density tests. All costs associated with testing shall be the responsibility of the Contractor. Placement of successive courses of aggregate or asphalt concrete shall not proceed until density requirements are met. 7-09 PIPE AND FITTINGS FOR WATER MAIN 7-09.2 MATERIALS (******) Section 7-09.2 shall be revised as follows: Ductile Iron Water Main Pipe: Ductile iron pipe shall conform with the requirements of SECTION 9-30.1(1) of the Standard Specifications except that it shall be Standard Thickness Class 52. Ductile iron pipe shall be cement -mortar lined and shall conform to ANSI A-21.11 and shall be G:\PROJECTS\2006\060288\060288 SPECS.doc 6-47 U.S. Tyton joint pipe of approved equal. Rubber ring gaskets shall conform to ANSI A-21.11. All cast iron fittings and flanged ductile iron fittings shall be Class 250 and all ductile iron mechanical joint fittings shall be Class 350 conforming to ANSI/AWWA 0110/A-21.10 and ANSI/AWWA C153 A-21.53. Mortar lining shall be same thickness as for pipe Where called for on the Plans, restrained joint pipe shall be supplied with U.S. Pipe Field Lok gaskets, or approved equal. All mechanical joints shall be supplied with Romac Grip Rings, RomaGrip, or Megalug joint restraint. Pipe Zone bedding material shall be native or imported gravel backfill material meeting the requirements of SECTION 9-03.12(3) or as approved by the Engineer. Connection Couplings: Couplings for DI or PVC pipe, either transition or straight couplings, shall be compression type flexible couplings conforming to SECTION 9-30.2(7) of the Standard Specifications. Imported Select Backfill, where directed by the Engineer, shall be crushed gravel, placed and compacted in layers. The crushed gravel bedding shall conform to crushed surfacing base course meeting the requirements of Section 9-03.9(3), or as approved by the Engineer. 7-09.3(10) BACKFILLING TRENCHES This section is supplemented with the following: Street crossing trenches and other locations as directed by the Engineer shall be backfilled for the full depth of the trench(above the pipe zone bedding) with imported Select Backfill meeting the requirements of Section 7-08.3(3) of these Standard Specifications. 7-09.3(11) COMPACTION OF BACKFILL (******) Delete the first paragraph and this section is supplemented with the following: Mechanical compaction shall be required for all trenches The Contractor is hereby cautioned that time extensions shall not be granted due to unstable trench backfill conditions caused by excessive watering. The Contractor shall be responsible for correcting such conditions caused by his own construction activities. The density of the compacted material shall be at least 95% of the maximum density as determined by ASTM D 698 Tests (Standard Proctor). The Contractor shall notify the Engineer when they are ready for in-place density tests of the trench line. Density tests shall be taken at various depths in the trench. The Contractor shall provide a backhoe and operator for the exca- vation and backfill of test holes. The cost of the backhoe and operator shall be considered incidental. Placement of courses of aggregate shall not proceed until density requirements have been met. The first 500 feet of trench backfill operations shall be considered a test section for the Contractor to demonstrate his backfilling and compaction techniques. The Contractor shall notify the Engineer at least 3 working days prior to beginning trench excavation and backfill operations and shall arrange for in-place density tests to be taken on the completed test section in accordance with the above requirements. No further trenching will be allowed until the specified density is achieved in the test section. Passing in-place density tests in the test section will not relieve the Contractor from achieving the specified densities throughout the project. 7-09.3(19)A CONNECTIONS TO EXISTING MAINS This section is supplemented with the following: No connections to existing mains are allowed until new mains have been tested and accepted. G:\PROJECTS\2006\060288\06028B SPECS.doc 6-48 No public water valves shall be opened or closed by anyone but the City of Yakima Water/Irrigation Division staff. The Contractor shall coordinate existing valve operation with the City by contacting Alvie Maxey at 575-6196 a minimum of 24 hours prior to work requiring valve operation. In no case shall any existing water main be closed for a period of greater than eight (8) hours, or as otherwise approved by the City. 7-09.3(23) HYDROSTATIC PRESSURE TEST (******) This section is supplemented with the following: Replace the first sentence with: All water mains and appurtenances shall be tested under a hydrostatic pressure of 180 psi. 7-09A MEASUREMENT (******) This section is supplemented with the following: There will be no separate measurement or payment for dewatering operations by the Contractor. All costs associated with dewatering operations shall be included in the various bid items associated with the work. The length and depth of "Select Backfill, as Directed" shall be field measured by the Engineer. The trench width payment line limit for "Select Backfill, as Directed" shall be as shown on the Plans. No measurement or payment will be made for excavation or backfill material beyond the payment line limit. 7-09.5 PAYMENT (******) This section is supplemented with the following. Revise the second paragraph under Item 1 to read as follows: The unit contract price per linear foot for each size of " -Inch Water Main and Fittings, in Place," shall be full pay for all work to complete the installation of the water main and fittings including, but not limited to, trench excavation of all materials regardless of the nature, trench dewatering, bedding, imported pipe bedding material in the pipe zone, laying and jointing pipe and fittings, concrete thrust blocking, backfilling, compaction, testing, flushing, disinfecting the pipeline, and cleanup. The unit contract price per each for "Concrete Pipe Plug," shall be full payment for all work to complete the installation of the concrete pipe plugs used for watermain abandonment, including, but not limited to, excavation of all material regardless of nature, trench, dewatering, pipe dewatering, existing pipe removal, forming, concrete placement, backfilling, and compaction, as shown on the Plans and as specified. Payment for all pipe items shall be made as follows: 75% of the unit bid price for materials and initial installation; the next 15% of the unit bid price upon the successful completion of density testing; and the final 10% of the unit bid price upon the completion of pipe testing, including hydrostatic, and bacteriological. The unit price bid for "Shoring or Extra Excavation," per linear foot, shall be full compensation for all labor, tools, equipment, and materials necessary to furnish and install shoring or over - excavate on trenches exceeding four (4) feet in depth, per SECTION 2-09 of the Standard Specifications and applicable amendments, including excavation, backfill, haul, and compaction. If select backfill material is required for backfilling within the limits of the structure excavation, it shall also be required as backfill material for the extra excavation at the Contractor's expense. G:\PROJECTS\2006\060286\06028B SPECS.doc 6-49 Payment for "Select Backfill, as Directed" will be made at the unit bid price per cubic yard, which shall be full compensation for furnishing, hauling, placing, and compacting the material where directed by the Engineer. The contract price per lump sum for Reservoir Penetration for Pipe," shall be full compensation for all work to complete the installation of the 16 -inch D.I. watermain penetration into Reservoir No. 2 including, but not limited to, excavation, concrete boring, dewatering, installing new 16 -inch D.I. watermain through reservoir wall, supports, pipe, fittings, pressure grouting the space between the new watermain and reservoir bore hole, thrust blocking, link -seal, and installation of new screened flange as shown on the Plans and specified herein, 7-12 VALVES FOR WATER MAINS 7-12.2 IVIATERIALS r******) `This section is supplemented with the following: The following materials are required on this project: Gate Valves: All gate valves size 2 -inch through 10 -inch shall be resilient seated gate valves conforming to the latest AWWA Standard C 509. Valves shall be Mueller, Clow, or M&H. All gate valves 3 -inch and larger shall have mechanical joint and/or flanged connections as shown on the Plans, non -rising stems, open counterclockwise, and shall be provided with a 2 - inch square operating nut. Stuffing box shall be 0 -ring type. Two-inch valves shall have screw type end connections and be non -rising stem with 2 -inch operating nut. Butterfly Valves: Butterfly valves, 12 -inch and larger, shall be suitable for direct burial and shall conform to the latest AWWA Standard C 504. Approved manufacturers are: Pratt, Mueller and M&H. Valves shall have mechanical joint and/or flanged connections as shown on the Plans and shall be of the same size as the line on which they are located. Valve shafts shall be a one-piece unit extending full size through the valve disc and valve bearings, with minimum shaft diameter as specified in AWWA C 504 Class 150B. Valve operators shall be worm gear type, sealed, gasketed, and lubricated for underground service. All valves shall open counter -clockwise and shall be provided with a 2 -inch operating nut, unless otherwise specified. Air/Vacuum Valves: Air/Vacuum valves shall be VALMATIC 202C or approved equal. Valve Boxes: The top section of the valve boxes shall be Rich Model 940-B, or approved equal, 18 inches high. The bottom section shall be a Rich Model R-36, or equal, 36 inches high; extension sections shall be Rich Model 044, or equal, 12 inches high. 7-12.3 CONSTRUCTION REQUIREMENTS (******) This section is supplemented with the following: Add the following to SECTION 7-12.3 of the Standard Specifications: Valves: Upon completion of all work in connection with this Contract, the Contractor shall coordinate with the City to open all valves involved in this work and the Engineer so notified. Valve Boxes: Valve boxes should be set to position during backfilling operations so they will be in a vertically centered alignment to the valve operating stem. The top of the box will be at final grade. G:\PROJECTS\2006\060286\06028B SPECS.doc 6-50 Adjustment to Grade: The Contractor shall adjust all water valve boxes to the final grade of the surrounding area including new concrete sidewalk, asphalt pavement, gravel surfacing, or topsoil surfacing In asphalt concrete areas, water valve boxes shall be adjusted to grade in accordance with the procedure outlined in Section 7-05.3(1) of these Special Provisions. The Contractor shall keep the valve boxes free from debris caused by the construction activities. All valve boxes will be inspected during final walk-thru to verify that the valve box is plumb and that the valve wrench can be placed on the operating nut. 7-12.5 PAYMENT (******) This section is supplemented with the following: The unit price bid per each for "=Inch _ Valve and Valve Box," shall be full pay for all work to furnish and install the valve complete in place on the water main, including excavation, dewatering, existing pipe removal, bedding, jointing and laying, concrete blocking, painting, disinfecting, hydrostatic testing, backfill, compaction, valve nut extension, valve box, concrete pad, and final adjustment to finish grade. The unit price bid for "Combination Air Valve Assembly," per each, shall be full compensation for all labor, tools, materials, and equipment necessary to furnish and install the air valve in place including, but not necessarily limited to, excavation, dewatering, pipe and fittings, connections to piping, all valves, valve enclosure, frame and cover, backfill and compaction, and painting as shown on the Plans and specified herein. 7-21 REPLACE OVERFLOW STANDPIPE (NEW SECTION) 7-21.1 DESCRIPTION This work consists of removing the existing 12" steel overflow standpipe in both reservoir 1 and 2, replacing with 12" PVC (C-900) pipe, furnishing and installing a new steel inlet funnel to the top, providing stainless steel support brackets, and other work necessary to complete the work as detailed in the plans. 7-21.3 CONSTRUCTION REQUIREMENTS The existing 12" steel standpipe shall be cut off near the floor of the reservoir The existing steel funnel inlet shall be removed and replaced with a new powder painted steel inlet funnel. Steel inlet shall be installed at the same elevation as before. Stainless steel supports brackets shall be fabricated and installed at detailed in the plans. All bolts and nuts shall be stainless steel. All tools, equipment, materials, and workman boots shall be disinfected with chlorine solution prior to entering reservoirs. Following all work inside reservoirs, the Contractor shall disinfect the reservoirs in accordance with AWWA C652. This work shall be considered incidental to all other work items, and no separate payment will be made. 7-21.5 PAYMENT The contract price for "Replace Overflow Standpipe" per lump sum, shall be full compensation for all work to complete the modifications as detailed to the existing overflow standpipe at each reservoir including, but not limited to, dewatering, removal of existing standpipe, saw cutting, pipe, fittings, fabrication and installation of inlet funnel and support brackets, disinfection, and cleanup. G:\PROJECTS\2006\060288\060286 SPECS.doc 6-51 7-22 REPLACE ACCESS LADDER (NEW SECTION) 7-22.1 DESCRIPTION This work consists of removing the existing steel ladders at each access hatch (2 per reservoir) in both reservoir 1 and 2, and replacing with new aluminum ladders as manufactured by O'Keefe's, Inc. or approved equal. Provide and install safety post, and rail and harness fall system on each ladder for connection to reservoir walls as detailed in the plans. Rail and harness system post shall extend 6 inches above top ladder rung. 7-22.3 CONSTRI ICTION REQUIREMENTS The existing steel ladder shall be cut off flush from the reservoir wall. Patch any holes or damage resulting from the removal of the ladders. Install a new one piece, ladder in the same location and elevation. Fieid verity the length of ladder needed before ordering iadder fabrication. Connection to the reservoir wall shall be made with stainless steel concrete anchor bolts. Ladder shall meet all current OSHA requirements. All tools, equipment, materials, and workman boots shall be disinfected with chlorine solution prior to entering reservoirs. Following all reservoirs, the Contractor shall reservoirs Following Shc! work inside the l.tV116lGVLV! shall disinfect the 11! accordance with AWWA 0652. This work shall be considered incidental to all other work items, and no separate payment will be made. 7-22.5 PAYMENT The contract price for "Replace Access Ladder" per each, shall be full compensation for all work to complete the replacement of existing reservoir access ladder with a new ladder as detailed including, but not limited to, removal of existing ladder, saw cutting, minor concrete patching, hardware, furnishing and installation of new ladder, accessories, and cleanup. 8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL 8-20.1 DESCRIPTION (******) This section shall be supplemented with the following: Add to the list of systems: 4. Future Security Provisions 8-20.3(5) Conduit This section shall be supplemented with the following: New PVC (electrical grade) conduit runs are indicated on the Plans or as directed by the Engineer. Conduits shall be installed by open trench method for new runs. All 90 -degree elbows shall be galvanized steel. A 1/8 -inch braided nylon rope, 450 pound breaking strength, shall be installed in each conduit run with two (2) feet doubled back at each termination. 8-20.3(6) Junction Boxes, Cable Vaults, and Pull Boxes This section shall be supplemented with the following: All Junction Boxes, Type 1, shall be constructed of polymer concrete gray in color, reinforced by a heavy -weave fiberglass. covers shall be rated for a minimum surface load of 15,000 lbs and the boxes shall be rated for a minimum of 8,000 psi. over a 10" square area. Material compressive strength should be no less than 11,000 psi. Covers shall have a minimum coefficient of friction of 0 5 and have no logo on them. Boxes shall have tamper resistant standard penta-head hold down bolts and three special sockets shall be supplied to the City. G:\PROJECTS\2006\060286\060288 SPECS.doc 6-52 8-20.5 PAYMENT This section shall be supplemented with the following: The lump sum contract price for "Future Security Provisions", shall be full pay for the construction of the complete conduit runs required, as shown in the Plans and herein specified including labor, materials, tools, and equipment necessary for excavation, backfilling, conduit, j -boxes, and shall be included in the lump sum contract price. STANDARD PLANS August 6, 2007 The State of Washington Standard Plans for Road, Bridge and Municipal Construction M21-01 transmitted under Publications Transmittal No. PT 07-008, effective April 2, 2007 is made a part of this contract. The Standard Plans are revised as follows. All Standard Plans All references in the Standard Plans to "Asphalt Concrete Pavement" shall be revised to read "Hot Mix Asphalt". All references in the Standard Plans to the abbreviation "ACP" shall be revised to read "HMA" C-1 Sheet 1 In the TYPE 1 ALTERNATIVE, the title of the first section view is revised to INITIAL INSTALLATION C -la In the TYPE 11, WOOD POST ASSEMBLY, the 18" long Button Head Bolts are revised to 25" long. C-1 b In the ANCHOR POST ASSEMBLY, the above ground 7 1/2" long bolt connecting the Wood Breakaway Post to the Foundation Tube is revised to 10" long. C-11 b Sheets 1 and 2 In the PRECAST FOOTING, ELEVATION view (Sheet 1) and in the CAST -IN-PLACE FOOTING, ELEVATION view (Sheet 2), COMMERCIAL CONCRETE is revised to CONCRETE CLASS 4000. In the BREAKAWAY ANCHOR ANGLE, ELEVATION view (Sheet 2), the welding symbols are revised to indicate that the 1/4" Inside Gussets have 1/4" fillet weld joints, and the 1/2" End Gussets have 1/2" fillet weld joints. D -la Sheet 2& D -lb Sheet 2 Reinforcing Steel Bar marked "R1" (see lower left corner): the dimension 1' - 2 1/2" is revised to 1' - 0 1/2". F-10.62-00 Sheet 1 The length of the Tangent Block is revised to: 30" MIN. to 60" MAX. F-10.64-00 Revised to add Note: "The dual faced curb may be constructed by using two precast concrete sloped mountable curbs (longitudinal halves) so long as the installation is consistent with the dimensions shown in the Plan." G-3 Sheet 1 In the END VIEW of the truss: the 2' - 6" width of the truss is revised to 2' — 9". G -8b Sheets 1 and 2 In DETAIL's "A" and "B", the 4" dimension for the distance from the Bottom of Sign (Secondary Sign) to the Breakaway Hinge Plates is omitted. G:\PROJECTS\2006\060286\060288 SPECS.doc 6-53 G -8f In DETAIL "A", the distance from the Top of Sign to the Top of Sign Post is revised from P., 7" to a 2". G -8q Sheet 1 In the ELEVATION views, in the labels LOWER SIGN POST SUPPORT• the parenthetical specification "12 GAGE" is revised to "7 GAGE". 1-10 In NOTE 1: the reference to Standard Specification 8-01.3(5)A is revised to Standard Specification 8-01.3(6)A. J-1 b Sheet 1 The FOUNDATION DETAIL shown is obsolete, use the foundation detail sheet included in the contract plans if this item of work is required. (See Design Standards Plan Sheet Library, Plan Reference No. IS -2). K-80.30-00 In the NARROW BASE, END view, the reference to Std. Plan C -8e is revised to Std. Plan K-80.35 The following are the Standard Plan numbers applicable at the time this project was advertised. The date shown with each plan numhar is the piihlinatinn approval data shown in the lower right-hand corner of that pian Standard Plans showing different dates shall not be used in this contract. A-1 10/24/06 A-3 5/30/02 A-6 2/24/03 A-2 12/20/06 A-5... 2/24/03 A-7 10/04/05 B- � onnn 6/01/06 B-30.50-00 6/01/06 B-75.20-00 6/01/06 U J.on VV B-5.40-00 ...... .........6/01/06 B-30.70-00 6/01/06 B-75.50-00 6/08/06 B-5 60-00. ... . .... ...6/01/06 B-30.80-00 6/08/06 B-75.60-00 6/08/06 B-10.20-00............6/01/06 B-30.90-00 6/08/06 B-80.20-00........6/08/06 B-10.40-00 6/01/06 B-35.20-00 6/08/06 B-80.40-00. 6/01/06 B-10.60-00 .......... 6/08/06 B-35.40-00 . 6/08/06 B-82.20-00 .......6/01 /06 B-15.20-00 6/01/06 B-40.20-00 ......... 6/01/06 B-85.10-00 ........6/01 /06 B-15.40-00. .. 6/01 /06 B-40.40-00 6/01/06 B-85.20-00. 6/01/06 B-15.60-00 6/01/06 B-45.20-00 6/01/06 B-85 30-00 6/01/06 B-20.20-01 11/21/06 B-45.40-00 .......... 6/01/06 B-85.40-00 6/08/06 B-20.40-01 11/21/06 B-50.20-00 ......... 6/01/06 B-85.50-00.......6/08/06 B-20 60-01 ....11/21/06 B-55.20-00 6/01/06 B-90.10-00 6/08/06 B-25.20-00 6/08/06 B-60.20-00..........6/08/06 B-90.20-00 6/08/06 B-25.60-00 6/01/06 B-60.40-00 6/01/06 B-90.30-00. 6/08/06 B-30.10-00 6/08/06 B-65,20-00 6/01/06 B-90.40-00 6/08/06 B-30.20-01 .. 11/21/06 B-65.40-00 6/01/06 B-90.50-00 6/08/06 B-30.30-00 6/01/06 B-70.20-00 6/01/06 B-95.20-00 6/08/06 B-30.40-00 6/01/06 B-70.60-00 6/01/06 B-95 40-00. 6/08/06 C-1 2/06/07 C -3b 10/04/05 C-13... .... ....... . .4/16/99 C -la 7/31/98 C -3c 6/21/06 C -13a 4/16/99 C -lb 10/31/03 C -3d 3/03/05 C -13b 4/16/99 C -lc ...... 5/30/97 C-4 2/21/07 C -14a 7/26/02 C -id 10/31/03 C -4a ...... .......2/21/07 C -14b 7/26/02 C-2 1/06/00 C -4b. ..6/08/06 C -14c 7/26/02 C -2a 6/21/06 C -4e 2/20/03 C -14d 7/26/02 C -2b ..... .........6/21/06 C -4f 6/30/04 C -14e 7/26/02 C -2c .. ..............6/21 /06 C-5 10/31 /03 C-1 df x/02/05 C -2d .................. 6/21/06 C-6 5/30/97 C -14g 11/21/06 C -2e 6/21/06 C -6a 3/14/97 C -14h 1/11/06 C -2f 3/14/97 C -6c ............ .. 1/06/00 C -14i ........ ...12/02/03 C -2g . 7/27/01 C -6d .... .. 5/30/97 C -14j . 12/02/03 C -2h 3/28/97 C -6f 7/25/97 C -14k 1/11/06 C -2i 3/28/97 0-7 10/31/03 C -16a 11/08/05 C -2j 6/12/98 C -7a 10/31/03 C -16b 11/08/05 G \PROJECTS\2006\060286\060286 SPECS.doc 6-54 C -2k 7/27/01 C-8 4/27/04 C-20.14-00 ....2/06/07 C -2n 7/27/01 C -8a 7/25/97 C-20.40-00 .....2/06/07 C -2o 7/13/01 C -8b 1/11/06 C-22.40-00 ......2/06/07 C -2p 10/31/03 C -8e 2/21/07 0-23.60-00 2/06/07 C -2q 3/03/05 C -8f 6/30/04 0-25.18-00 2/06/07 C -2r 3/03/05 0-10 7/31/98 0-25.20-00 2/06/07 C -2s 3/03/05 0-11. 5/20/04 C-25.22-00 2/21/07 C -2t 3/03/05 0-11 a 5/20/04 0-28.40-00 2/06/07 C-3 10/04/05 0-11 b 5/20/04 C -3a 10/04/05 C-12 ...7/27/01 D -la 1/23/02 D-2.30-00 ..........11 /10/05 D-2.80-00 11/10/05 D -lb 10/06/99 D-2.32-00 .......... 11/10/05 D-2.82-00 11/10/05 D -lc 10/06/99 D-2 34-00 11/10/05 D-2.84-00 11/10/05 D -1d 10/06/99 D-2.36-00...........11/10/05 D-2.86-00 11/10/05 D -le 1/23/02 D-2.38-00 ...........11 /10/05 D-2.88-00 11/10/05 D-lf 10/06/99 D-2.40-00 11/10/05 D-2.92-00 11/10/05 D-2.02-00 11/10/05 D-2.42-00..........11/10/05 D-3 7/13/05 D-2.04-00 11/10/05 0-2.44-00 11/10/05 D -3a 6/30/04 D-2.06-00 11/10/05 D-2.46-00 ....... .... 11/10/05 D -3b 6/30/04 D-2.08-00 11/10/05 D-2.48-00 11/10/05 D -3c 6/30/04 D-2.10-00 11/10/05 D-2.60-00 11/10/05 D-4 12/11/98 D-2.12-00 11/10/05 0-2.62-00 11/10/05 D-6 6/19/98 D-2.14-00 11/10/05 0-2.64-00 11/10/05 D-7 10/06/99 D-2.16-00 11/10/05 D-2.66-00...........11/10/05 D -7a 10/06/99 D-2.18-00 11/10/05 0-2.68-00 11/10/05 D-9 12/11/98 D-2.20-00 11/10/05 D-2.78-00 ...........11 /10/05 E-1 2/21/07 E-4. 8/27/03 E-2 5/29/98 E -4a 8/27/03 F-10.12-00 12/20/06 F-10.64-00 1/23/07 F-40.15-00 2/07/07 F-10.16-00. 12/20/06 F-30.10-00 1/23/07 F-40.16-00 2/07/07 F-10.40-00 1/23/07 F-40.10-00 2/07/07 F-40.18-00 2/07/07 F-10 42-00 1/23/07 F-40.12-00 2/07/07 F-80.10-00 1/23/07 F-10.62-00 1/23/07 F-40.14-00 2/07/07 G-1 2/21/07 G-6 8/27/03 G -8e 8/18/04 G-2 6/04/02 G -6a 8/27/03 G -8f 11/09/05 G -2a 6/04/02 G -6b 8/27/03 G -8g 11/09/05 G-3 11/09/05 G-7 6/08/06 G -9a 6/25/02 G -3a 11/09/05 G -8a 12/15/04 G -9b 6/08/06 G -3b 11/09/05 G -8b 11/09/05 G -9d 6/08/06 G -4a 11/09/05 G -8c 8/18/04 G -4b 6/30/04 G -8d 12/15/04 H-1 . 1/10/02 H -4a 2/25/05 H-12 2/25/05 H -la 4/14/00 H -4b 10/24/06 H -12a 2/25/05 H -lb ...... 6/21/06 H-6 10/29/03 H -12b 2/25/05 H -lc 3/04/05 H-7 8/10/98 H-13 2/25/05 H-ld 6/21/06 H-8 9/18/98 H -13a 2/25/05 H -le 6/21/06 H-9 4/18/97 H-14 2/09/05 H-4 ... ..... 8/18/04 H-10 ................... 5/29/98 1-1 7/18/97 1-6 7/17/03 1-11 9/11/03 1-2 4/23/99 1-7 7/17/03 1-12 7/17/03 1-3 8/20/99 1-8 7/17/03 1-13 7/17/03 1-4 7/17/03 1-9 7/17/03 1-14 7/17/03 1-5 7/17/03 1-10 7/17/03 1-15 1/23/07 G:\PROJECTS\2006\06028B\06028B SPECS.doc 6-55 J -lb 10/08/99 J -6g .................. 12/12/02 J-11 b 9/02/05 J-1 c .... 4/24/98 J -6h 4/24/98 J-11 c ................6/21 /06 J-ld 1/11/06 J -7a 9/12/01 J-12 11/08/05 J -le 1/11/06 J -7c ..................6/19/98 J -15a 10/04/05 J-lf 6/23/00 J -7d 4/24/98 J -15b .10/04/05 J-3 8/01/97 J -8a 5/20/04 J -16a 3/04/05 J -3b 3/04/05 J -8b 5/20/04 J -16b 9/02/05 J -3c 6/24/02 J -8c 5/20/04 J-18 .9/02/05 J -3d 11/05/03 . 5/20/040/04 J-19 ...... . 9/02/05 I_c 8/01/97 -9 4/24/98 inn 9/nn/n5 V -.,a TILT/VV J -LV . 9/VL/05 J -6c. . 4/24/98 J-10 7/18/97 J -6f 4/24/98 J-11 a 9/02/05 K-10.20-00 ....... .....2/15/0/ K-26.40-00 2/15/07 K-40.60-00 2/15/07 K-10.40-00 ...2/15/07 K-30.20-00 .........2/15/07 K-40.80-00 2/15/07 K-20.20-00 2/15/07 K-30.40-00 .... ...... 2/15/07 K-55.20-00. .. . .2/15/07 K-20.40-00 2/15/07 K-32.20-00 2/15/07 K-60.20-00 .2/15/07 K-20.60-00. 2/15/07 K-32.40-00 2/15/07 K-60.40-00 2/15/07 K_22 2n_nn 2/15/07 K_32 60_00 2/15/07 K 7n on nn K-70.-00........2/15/07 • 1-VL,V V -VV LI 1V/V! K-24.20-00 ..............2/15/07 K-32.80-00 2/15/07 K-80.10-00 2/21/07 K-24.40-00 2/15/07 K-34.20-00 2/15/07 K-80.20-00 12/20/06 K-24 60-00 .2/15/07 K-36.20-00 2/15/07 K-80.30-00 2/21/07 K-24 80-00 2/15/07 K-40.20-00 ..... . .... 2/15/07 K-80.35-00.......2/21/07 K-26.20-00 ............2/15/07 K-40.40-00 .... ... . 2/15/07 K-80.37-00......2/21/07 L-10.10-00 2/21/07 L-40.10-00 2/21/07 L-70.10-00 ......1 /30/07 L-20.10-00 2/07/07 L-40.15-00 2/21/07 L-70.20-00 ........1 /30/07 L-30 10-00 ............2/07/07 L-40.20-00 2/21/07 M-1.20-01 1/30/07 M-3.30-01 1/30/07 M-20.10-01 1/30/07 M-1 40-01 1/30/07 M-3.40-01.. . .. 1/30/07 M-20.20-01 ........1 /30/07 M-1.60-01 1/30/07 M-3 50-01 1/30/07 M-20.30-01 .... . 1/30/07 M-1.80-01 .... 1/30/07 M-5.10-01 1/30/07 M-20.40-01 1/30/07 M-2.20-01 1/30/07 M-7.50-01 1/30/07 M-20.50-01 1/30/07 M-2.40-01 1/30/07 M-9.50-01 1/30/07 M-24.20-01 5/31/06 M-2.60-01 1/30/07 M-11.10-01 ...... .. .. 1/30/07 M-24.40-01 ........5/31 /06 M-3.10-01 .1/30/07 M-15.10-01 2/06/07 M-24.60-02 2/06/07 M-3.20-01 1/30/07 M-17.10-01 ....... .... 1/30/07 G:\PROJECTS\2006\060288\060288 SPECS.doc 6-56 AMENDMENTS TO THE 2006 WASHINGTON STATE DEPARTMENT OF TRANSPORTATION STANDARD SPECIFICATIONS G:\PROJECTS\2006\060288\060288 SPECS.doc INTRODUCTION The following Amendments and Special Provisions shall be used in conjunction with the 2006 Standard Specifications for Road, Bridge, and Municipal Construction. AMENDMENTS TO THE STANDARD SPECIFICATIONS The following Amendments to the Standard Specifications are made a part of this contract and supersede any conflicting provisions of the Standard Specifications. For informational purposes, the date following each Amendment title indicates the implementation date of the Amendment or the latest date of revision. Each Amendment contains all current revisions to the applicable section of the Standard Specifications and may include references which do not apply to this particular project. SECTION 1-01, DEFINITIONS AND TERMS August 6, 2007 1-01.3 Definitions The first paragraph under Completion Dates is revised to read: Substantial Completion Date is the day the Engineer determines the Contracting Agency has full and unrestricted use and benefit of the facilities, both from the operational and safety standpoint, all the initial plantings are completed and only minor incidental work, replacement of temporary substitute facilities, plant establishment periods, or correction or repair remains for the physical completion of the total contract. SECTION 1-04, SCOPE OF THE WORK April 3, 2006 1-04.6 Variation in Estimated Quantities The third paragraph beginning with "If the adjusted final quantity of any items", is revised to read. If the adjusted final quantity of any item does not vary from the quantity shown in the proposal by more than 25%, then the Contractor and the Contracting Agency agree that all work under that item will be performed at the original contract unit price. SECTION 1-06, CONTROL OF MATERIAL August 6, 2007 1-06.1 Approval of Materials Prior To Use The second sentence in the first paragraph is revised to read: The Contractor shall use the Qualified Product List (QPL), the Aggregate Source Approval (ASA) Database, or the Request for Approval of Material (RAM) form. Number 1 under the second paragraph is revised to read: 1. Shall be new, unless the Special Provisions or Standard Specifications permit otherwise; 1-06.1(1) Qualified Products List (QPL) This section is supplemented with the following: The current QPL can be accessed on-line at www.wsdot.wa.00v/biz/mats/QPL/QPL.cfm The following new sub -section is inserted to follow 1-06.1(2). 1-06.1(3) Aggregate Source Approval (ASA) Database The ASA is a database containing the results of WSDOT preliminary testing of aggregate sources. This database is used by the Contracting Agency to indicate the approval status of these aggregate sources for applications that require preliminary testing as defined in the contract. The ASA G:\PROJECTS\2006\060288\060288 SPECS.doc 'Aggregate Source Approval Report' identifies the currently approved applications for each aggregate source listed. The acceptance and use of these aggregates is contingent upon additional job sampling and/or documentation. Aggregates approved for applications on the ASA 'Aggregate Source Approval Report' not conforming to the specifications, not fulfilling the acceptance requirements, or improperly handled or installed, shall be replaced at the Contractor's expense. For questions regarding the approval status of an aggregate source, contact the WSDOT Regional Materials Engineer for the Region the source is located in. The Contracting Agency reserves the right to make revisions to the ASA database at anytime If there is a conflict between the ASA database and the contract, then the contract shall take precedence over the ASA database in accordance with Section 1-04.2. The ASA database can be accessed on-line at www.wsdot.wa.qov/biz/mats/ASA. 1-06.2(2)D Quality Level Analysis Item 9 under the first paragraph is revised to read: 9. Determine the Composite Pay Factor (CPF) for each jot. CPF = f1(PF1) + f2(PF2) +•••+ fi(PFi) Efi i=1toj where: fi = price adjustment factor listed in these Specifications for the applicable materia! j = number of constituents being evaluated 1-06.5 Vacant This section including title is revised to read: 1-06.5 Owners Manuals and Operating Instructions For equipment and materials that are permanently incorporated in the Work, the Contractor shall provide to the Project Engineer all owners manuals and operating instructions furnished by the equipment or material manufacturer. SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC August 6, 2007 1-07.9(1) General The fifth paragraph is revised to read: If employing labor in a class not listed in the contract provisions on state funded projects only, the Contractor shall request a determination of the correct wage and benefits rate for that class and locality from the Industrial Statistician, Washington State Department of Labor and Industries (State I RI), and provide a ropy of these determinations to the Engineer_ The fifth paragraph is supplemented with the following new paragraph: If employing labor in a class not listed in the contract provisions on federally funded projects, the Contractor shall request a determination of the correct wage and benefits for that class and locality from the U. S. Secretary of Labor through the project engineer's office. Generally, the Contractor initiates the request by preparing Standard Form 1444 Request for Authorization of Additional Classification and Rate, available at http://www.wdol.gov/docs/sf1444.pdf, and submitting it to the Project Engineers' office for further action G:\PROJECTS12006\060288\060288 SPECS.doc 1-07.10 Worker's Benefits The fourth paragraph is revised to read: The Public Works Contract Division of the Washington State Department of Labor and Industries will provide the Contractor with applicable industrial insurance and medical aid classification and premium rates After receipt of Revenue Release from the Washington State Department of Revenue, the contracting agency will verify through the Department of Labor and Industries that the Contractor is current with respect to the payments of industrial insurance and medical aid premiums. 1-07.11(10)B Required Records and Retention The second and third paragraphs under "Monthly Employment Utilization Reports" are deleted 1-07.15 Temporary Water Pollution/Erosion Control The first paragraph is revised to read: In an effort to prevent, control, and stop water pollution and erosion within the project, thereby protecting the work, nearby land, streams, and other bodies of water, the Contractor shall perform all work in strict accordance with all Federal, State, and local laws and regulations governing waters of the State, as well as permits acquired for the project. 1-07.17 Utilities and Similar Facilities This section is revised to read: The Contractor shall protect all private and public utilities from damage resulting from the Work. Among others, these utilities include: telephone, telegraph, and power lines; pipelines, sewer and water lines; railroad tracks and equipment; and highway lighting and signing systems. All costs required to protect public and private utilities shall be at the Contractor's expense, except as provided otherwise in this section. Chapter 19.122 of the Revised Code of Washington (RCW) relates to underground utilities. In accordance with this RCW, the Contractor shall call the One -Number Locator Service for field location of utilities. If no locator service is available for the area, notice shall be provided individually to those owners of utilities known to, or suspected of, having underground facilities within the area of the proposed excavation. This section is supplemented with the following two new sub -sections: 1-07.17(1) Utility Construction, Removal or Relocation by the Contractor If the Work requires removing or relocating a utility, the contract will assign the task to the Contractor or the utility owner. When the task is assigned to the Contractor it shall be performed in accordance with the Plans and Special Provisions. New utility construction shall be performed according to the appropriate contract requirements. To ease or streamline the Work for its own convenience, the Contractor may desire to ask utility owners to move, remove, or alter their equipment in ways other than those listed in the Plans or Special Provisions. The Contractor shall make the arrangements and pay all costs that arise from work performed by the utility owner at the Contractor's request. Two weeks prior to implementing any such utility work, the Contractor shall submit plans and details to the Engineer for approval describing the scope and schedule of all work performed at the Contractors request by the utility owner. In some cases, the Plans or special provisions may not show all underground facilities. If the Work requires these to be moved or protected, the Engineer will assign the task to others or issue a written change order requiring the Contractor to do so as provided in Section 1-04 4 1-07.17(2) Utility Construction, Removal or Relocation by Others Any authorized agent of the Contracting Agency or utility owners may enter the highway right-of-way to repair, rearrange, alter, or connect their equipment. The Contractor shall cooperate with such efforts and shall avoid creating delays or hindrances to those doing the work. As needed, the Contractor shall arrange to coordinate work schedules. G:\PROJECTS\2006\060288\06028B SPECS.doc If the contract provides notice that utilities will be adjusted, relocated, replaced, or constructed by others during the prosecution of the work, the Special Provisions will establish the utility owners anticipated completion. The Contractor shall carry out the Work in a way that will minimize interference and delay for all forces involved. Any costs incurred prior to the utility owners anticipated completion (or if no completion is specified, within a reasonable period of time) that results from the coordination and prosecution of the Work regarding utility adjustment, relocation, replacement, or construction shall be at the Contractor's expense as provided in Section 1-05.14. When others delay the Work through late removal or relocation of any utility or similar facility, the Contractor shall adhere to the requirements of Section 1-04.5. The Contracting Agency will either suspend Work according to Section 1-08.6, or order the Contractor to coordinate the Work with the work of the utility owner in accordance with Section 1-04.4. When ordered to coordinate the Work with the work of the utility owner, the Contractor shall prosecute the Work in a way that will minimize interference and delay for all forces involved. SECTION 1-08, PROSECUTION AND PROGRESS August 6, 2007 1-08.1 Subcontracting The eighth paragraph (beginning with - On all projects funded with both Contracting Agency funds and Federal assistance ...) is supplemented with the following: The Contractor has the option of submitting actual MBE/WBE or DBE payment data, on Federally assisted, Federally assisted and Contracting agency funded, and Contracting Agency funded only contracts to the contracting agency on a monthly basis using the Contract Monitoring and Tracking System (CMATS) through the BizWeb application located at http://www.omwbe.wa.qov/bizwebatwashington. Use of CMATS will become a requirement for all contractors effective January 7, 2008. 1-08.3 Progress Schedule Section 1-08.3 and all subsections are deleted in their entirety and replaced with the following: 1-08.3 Progress Schedule 1-08.3(1) General Requirements The Contractor shall submit Type A or Type B Progress Schedules and Schedule Updates to the Engineer for approval. Schedules shall show work that complies with all time and order of work requirements in the contract. Scheduling terms and practices shall conform to the standards established in Construction Planning and Scheduling, Second Edition, published by the Associated General Contractors of America. Except for Weekly Look -Ahead Schedules, all schedules shall meet these General Requirements, and provide the following information: 1. Include all activities necessary to physically complete the project. 2. Show the planned order of work activities in a logical sequence 3. Show durations of work activities in working days as defined in Section 1-08.5. 4 Show activities in durations that are reasonable for the intended work. 5. Define activity durations in sufficient detail to evaluate the progress of individual activities on a daily basis. 6. Show the physical completion of all work within the authorized contract time. The Contracting Agency allocates its resources to a contract based on the total time allowed in the contract. The Contracting Agency may accept a Progress Schedule indicating an early physical completion date but cannot guarantee the Contracting Agency's resources will be available to meet an accelerated schedule. No additional compensation will be allowed if the Contractor is not able to meet their accelerated schedule due to the unavailability of Contracting Agency's resources or for other reasons beyond the Contracting Agency's control. If the Engineer determines that the Progress Schedule or any necessary Schedule Update does not provide the required information, then the schedule will be returned to the Contractor for correction and resubmittal. G:\PROJECTS\2006\060288\06028B SPECS.doc The Engineer's approval of any schedule shall not transfer any of the Contractor's responsibilities to the Contracting Agency. The Contractor alone shall remain responsible for adjusting forces, equipment, and work schedules to ensure completion of the work within the time(s) specified in the contract. 1-08.3(2) Progress Schedule Types Type A Progress Schedules are required on all projects that do not contain the bid item for Type B Progress Schedule. Type B Progress Schedules are required on all projects that contain the bid item for Type B Progress Schedule. Weekly Look -Ahead Schedules and Schedule Updates are required on all projects. 1-08.3(2)A Type A Progress Schedule The Contractor shall submit five copies of a Type A Progress Schedule no later than 10 days after the date the contract is executed, or some other mutually agreed upon submittal time. The schedule may be a critical path method (CPM) schedule, bar chart, or other standard schedule format. Regardless of which format used, the schedule shall identify the critical path. The Engineer will evaluate the Type A Progress Schedule and approve or return the schedule for corrections within 15 calendar days of receiving the submittal. 1-08.3(2)B Type B Progress Schedule The Contractor shall submit a preliminary Type B Progress Schedule no later than five calendar days after the date the contract is executed. The preliminary Type B Progress Schedule shall comply with all of these requirements and the requirements of Section 1- 08.3(1), except that it may be limited to only those activities occurring within the first 60 working days of the project. The Contractor shall submit five copies of a Type B Progress Schedule no later than 30 calendar days after the date the contract is executed. The schedule shall be a critical path method (CPM) schedule developed by the Precedence Diagramming Method (PDM). Restraints may be utilized, but may not serve to change the logic of the network or the critical path. The schedule shall display at least the following information: Contract Number and Title Construction Start Date Critical Path Activity Description Milestone Description Activity Duration Predecessor Activities Successor Activities Early Start (ES) and Early Finish (EF) for each activity Late Start (LS) and Late Finish (LF) for each activity Total Float (TF) and Free Float (FF) for each activity Physical Completion Date Data Date The Engineer will evaluate the Type B Progress Schedule and approve or return the schedule for corrections within 15 calendar days of receiving the submittal. 1-08.3(2)C Vacant 1-08.3(2)D Weekly Look -Ahead Schedule Each week that work will be performed, the Contractor shall submit a Weekly Look -Ahead Schedule showing the Contractor's and all subcontractors' proposed work activities for the next two weeks. The Weekly Look -Ahead Schedule shall include the description, duration and sequence of work, along with the planned hours of work. This schedule may be a network schedule, bar chart, or other standard schedule format. The Weekly Look -Ahead Schedule shall be submitted to the Engineer by the midpoint of the week preceding the scheduled work or some other mutually agreed upon submittal time. G:\PROJECTS\2006\060288\060288 SPECS.doc 1-08.3(3) Schedule Updates The Engineer may request a Schedule Update when any of the following events occur• 1. The project has experienced a change that affects the critical path. 2 The sequence of work is changed from that in the approved schedule. 3. The project is significantly delayed. 4. Upon receiving an extension of contract time. The Contractor shall submit five copies of a Type A or Type B Schedule Update within 15 calendar days of receiving a written request, or when an update is required by any other provision of the contract. A "significant" delay in time is defined as 10 working days or 10 percent of the original contract time, whichever is greater. In addition to the other requirements of this Section, Schedule Updates shall reflect the following information: 1. The actual duration and sequence of as -constructed work activities, including changed work. 2. Approved time extensions. 3. Any construction delays or other conditions that affect the progress of the work. 4. Any modifications to the as -planned sequence or duration of remaining activities. 5. The physical completion of all remaining work in the remaining contract time. Unresolved requests for time extensions shall be reflected in the Schedule Update by assuming no time extension will be granted, and by showing the effects to follow-on activities necessary to physically complete the project within the currently authorized time for completion. 1-08.3(4) Measurement No specific unit of measurement shall apply to the lump sum item for Type B Progress Schedule. 1-08.3(5) Payment Payment will be made in accordance with Section 1-04.1, for the following bid item when it is included in the proposal: "Type B Progress Schedule", lump sum. The Lump Sum price shall be full pay for all costs for furnishing the Type B Progress Schedule and preliminary Type B Progress Schedule. Payment of 80 percent of the lump sum price will be made upon approval of the Progress Schedule. Payment will be increased to 100 percent of the lump sum price upon completion of 80 percent of the original total contract award amount. All costs for providing Type A Progress Schedules and Weekly Look -Ahead Schedules are considered incidental to other items of work in the contract. No payment will be made for Schedule Updates that are required due to the Contractors operations. Schedule Updates required by events that are attributed to the actions of the Contracting Agency will be paid for in accordance with Section 1-09 4. 1-08.4 Prosecution of Work The first sentence is revised to read: The Contractor shall begin work within 21 calendar days from the date of execution of the contract by the Contracting Agency, unless otherwise approved in writing. G:\PROJECTS\2006\060286\06028B SPECS.doc 1-08.5 Time for Completion This section is revised to read: The Contractor shall complete all physical contract work within the number of "working days" stated in the Contract Provisions or as extended by the Engineer in accordance with Section 1-08.8. Every day will be counted as a "working day" unless it is a nonworking day or an Engineer determined unworkable day. A nonworking day is defined as a Saturday, a Sunday, a whole or half day on which the contract specifically prohibits work on the critical path of the Contractor's approved progress schedule, or one of these holidays: January 1, the third Monday of January, the third Monday of February, Memorial Day, July 4, Labor Day, November 11, Thanksgiving Day, the day after Thanksgiving, and Christmas Day. When any of these holidays fall on a Sunday, the following Monday shall be counted a nonworking day. When the holiday falls on a Saturday, the preceding Friday shall be counted a nonworking day. The days between December 25 and January 1 will be classified as nonworking days. An unworkable day is defined as a half or whole day the Engineer declares to be unworkable because of weather or conditions caused by the weather that prevents satisfactory and timely performance of the work shown on the critical path of the Contractor's approved progress schedule. Other conditions beyond the control of the Contractor may qualify for an extension of time in accordance with Section 1-08.8. Contract time shall begin on the first working day following the 21st calendar day after the date the Contracting Agency executes the contract. If the Contractor starts work on the project at an earlier date, then contract time shall begin on the first working day when onsite work begins. The contract provisions may specify another starting date for contract time, in which case, time will begin on the starting date specified. Each working day shall be charged to the contract as it occurs, until the contract work is physically complete. If substantial completion has been granted and all the authorized working days have been used, charging of working days will cease. Each week the Engineer will provide the Contractor a statement that shows the number of working days: (1) charged to the contract the week before; (2) specified for the physical completion of the contract; and (3) remaining for the physical completion of the contract. The statement will also show the nonworking days and any half or whole day the Engineer declares as unworkable. Within 10 calendar days after the date of each statement, the Contractor shall file a written protest of any alleged discrepancies in it. To be considered by the Engineer, the protest shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of time disputed. By not filing such detailed protest in that period, the Contractor shall be deemed as having accepted the statement as correct. The Engineer will give the Contractor written notice of the physical completion date for all work the contract requires. That date shall constitute the physical completion date of the contract, but shall not imply the Secretary's acceptance of the work or the contract. The Engineer will give the Contractor written notice of the completion date of the contract after all the Contractor's obligations under the contract have been performed by the Contractor. The following events must occur before the Completion Date can be established: 1. The physical work on the project must be complete; and 2. The Contractor must furnish all documentation required by the contract and required by law, to allow the Contracting Agency to process final acceptance of the contract. The following documents must be received by the Project Engineer prior to establishing a completion date: a. Certified Payrolls (Federal -aid Projects) b. Material Acceptance Certification Documents c. Annual Report of Amounts Paid as MBE/WBE Participants or Quarterly Report of Amounts Credited as DBE Participation, as required by the Contract Provisions. d. Final Contract Voucher Certification G:\PROJECTS\2006\060288\060288 SPECS.doc 1-08.8 Extensions of Time Section 1-08.8 is revised to read: The Contractor shall submit any requests for time extensions to the Engineer in writing no later than 10 working days after the delay occurs. The requests for time extension shall be limited to the affect on the critical path of the Contractor's approved schedule attributable to the change or event giving rise to the request. To be considered by the Engineer, the request shall be in sufficient detail (as determined by the Engineer) to enable the Engineer to ascertain the basis and amount of the time requested. The request shall include an updated schedule that supports the request and demonstrates that the change or event: (1) had a specific impact on the critical path, and except in cases of concurrent delay, was the sole cause of such impact, and (2) could not have been avoided by resequencing of the work or by using other reasonable alternatives. If a request combined with previous extension requests, equals 20 percent or more of the original contract time then the Contractor's letter of request must bear consent of Surety. In evaluating any request, the Engineer will consider how well the Contractor used the time from contract execution up to the point of the delay and the effect the delay has on any completion times included in the special provisions. The Engineer will evaluate and respond within 15 calendar days of receiving the request. The authorized time e for physical completion will be extended for a period equal to the time the Engineer determines the work was delayed because of: 1. Adverse weather causing the time requested to be unworkable, provided that the Engineer had not already declared the time to be unworkable and the Contractor has filed a written protest according to Section 1-08.5. 2. Any action, neglect, or default of the Contracting Agency, its officers, or employees, or of any other contractor employed by the Contracting Agency. 3. Fire or other casualty for which the Contractor is not responsible. 4. Strikes. 5. Any other conditions for which these Specifications permit time extensions such as: a. In Section 1-04.4 if a change increases the time to do any of the work including unchanged work. b. In Section 1-04.5 if increased time is part of a protest that is found to be a valid protest. c. In Section 1-04.7 if a changed condition is determined to exist that caused a delay in completing the contract. d. In Section 1-05.3 if the Contracting Agency does not approve properly prepared and acceptable drawings within 30 calendar days. e. In Section 1-07.13 if the performance of the work is delayed as a result of damage by others. f. In Section 1-07.17 if the removal or the relocation of any utility by forces other than the Contractor caused a delay. g. In Section 1-07.24 if a delay results from all the right of way necessary for the construction not being purchased and the special provisions does not make specific provisions regarding unpurchased right of way. h. In Section 1-08.6 if the performance of the work is suspended, delayed, or interrupted for an unreasonable period of time that proves to be the responsibility of the Contracting Agency i. In Section 1-09.11 if a dispute or claim also involves a delay in completing the contract and the dispute or claim proves to be valid. j. In Section 1-09.6 for work performed on a force account basis. G:\PROJECTS\2006\06028B\060288 SPECS.doc 6. If the actual quantity of work performed for a bid item was more than the original plan quantity and increased the duration of a critical activity. Extensions of time will be limited to only that quantity exceeding the original plan quantity. 7. Exceptional causes not specifically identified in items 1 through 6, provided the request letter proves the Contractor had no control over the cause of the delay and could have done nothing to avoid or shorten it. Working days added to the contract by time extensions, when time has overran, shall only apply to days on which liquidated damages or direct engineering have been charged, such as the following If substantial completion has been granted prior to all of the authorized working days being used, then the number of days in the time extension will eliminate an equal number of days on which direct engineering charges have accrued. If the substantial completion date is established after all of the authorized working days have been used, then the number of days in the time extension will eliminate an equal number of days on which liquidated damages or direct engineering charges have accrued. The Engineer will not allow a time extension for any cause listed above if it resulted from the Contractor's default, collusion, action or inaction, or failure to comply with the contract. The Contracting Agency considers the time specified in the special provisions as sufficient to do all the work. For this reason, the Contracting Agency will not grant a time extension for: • Failure to obtain all materials and workers unless the failure was the result of exceptional causes as provided above in subsection 7; • Changes, protests, increased quantities, or changed conditions (Section 1-04) that do not delay the completion of the contract or prove to be an invalid or inappropriate time extension request; • Delays caused by nonapproval of drawings or plans as provided in Section 1-05.3; • Rejection of faulty or inappropriate equipment as provided in Section 1-05.9; • Correction of thickness deficiency as provided in Section 5-05.5(1)B. The Engineer will determine whether the time extension should be granted, the reasons for the extension, and the duration of the extension, if any. Such determination will be final as provided in Section 1-05.1. 1-08.9 Liquidated Damages The first sentence in the fourth paragraph is revised to read: When the contract work has progressed to the extent that the Contracting Agency has full use and benefit of the facilities, both from the operational and safety standpoint, all the initial plantings are completed and only minor incidental work, replacement of temporary substitute facilities, plant establishment periods, or correction or repair remains to physically complete the total contract, the Engineer may determine the contract work is substantially complete. SECTION 1-09, MEASUREMENT AND PAYMENT August 6, 2007 1-09.2(1) General Requirements for Weighing Equipment The last paragraph is supplemented with the following: The material delivery point is defined as the location where the material is incorporated into the permanent work. 1-09.6 Force Account The first sentence in the last paragraph under 1. For Labor is revised to read: In addition to compensation for direct labor costs defined above, the Contracting Agency will pay Contractor 29 percent of the sum of the costs calculated for labor reimbursement to cover project G:\PROJECTS\2006\060288\06028B SPECS.doc overhead, general company overhead, profit, bonding, insurance required by Section 1-07.10 and 1- 07.18, Business & Occupation tax, and any other costs incurred. The last paragraph under 2. For Materials is revised to read: In addition to compensation for direct materials cost, the Contracting Agency will pay the Contractor 21 percent of the sum of the costs calculated for materials reimbursement to cover project overhead, general company overhead, profit, bonding, insurance required by Section 1-07.10 and 1-07.18, Business & Occupation tax, and any other costs incurred. The first sentence in the fifth paragraph under 3. For Equipment is revised to read. The Contracting Agency will add 21 percent to equipment costs to cover project overhead, general company overhead, profit, bonding, insurance required by Section 1-07 10 and 1-07.18, Business & Occupation tax, and any other costs incurred The last paragraph Windier 3. For Equipment is revised to read: Copies of the AGC/WSDOT Equipment Rental Agreement will be maintained on the Contracting Agency's web site at www.wsdot.wa.gov. The second paragraph under 4. For Services is revised to read: Except as noted below, the Contracting Agency will pay the Contractor an additional 21 percent of the sum of the costs included on invoices for specialized services to cover project overhead, general company overhead, profit, bonding, insurance required by Section 1-07 10 and 1-07.18, Business & Occupation tax, and any other costs incurred. The first paragraph under 6. For Contractor Markup on Subcontractor's Work is revised to read: 6. For Contractor Markup on Subcontractor's Work: When work is performed on a force account basis by one or more approved subcontractors, by lower -tier subcontractors or suppliers, or through invoice by firm(s) acting in the manner of a subcontractor, the Contractor will be allowed an additional markup, from the table below, applied to the costs computed for work done by each subcontractor through Sections 1, 2, 3, and 4, to compensate for all administrative costs, including project overhead, general company overhead, profit, bonding, insurance required by 1-07.10 and 1-07.18, Business & Occupation tax, and any other costs incurred. 1-09.9(1) Retainage The fourth paragraph is revised to read: Release of the retainage will be made 60 days following the Completion Date (pursuant to RCW 39.12, and RCW 60.28) provided the following conditions are met: 1. On contracts totaling more than $20,000, a release has been obtained from the Washington State Department of Revenue. 2. Affidavits of Wages Paid for the Contractor and all Subcontractors are on file with the Contracting Agency (RCW 39.12 040). 3. A certificate of Payment of Contributions Penalties and Interest on Public Works Contract is received from the Washington State Employment Security Department. 4. Washington State Department of Labor and Industries (per section 1-07.10) shows the Contractor is current with payments of industrial insurance and medical aid premiums. 5. All claims, as provided by law, filed against the retainage have been resolved. In the event claims are filed and provided the conditions of 1, 2, 3 and 4 are met, the Contractor will be paid such retained percentage less an amount sufficient to pay any such claims G:\PROJECTS\2006\060288\060288 SPECS.doc together with a sum determined by the Contracting Agency sufficient to pay the cost of foreclosing on claims and to cover attorney's fees. SECTION 1-10, TEMPORARY TRAFFIC CONTROL August 6, 2007 1-10.1(1) Materials This section is supplemented with the following: Tall Channelizing Devices 9-35.13 Portable Temporary Traffic Control Signal 9-35.14 1-10.2(3) Conformance to Established Standards The second and third sentences in the first paragraph are revised to read: Judgment of the quality of devices furnished will be based upon Quality Guidelines for Temporary Traffic Control Devices, published by the American Traffic Safety Services Association. Copies of the MUTCD and Quality Guidelines for Temporary Traffic Control Devices may be purchased from the American Traffic Safety Services Association, 15 Riverside Parkway, Suite 100, Fredericksburg, Virginia 22406-1022. The third sentence in the fourth paragraph is revised to read: All Category 2 devices shall meet the requirements of NCHRP 350. The fourth sentence in the fourth paragraph is deleted. The second sentence in the sixth paragraph is revised to read: Crash testing is not required for these devices. The first sentence in the seventh paragraph is revised to read: The condition of signs and traffic control devices shall be acceptable or marginal as defined in the book Quality Guidelines for Temporary Traffic Control Devices, and will be accepted based on a visual inspection by the Engineer. 1-10.3(3) Traffic Control Devices This section is supplemented with the following new sub -section: 1-10.3(3)K Portable Temporary Traffic Control Signal Where shown on an approved traffic control plan, the Contractor shall provide, operate, maintain and remove a portable temporary traffic control signal to provide alternating one -lane traffic operations on a two-way facility. A portable temporary traffic control signal shall be defined as a traffic control signal that may be trailer mounted, fully self-contained unit and designed so that it can be easily transported and deployed at different locations. The Contractor shall submit the manufacturer's specifications for the portable temporary traffic control signal to the Engineer for approval at the pre -construction meeting or a minimum of two weeks prior to installation, whichever occurs first. A manufacturer's representative is required to demonstrate the capabilities of the temporary portable signal prior to approval and provide training to contractor personnel as necessary. The Contractor shall provide a minimum of one manufacturer trained operator on-site during all hours of portable traffic control signal operation. Remote manual control of the portable traffic control signal by the Traffic Control Supervisor (TCS) or a qualified operator may be allowed if necessitated by work area or traffic conditions and as approved by the Engineer. Maximum length between signal heads shall be 1500 ft unless otherwise shown on the plans or ordered by the Project Engineer in accordance with Section 1-04.4. G:\PROJECTS\2006\06028B\06028B SPECS.doc The WSDOT Region Signal Superintendent or designee will inspect the signal system at initial installation/operation and either provide or approve the signal timing. Final approval will be based on the results of the operational inspection. If repairs or adjustments are required the Contractor shall respond immediately and provide flagger traffic control, if the roadway cannot be safely reopened to two-way traffic, until such time that repairs can be made. The Contractor shall either repair the signal or replace with a backup unit within 24 hours. The Engineer will monitor the traffic, signal operation and order adjustments as needed based on traffic conditions. Timing adjustments require the approval of the Project Engineer. As shown on the traffic control plan, temporary stop bars and "STOP HERE ON RED Signs (R10-6) shall be provided at the location traffic is expected to stop during the red display. The stop bar locations shall be illuminated at night. The illumination shall be the responsibility of the contractor and shall be adjusted to ensure minimal glare to motorists. When not in operation, remove signal heads from the view of traffic or cover signal heads with bags made of non -ripping material specifically designed for covering signal heads. Do not use trash bags of any type. Remove, cover, fold, or turn ail inappropriate signs so that they are not readable by oncoming traffic. The Contractor shall provide and install all field wiring to make a complete and operational portable traffic control signal and shall maintain the system throughout the life of the contract. Portable temporary traffic signals shall not be installed within 300 feet of at -grade railroad crossing, or if driveways or roadway access points are located between the portable temporary traffic control signals. 1-10.4(2) Item Bids with Lump Sum for Incidentals The fourth paragraph is revised to read: "Other Traffic Control Labor" will be measured by the hour. The hours of one person will be measured for each patrol route that the Contractor performs the work described under Section 1- 10 3(2)E, Patrol and Maintain Traffic Control Measures, regardless of the actual number of persons per route. Hours will be measured for each person engaged in any one of the following activities: • Operating a pilot vehicle during one-way piloted traffic control. • Operating a traffic control vehicle or a chase vehicle during a rolling slowdown operation. • Operating a vehicle or placing/removing traffic control devices during the setup or takedown of a lane closure. Performing preliminary work to prepare for placing and removing these devices. • Operating any of the moving traffic control equipment, or adjusting signing during a mobile operation as described in Section 1-1n:1(9)n. • Placing and removing Class B construction signs. Performing preliminary work to prepare for placing and removing these signs. • Relocation of Portable Changeable Message Signs within the project limits. • Installing and removing Barricades, Traffic Safety Drums, Barrier Drums, Cones, Tubular Markers and Warning Lights and Flashers to carry out approved Traffic Control Plan(s). Performing preliminary work to prepare for installing these devices. G:\PROJECTS\2006\060288\060286 SPECS.doc The fifth paragraph is revised to read: Time spent on activities other than those described above will not be measured under this item. Section 1-10.4(2) is supplemented with the following: "Portable Temporary Traffic Control Signal" will be measured per each one time only for each portable temporary traffic control signal device used on the project. The final pay quantity shall be the maximum number of such devices in place at any one time as approved by the Engineer. Section 1-10.5(2) is supplemented with the following: "Portable Temporary Traffic Control Signal," per each. The unit contract price, when applied to the number of units measured for this item in accordance with Section 1-10.4(2), shall be full compensation for all costs of labor, materials and equipment incurred by the Contractor in performing the contract work as described in Section 1-10.3(3)K, including all costs for traffic control during a malfunction/failure of the portable traffic control signals and during replacement of failed/malfunctioning signals. SECTION 2-02, REMOVAL OF STRUCTURES AND OBSTRUCTIONS April 2, 2007 2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters Item 3. is revised to read: 3 Make a vertical full depth saw cut between any existing pavement, sidewalk, curb, or gutter that is to remain and the portion to be removed. For Portland cement concrete pavement removal, a second vertical full depth relief saw cut offset 12 inches to 18 inches from and parallel to the initial saw cut is also required, unless the Engineer approves otherwise. SECTION 2-03, ROADWAY EXCAVATION AND EMBANKMENT August 7, 2006 2-03.3(2) Rock Cuts This section is revised to read: 1. Preserving Rock Below Subgrade. The Contractor shall take care not to break down, loosen, or damage the rock under the subgrade line, except as provided by Section 2-03.3(3). Normally cuts will be made from the top, lift by lift, to protect the rock bench that will remain. The Contractor shall be responsible for methods used and for any damage caused to the roadbed, regardless of any previous approvals by the Engineer. 2. Scaling and Dressing. To leave rock cuts in a safe, stable condition, the Contractor shall scale and dress them, removing all loose fragments and rocks not firmly fastened to the rock slope. The Contractor shall also remove any overhanging rock the Engineer sees as a hazard to roadway users. If the Engineer requires it, the Contractor shall remove loose fragments and rocks lying outside the slope stakes. Payment for such extra work shall be by force account as provided in Section 1-09.6. The Contracting Agency will pay for loading and hauling these materials at the unit contract prices that apply or as provided in Section 1-04.4. 3. Drilling and Blasting. Not less than two weeks prior to commencing drilling and blasting operations or at any time the Contractor proposes to change the drilling and blasting methods, the Contractor shall submit a blasting plan to the Engineer for review. The blasting plan shall contain the full details of the drilling and blasting patterns and controls the Contractor proposes to use for both the controlled and production blasting. The blasting plan submittal is required for all blasting operations and shall contain the following minimum information: G:\PROJECTS\2006\06028B\060286 SPECS.doc a) Station limits of proposed shot. b) Plan and section views of proposed drill pattern including free face, burden, blast hole spacing, blast hole diameter, blast hole angles, lift height, and subdrill depth. c) Loading diagram showing type and amount of explosives, primers, initiators, and location and depth of stemming. d) Initiation sequence of blast holes including delay times and delay system. e) Manufacturer's data sheets for all explosives, primers, and initiators to be employed. Review of the blasting plan by the Engineer shall not relieve the Contractor of the responsibility for the accuracy and adequacy of the plan when implemented in the field. When blasting to establish slopes 1/2 to 1 or steeper, and more than 10 feet high, the Contractor shall use controlled blasting. The Engineer may require the Contractor to use controlled blasting to form the faces of other slopes, even if the slopes could be formed by nonblasting methods Controlled blasting refers to the controlled use of explosives and blasting accessories in carefully spaced and aligned drill holes to provide a free surface or shear plane in the rock along the specified backslope. Controlled blasting techniques covered by this specification include presplitting and cushion blasting. In addition to the blasting pian submittal, when using controlled blasting the Contractor shall. a) Prior to commencing full-scale blasting operations, the Contractor shall demonstrate the adequacy of the proposed blast plan by drilling, blasting, and excavating short test sections, up to 100 feet in length, to determine which combination of method, hole spacing, and charge works best. When field conditions warrant, the Contractor may be ordered to use test section lengths less than 100 feet. Unless otherwise approved by the Engineer, the Contractor shall begin the tests with the controlled blast holes spaced 30 -inches apart, then adjust if needed, until the Engineer approves the spacing to be used for full-scale blasting operations. b) The Contractor shall completely remove all overburden soil and loose or decomposed rock along the top of the excavation for a distance of at least 30 feet beyond the end of the production hole drilling limits, or to the end of the cut, before drilling the presplitting holes. c) The controlled blast holes shall be not less than 21/2 inches nor more than 3 inches in diameter. d) The Contractor shall control drilling operations by the use of the proper equipment and technique to ensure that no hole shall deviate from the plane of the planned slope by more than 9 inches either parallel or normal to the slope. Drill holes exceeding these limits shall not be paid for unless satisfactory slopes are being obtained. e) Controlled blast holes shall extend a minimum of 30 feet beyond the limits of the production holes to be detonated, or to the end of the cut as applicable. f) The length of controlled blast holes for any individual lift shall not exceed 20 feet unless the Contractor can demonstrate to the Engineer the ability to stay within the above tolerances and produce a uniform slope. If greater than 5 percent of the presplit holes are misaligned in any one lift, the Contractor shall reduce the height of the lifts until the 9 -inch alignment tolerance is met. Upon satisfactory demonstration, G:\PROJECTS\2006\060286\060288 SPECS.doc g) the length of holes may be increased to a maximum of 60 feet with written approval of the Engineer. When the cut height requires more than one lift, a maximum 2 -foot offset between lifts will be permitted to allow for drill equipment clearances. The Contractor shall begin the control blast hole drilling at a point that will allow for necessary offsets and shall adjust, at the start of lower lifts, to compensate for any drift that may have occurred in the upper lifts. h) Before placing charges, the Contractor shall determine that the hole is free of obstructions for its entire depth. All necessary precautions shall be exercised so that the placing of the charges will not cause caving of material from the walls of the holes. i) The maximum diameter of explosives used in presplit holes shall not be greater than 1/2 the diameter of the presplit hole. j) Only standard explosives manufactured especially for controlled blasting shall be used in controlled blast holes, unless otherwise approved by the Engineer. Bulk ammonium nitrate and fuel oil (ANFO) shall not be allowed to be loaded in the presplit holes. k) If fractional portions of standard explosive cartridges are used, they shall be firmly affixed to the detonating cord in a manner that the cartridges will not slip down the detonating cord nor bridge across the hole. Spacing of fractional cartridges along the length of the detonating cord shall not exceed 30 inches center to center and shall be adjusted to give the desired results. I) Continuous column cartridge type of explosives used with detonating cord shall be assembled and affixed to the detonating cord in accordance with the explosive manufacturer's instructions, a copy of which shall be furnished to the Engineer. m) The bottom charge of a presplit hole may be larger than the line charges but shall not be large enough to cause overbreak. The top charge of the presplitting hole shall be placed far enough below the collar, and reduced sufficiently, to avoid overbreaking and heaving. n) The upper portion of all presplit holes, from the top most charge to the hole collar, shall be stemmed. Stemming materials shall be sand or other dry angular material, all of which passes a 3/8 -inch sieve. o) If presplitting is specified, the detonation of these holes shall be fired first. p) q) If cushion blasting is specified, the detonation of these holes shall be fired last on an instantaneous delay after all other blasting has taken place in the excavation. Production blast holes shall not be drilled closer than 6 feet to the controlled blast line, unless approved by the Engineer. The bottom of the production holes shall not be lower than the bottom of the controlled blast holes. Production holes shall not exceed 6 inches in diameter, unless approved by the Engineer. Detonation of production holes shall be on a delay sequence toward a free face. r) The use of horizontal blast holes for either production or controlled blasting is prohibited. G:\PROJECTS\2006\060288\060288 SPECS.doc SECTION 2-09, STRUCTURE EXCAVATION April 2, 2007 2-09.3(1)E Backfilling Paragraphs three through nine including the Controlled Density Fill (CDF) chart are deleted and replaced with the following: Alternative Sources. When material from structure excavation is unsuitable for use as backfill, the Engineer may: 1 require the Contractor to use other material covered by the contract if such substitution involves work that does not differ materially from what would otherwise have been required; 2. require the Contractor to substitute selected material in accordance with Section 2- 03.3(10); 3. require the Contractor to use Controlled Density Fill (CDF) also known as Controlled Low Strength Material (CLSM)), or; 4. require the Contractor to obtain material elsewhere Material obtained elsewhere will be paid for in accordance with Section 1-04.4. Controlled Density Fill (CDF) or Controlled Low -Strength Material (CLSM). CDF is a self compacting, cementitious, flowable material requiring no subsequent vibration or tamping to achieve consolidation. The Contractor shall provide a mix design in writing to the Engineer on WSDOT Form 350-040 and utilize ACI 229 as a guide to develop the CDF mix design. No CDF shall be placed until the Engineer has reviewed the mix design. CDF shall be designed to have a minimum 28 -day strength of 50 psi and a maximum 28 -day strength not to exceed 300 psi. The CDF consistency shall be flowable (approximate slump 3 to 10 inches). The following testing methods shall be used by the Contractor to develop the CDF mix design: 28 day compressive strength - ASTM D 4832, Unit weight, yield, and air content – ASTM D 6023, Test for slump shall be in accordance with WSDOT FOP for AASHTO T 119. The water/cement ratio shall be calculated on the total weight of cementitious material. The following are considered cementitious materials: Portland cement, fly ash, ground granulated blast furnace slag and microsilica fume. Admixtures used in CDF shall meet the requirements of Section 9-23.6, Admixtures for Concrete, and foaming agents, if used, shall meet the requirements of ASTM C 869. Admixtures shall be used in accordance with the manufacturer's recommendations and non -chloride accelerating admixtures may be used to accelerate the hardening of CDF. CDF shall meet the requirements of Section 6-02.3(5)C and shall be accepted based on a Certificate of Compliance. The producer shall provide a Certificate of Compliance for each truckload of CDF in accordance with Section 6-02.3(5)B. Item 1 of the first paragraph under Compaction is revised to read: 1. Backfill supporting roadbed, roadway embankments, or structures, including backfill providing lateral support for noise barrier wall foundations, luminaire poles, traffic signal standards, and roadside and overhead sign structure foundations — placed in horizontal layers no more than 6 inches thick with each layer compacted to 95 percent of the maximum density determined by the Compaction Control Test, Section 2-03.3(14)D. G:\PROJECTS\2006\06028B\060286 SPECS.doc 2-09.3(3)B Excavation Using Open Pits — Extra Excavation This section is revised to read: The Contractor may dig open pits or perform extra excavation without shoring or cofferdams, if: 1. Footings can be placed in dry material away from running water. 2. The integrity of the completed structure and its surroundings is not reduced. 3. Worker safety is ensured as required by law. 4. The excavation does not disturb the existing pavement or any other adjacent structural elements. If a slide occurs in an open pit, the Contractor shall remove the slide material. If the slide disturbs an area over which a highway will be built, the Contractor shall backfill and compact the site to the original ground line as approved by the Engineer. If the slide damages an existing facility such as a roadway or structure, the Contractor shall repair the damage caused by the slide. The Contractor shall pay all costs related to removing slide material and restoring the slide area, including the repair of any pavement or structural elements damaged by the slide. The Contractor shall drain or pump any water from the pit, taking care not to stir up or soften the bottom. If equipment in the pit or inadequate water removal makes the foundation material unstable, the Contractor shall, at no expense to the Contracting Agency, remove and replace it with material the Engineer approves. When the Engineer believes ground water flow may impair a concrete footing, the Contractor shall place under it a layer of gravel at least 6 inches thick. Before placing the gravel, the Contractor shall excavate to whatever grade the Engineer requires. This provision shall not apply to the building of concrete seals. The Contractor may omit forms when the earthen sides of a footing excavation will stand vertically. In this case, the Contractor may excavate to the neat line dimensions of the footing and pour concrete against the undisturbed earth. If the hole is larger than neat line dimensions, the Contractor shall bear the cost of the extra concrete. For open temporary cuts, the following requirements shall be met: 1. No vehicular or construction traffic, or construction surcharge loads will be allowed within a distance of 5 -feet from the top of the cut. 2. Exposed soil along the slope shall be protected from surface erosion. 3. Construction activities shall be scheduled so that the length of time the temporary cut is left open is reduced to the extent practical. 4. Surface water shall be diverted away from the excavation. Submittals and Design Requirements. The Contractor shall submit working drawings and calculations showing the geometry and construction sequencing of the proposed excavation slopes. The Contractor shall not begin excavation operations until receiving the Engineer's approval of the excavation submittal. The excavation stability design shall be conducted in accordance with the WSDOT Geotechnical Design Manual (M46-03). The stability of the excavation slopes shall be designed for site specific conditions which shall be shown and described in the working drawings. Examples of such items that shall be shown on the excavation submittal and supported by calculations include, but are not limited to, the following: G:\PROJECTS\2006\06028B\060288 SPECS.doc 1. Excavation geometry and controlling cross sections showing adjacent existing foundations, utilities, site constraints, and any surcharge loading conditions that could affect the stability of the slope; 2. A summary clearly describing subsurface soil and groundwater conditions, sequencing considerations, and governing assumptions, 3. Any supplemental subsurface explorations made to meet the requirements for geotechnical design of excavation slopes, in accordance with the WSDOT Geotechnical Design Manual; 4. Supporting geotechnical calculations used to design the excavation, the soil and material properties selected for design, and the justification for the selection for those properties, in accordance with the WSDOT Geotechnical Design Manual; 5. Safety factors, or load and resistance factors used, and justification for their selection, in accorrianCe with the WSDOT Geotechnical Design Manual and referenr ed AASHTO design manuals; 6. Location and weight of construction equipment adjacent to the excavation top, and location of adjacent traffic; and, 7. A monitoring plan to evaluate the excavation performance throughout its design life. 2-09.3(3)0 Shoring and Cofferdams Paragraphs one through seven are revised to read: Definitions. Structural shoring is defined as a shoring system that is installed prior to excavation. Structural shoring shall provide lateral support of soils and limit lateral movement of soils supporting structures, roadways, utilities, railroads, etc., such that these items are not damaged as a result of the lateral movement of the supporting soils. Structural shoring systems includes driven cantilever sheet piles, sheet piles with tiebacks, sheet pile cofferdams with wale rings or struts, prestressed spud piles, cantilever soldier piles with lagging, soldier piles with lagging and tiebacks, and multiple tier tieback systems. Trench boxes, sliding trench shields, jacked shores, shoring systems that are installed after excavation, and soldier pile, sheet pile, or similar shoring walls installed in front of a pre -excavated slope, are not allowed as structural shoring. A cofferdam is any watertight enclosure, sealed at the bottom and designed for the dewatering operation, that surrounds the excavated area of a structure. The Contractor shall use steel sheet pile or interlocking steel pile cofferdams in all excavation that is under water or affected by ground water. Submittals and Design Requirements. The Contractor shall submit working drawings and calculations showing the proposed methods and construction details of structural shoring or cofferdams in accordance with Sections 6-01.9 and 6-02.3(16). The Contractor shall not begin construction of structural shoring or cofferdams, nor begin excavation operations, until approval of the structural shoring submittal has been given by the Project Engineer. Structural shoring and cofferdams shall be designed for conditions stated in this Section using methods shown in Division I Section 5 of the AASHTO Standard Specifications for Highway Bridges Seventeenth Edition - 2002 for allowable stress design, or the AASHTO O LRFD Bridge Design Specifications, Third Edition, 2004 and current interims for Toad and resistance factor design. The USS Steel Sheet Piling Design Manuals, published by United States Steel, may be used for shoring walls that do not support other structures and that are 15 feet in height or less. Allowable stresses for materials shall not exceed stresses and conditions allowed by Section 6-02.3(17)B. The shoring design shall also be in compliance with the WSDOT Geotechnical Design Manual (M46-03). In the case of conflict or discrepancy between manuals, the Geotechnical Design Manual shall govern. G:\PROJECTS12006106028B\060288 SPECS.doc For open temporary cuts associated with a shoring system, the requirements for open temporary cuts specified in Section 2-09.3(3)B shall be met. The structural shoring system shall be designed for site specific conditions which shall be shown and described in the working drawings. The structural shoring system design shall include the design of the slopes for stability above and below the shoring system. Except as otherwise noted, the design height of all structural shoring in design calculations and working drawings shall be for the depth of excavation as required by the Plans, plus an additional 2 feet to account for the possibility of overexcavation. If the Contractor provides written documentation to the satisfaction of the Engineer that the soil conditions at the site are not likely to require overexcavation, the Engineer may waive the requirement for two feet of overexcavation design height. Examples of such items that shall be shown on the structural shoring submittal and supported by calculations include, but are not limited to, the following: 1 Heights; soil slopes; soil benches; and controlling cross sections showing adjacent existing foundations, utilities, site constraints, and any surcharge loading conditions that could affect the stability of the shoring system, including any slopes above or below the shoring. 2. A summary clearly describing performance objectives, subsurface soil and groundwater conditions, sequencing considerations, and governing assumptions. 3. Any supplemental subsurface explorations made to meet the requirements for geotechnical design of excavation slopes, shoring walls, and other means of ground support, in accordance with the WSDOT Geotechnical Design Manual. 4. Supporting geotechnical calculations used to design the shoring system, including the stability evaluation of the shoring system in its completed form as well as intermediate shoring system construction stages, the soil and material properties selected for design, and the justification for the selection for those properties, in accordance with the WSDOT Geotechnical Design Manual. 5. Safety factors, or load and resistance factors used, and justification for their selection. 6. Location and weight of construction equipment adjacent to the excavation; location of adjacent traffic; and structural shoring system material properties, spacing, size, connection details, weld sizes, and embedment depths. 7. Structural shoring installation and construction sequence, procedure, length of time for procedure and time between operations; proof load testing procedure if any; deadman anchor design and geometry; no load zones; grouting material and strengths; and a list of all assumptions. 8. Methods and materials to be used to fill voids behind lagging, when soldier piles with lagging are used as structural shoring. 9. A monitoring/testing plan to evaluate the performance of the excavation/shoring system throughout its design life, and 10. An estimate of expected displacements or vibrations, threshold limits that would trigger remedial actions, and a list of potential remedial actions should thresholds be exceeded. Thresholds shall be established to prevent damage to adjacent facilities, as well as degradation of the soil properties due to deformation. SECTION 3-01, PRODUCTION FROM QUARRY AND PIT SITES August 7, 2006 3-01.4(1) Acquisition and Development The first paragraph is revised to read: G:\PROJECTS\2006\060288\06028B SPECS.doc If, under the terms of the Contract, the Contractor is required to provide a source of materials, or if the Contractor elects to use materials from sources other than those provided by the Contracting Agency, the Contractor shall, at no expense to the Contracting Agency, make all necessary arrangements for obtaining the material and shall ensure the quantity of suitable material is available. Preliminary samples shall be taken by or in the presence of the Engineer or a designated representative unless the Engineer permits otherwise. Approval of the source does not relieve the Contractor from meeting these specification requirements, nor does it guarantee that the material will meet these requirements without additional or proper processing. The Engineer may require additional preliminary samples at any time. SECTION 5-04, HOT MIX ASPHALT April 2, 2007 5-04.3(1) HMA Mixing Plant The first paragraph is supplemented with the following: 4. Sampling HMA. The HMA plant shall provide for sampling HMA by one of the following methods: a. A mechanical sampiing device attached to the HMA plant. b. Platforms or devices to enable sampling from the hauling vehicle without entering the hauling vehicle. 5-04.3(8)A Acceptance Sampling and Testing—HMA Mixture Item 3 in this section is revised to read. 3. Sampling. Samples for acceptance testing shall be obtained by the Contractor when ordered by the Engineer The Contractor shall sample the HMA mixture in the presence of the Engineer and in accordance with WSDOT FOP for WAQTC/AASHTO T 168. 5-04.3(10)B Control The second paragraph in item 3. is revised to read: For compaction lots falling below a 1.00 pay factor and thus subject to price reduction or rejection, the Contractor may request that cores be used for acceptance of HMA compaction. When cores are taken by the Contracting Agency at the request of the Contractor, they shall be requested by noon of the next workday after receiving the test results. The cores will be taken at approximately the same locations as the nuclear density gauge tests in the compaction lot being challenged. When the CPF for the lot based on the results of the HMA cores is less than 1.00, the cost for the coring will be deducted from any monies due or that may become due the Contractor under the contract at the rate of $125 per core. SECTION 6-03, STEEL STRUCTURES August 6, 2007 6-03.3(7) Shop Plans The first two sentences in the first paragraph are revised to read: The Contractor shall submit for approval all shop detail plans for fabricating the steel These shall be sent to the Department of Transportation Bridge and Structures Engineer, Construction Support, addressed as follows: If sent via US Postai Service: Washington State Department of Transportation Bridge and Structures Engineer, Construction Support P. O. Box 47340 Olympia, WA 98504-7340 G:\PROJECTS12006\060288\06028B SPECS.doc If sent via FedEx: Washington State Department of Transportation Bridge and Structures Engineer, Construction Support 7345 Linderson Way SW Tumwater, WA 98501-6504 6-03.3(14) Edge Finishing The first paragraph is revised to read: All rolled, sheared, and thermal cut edges shall be true to line and free of rough corners and projections. Corners along exposed sheared or cut edges shall be broken by light grinding or another method approved by the Engineer to achieve an approximate 1/16 -inch chamfer or rounding. The third paragraph is revised to read: Re-entrant corners or cuts shall be filleted to a minimum radius of 1 -inch. 6-03.3(15) Planing of Bearing Surfaces The first sentence in the second paragraph is revised to read: When assembled, caps and base plates of columns and the sole plates of girders and trusses shall have a fit tolerance within 1/32 -inch for 75 percent of the contact area. 6-03.3(21)A Web Plates This section is revised to read: If web plates are spliced, gaps between plate ends shall be set at shop assembly to measure 1/4 - inch, and shall not exceed 3/8 -inch. 6-03.3(25)A Welding Inspection Number 4. under Ultrasonic Inspection is revised to read: 4. Light, signal, and strain pole standards, as defined in Section 9-29.6. Number 1. h, under Magnetic Particle Inspection is revised to read: h. Light, signal, and strain pole standards, as defined in Section 9-29.6. 6-03.3(28)A Method of Shop Assembly The first sentence in "c." under Number 2. is revised to read: For trusses and girders: After the first stage has been completed, each subsequent stage shall be assembled to include: two truss panels or girder shop sections of the previous stage (or one truss panel or girder shop section, if approved by the Engineer) and one or more truss panels or girder shop sections added at the advancing end. 6-03.3(33) Bolted Connections The first sentence in the second paragraph is revised to read: All bolted connections are slip critical. SECTION 9-00, DEFINITIONS AND TESTS January 3, 2006 9-00.8 Sand Equivalent The second paragraph is revised to read: G:\PROJECTS\2006\06028B\060286 SPECS.doc For acceptance, there must be a clear line of demarcation. If no clear line of demarcation has formed at the end of a 30 minute sedimentation period, the material will be considered as failing to meet the minimum specified sand equivalent. SECTION 9-01, PORTLAND CEMENT August 6, 2007 9-01.2(1) Portland Cement The second sentence in the first paragraph is revised to read: The total amount of processing additions used shall not exceed 1°/0 of the weight of Portland cement clinker and up to 3.0% cement kiln dust by mass of the cement as long as it complies with the requirements of ASTM C-465. 9-01.2(4) Blended Hydraulic Cement The first sentence of the first paragraph is revised to read: Blended hydraulic cement shall be either Type IP (MS), Type I (SM) (MS) or Type I (PM) (MS) cement conforming to AASHTO M 240, 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 acuminate (C3A) shall not exceed 8 percent by weight calculated as 2 650A1203 minus 1.692Fe203, and meet the following additional requirements: 9-01.3 Tests and Acceptance The below new paragraph is inserted to follow the first paragraph: Cement producers, importers/distributors, and suppliers that certify Portland cement or blended cement shall participate in the Cement Acceptance Program as described in WSDOT Standard Practice QC 1. SECTION 9-02, BITUMINOUS MATERIALS August 6, 2007 9-02.1(2) Medium Curing (MC) Liquid Asphalt This section including title is revised to read: 9-02.1(2) Vacant 9-02.1(3) Rapid Curing (RC) Liquid Asphalt This section including title is revised to read: 9-02.1(3) Vacant 9-02.1(4) Asphalt Binders This section including title is revised to read: 9-02.1(4) Performance Graded Asphalt Binder (PGAB) PGAR meeting the requirements of AASHTO M 320 Table 1 of the grades specified in the contract shall be used in the production of HMA. The Direct Tension Test (AASHTO T 314) of M 320 is not a specification requirement. 9-02.1(4)A Performance Graded Asphalt Binder This section including title is revised to read: 9-02.1(4)A Quality Control Plan The Asphalt Supplier of PGAB shall have a Quality Control Plan (QCP) in accordance with WSDOT QC 2 "Standard Practice for Asphalt Suppliers That Certify Performance Graded Asphalts". The Asphalt Supplier's QCP shall be submitted and approved by the WSDOT State Materials Laboratory. Any change to the QCP will require a new QCP to be submitted. The Asphalt Supplier of PGAB G:\PROJECTS\2006\060288\060286 SPECS.doc shall certify through the Bill of Lading that PGAB meets the specification requirements of the contract. 9-02.1(6)A Polymerized Cationic Emulsified Asphalt CRS -2P This section is revised to read: The asphalt CRS -2P shall be a polymerized cationic emulsified asphalt. The polymer shall be milled into the asphalt or emulsion during the manufacturing of the emulsion. The asphalt CRS -2P shall meet the following specifications: note 1Distillation modified to use 300 grams of emulsion heated to 350°F ± 9°F and maintained for 20 minutes. note 2The Torsional Recovery test shall be conducted according to the California Department of Transportation Test Method No. 332. The residue material for this test shall come from California Department of Transportation Test Method No. 331. note 3Benson method of toughness and tenacity; Scott tester, inch -pounds at 77°F, 20 in. per minute pull. Tension head 7/8 in. diameter. At the option of the supplier the Benson Toughness/Tenacity test can be used in lieu of Torsional Recovery based on type of modifier used. If the Benson Toughness/Tenacity method is used for acceptance the supplier must supply all test data verifying specification conformance. 9-02.1(9) Coal Tar Pitch Emulsion This section including title is revised to read: 9-02.1(9) Coal Tar Pitch Emulsion, Cationic Asphalt Emulsion Blend Sealer Bituminous asphalt seal coat material shall be a blend of 20 percent Coal Tar Pitch Emulsion, and 80 percent Cationic Asphalt Emulsion, together with specified additives, minerals and sand aggregate. G:\PROJECTS\2006\06028B\06028B SPECS.doc AASHTO Test Method Specifications Minimum Maximum Viscosity ©122°F, SFS T 59 100 400 Storage Stability 1 day % T 59 --- 1 Demulsibility 35 ml. 0.8% Dioctyl Sodium Sulfosuccinate T 59 40 --- Particle Charge T 59 positive --- Sieve Test % T 59 --- 0.30 Distillation Oil distillate by vol. of emulsion % T 59note 1 0 3 Residue T 59 note 1 65 --- Test on the Residue From Distillation Penetration @77°F T 49 100 250 Torsional Recovery % note 2 18 --- or Toughness/Tenacity in -lbs note3 50/25 --- note 1Distillation modified to use 300 grams of emulsion heated to 350°F ± 9°F and maintained for 20 minutes. note 2The Torsional Recovery test shall be conducted according to the California Department of Transportation Test Method No. 332. The residue material for this test shall come from California Department of Transportation Test Method No. 331. note 3Benson method of toughness and tenacity; Scott tester, inch -pounds at 77°F, 20 in. per minute pull. Tension head 7/8 in. diameter. At the option of the supplier the Benson Toughness/Tenacity test can be used in lieu of Torsional Recovery based on type of modifier used. If the Benson Toughness/Tenacity method is used for acceptance the supplier must supply all test data verifying specification conformance. 9-02.1(9) Coal Tar Pitch Emulsion This section including title is revised to read: 9-02.1(9) Coal Tar Pitch Emulsion, Cationic Asphalt Emulsion Blend Sealer Bituminous asphalt seal coat material shall be a blend of 20 percent Coal Tar Pitch Emulsion, and 80 percent Cationic Asphalt Emulsion, together with specified additives, minerals and sand aggregate. G:\PROJECTS\2006\06028B\06028B SPECS.doc The Coal Tar Pitch Emulsion component shall conform to all requirements of Federal Specification RP -355E. The emulsion shall be prepared from straight run, high temperature, coke oven tar meeting the requirements of Federal Specification RC 1424. The Cationic Emulsified Asphalt component shall be CSS -1h grade emulsion, meeting the requirements of Section 9-02.1(6), Cationic Emulsified Asphalt. The blended emulsion shall be homogeneous and shall show no separation or coagulation of components that cannot be overcome by moderate stirring. It shall be capable of being applied completely by squeegee, brush, or other approved mechanical methods to the surface of bituminous pavements when spread at the specified rates. SECTION 9-03, AGGREGATES August 6, 2007 9-03.1(1) General Requirements The halow new paragraph is inserted to follow the first paragraph: The material from which concrete aggregate is manufactured shall meet the following test requirements: Los Angeles Wear, 500 Rev. Degradation Factor (Structural and Paving Concrete) Degradation Factor (Other as defined in 6-02.3(2)B The second sentence in the fourth paragraph is revised to read: 35 max. 30 min. 20 min. The Contractor may submit an alternative mitigating measure through the Project Engineer to the State Materials Laboratory for approval along with evidence in the form of test results from ASTM C 1567 that demonstrate the mitigation when used with the proposed aggregate controls expansion to 0.20 percent or less The second sentence in the fifth paragraph is revised to read: The Contractor shall submit evidence in the form of test results from ASTM C 1567 through the Project Engineer to the State Materials Laboratory that demonstrate the proposed mitigation when used with the aggregates proposed will control the potential expansion to 0.20 percent or less before the aggregate source may be used in concrete. 9-03.1(4)A Deleterious Substances The reference to "AASHTO PT 61" in the second paragraph is revised to "AASHTO TP 61". 9-03.1(4)B Wear in Los Angeles Machine This section including title is revised to read: 9-03.1(4)B Vacant 9-03.1(4)C Grading The AASHTO Grading Chart is revised to include AASHTO Grading No. 4. Passing AASHTO Grading No. 467 AASHTO Grading No. 4 AASHTO Grading No. 57 AASHTO Grading No. 67 AASHTO Grading No. 7 AASHTO Grading No. 8 Sieve Size Min. Max. Min. Max. Min. Max. Min. Max. Min. Max. Min. Max. 2" square 100 — 100 -- — — — — — — — — 11/2 square 95 100 90 100 100 — — — — — — — G:\PROJECTS\2006\060288\06028B SPECS.doc 1 square — — 20 55 95 100 100 — — — — — 3/4 square 35 70 0 15 — — 90 100 100 — — — '/2 square — — -- -- 25 60 — — 90 100 100 — 6/8 square 10 30 0 5 — — 20 55 40 70 85 100 U.S. No. 4 0 5 -- -- 0 10 0 10 0 15 10 30 U.S. No. 8 — — -- -- 0 5 0 5 0 5 0 10 U.S. No. 16 — — -- -- — — — — — — 0 5 9-03.4(2) Grading and Quality The chart is revised to read: The reference to "AASHTO PT61" in the fourth paragraph is revised to "AASHTO TP61". 9-03.8(2) HMA Test Requirements In the first paragraph, item 2. and the associated graph are revised to read: 2. The fracture requirements for the combined coarse aggregate shall apply to the material retained on the U.S. No. 4 sieve and above, when tested in accordance with FOP for AASHTO TP 61. ESAL's (millions) Crushed Screening Percent Passinc % Fracture < 10 3/4"-1/2" 5/8"- US No. 4 1/2"- US No. 4 3/8" -US No. 4 3/8"- US No. 10 US No. 4- 0 1" square 100 --- --- --- --- 3/4" square 95-100 100 --- --- --- 5/8" square --- 95-100 100 --- --- 1/2" square 0-20 --- 97-100 100 100 --- 3/8" square 0-5 --- --- 70-90 95-100 100 1/4" square 0-15 U.S. No. 4 --- 0-10 0-5 0-5 0-35 76-100 U.S. No 8 0-3 U.S. No. 10 --- 0-3 0-2 0-10 30-60 U.S. No. 200 1.5 1.5 1.5 1.5 1.5 0-10.0 % fracture, by weight, min. 90 90 90 90 90 90 The reference to "AASHTO PT61" in the fourth paragraph is revised to "AASHTO TP61". 9-03.8(2) HMA Test Requirements In the first paragraph, item 2. and the associated graph are revised to read: 2. The fracture requirements for the combined coarse aggregate shall apply to the material retained on the U.S. No. 4 sieve and above, when tested in accordance with FOP for AASHTO TP 61. ESAL's (millions) # Fractured Faces % Fracture < 10 1 or more 90 > 10 2 or more 90 9-03.9(3) Crushed Surfacing The reference to "AASHTO PT 61" in the fourth paragraph is revised to "AASHTO TP 61". 9-03.11 Vacant This section including title is revised to read: G:\PROJECTS\2006\060286\060286 SPECS.doc 9-03.11 Streambed Aggregates Streambed aggregates shall be naturally occurring water rounded aggregates. Aggregates from quarries, ledge rock, and talus slopes are not acceptable for these applications. Streambed aggregates shall meet the following test requirements for quality. Aggregate Property Test Method Requirement Degradation Factor WSDOT T 113 15 min. Los Angeles Wear, AASHTO T 96 50% max. 500 Rev. Bulk Specific Gravity AASHTO T 85 2.55 min. Section 9-03.11 is supplemented with the following new sub -sections: 9-03.11(1) Streambed Sediment Streambed sediment shall meet the following requirements for grading when placed in hauling vehicles for delivery to the project or during manufacture and placement into temporary stockpile. The exact point of acceptance will be determined by the Engineer Sieve Size 2 1/2" square 2" square 1" square U.S. No. 4 U.S. No. 40 U.S. No. 200 All percentages are by mass. Percent Passing 100 65-95 50 — 85 26 — 44 16 max. 5.0 — 9.0 The portion of sediment retained on U S. No 4 sieve shall not contain more than 0.2 percent wood waste. 9-03.11(2) Streambed Cobbles Streambed cobbles shall be clean, naturally occurring water rounded gravel material. Streambed cobbles shall have uniform distribution of cobble sizes and conform to one or more of the following gradings as shown in the Plans: Approximate Percent Passing Size"ote 1 4" 6" 8" 10" 12" Cobbles Cobbles Cobbles Cobbles Cobbles 12" 100 10" 100 8" 100 70 max. 6" 100 70 max. 5" 70 max. 40 max. 4" 100 70 max. 40 max. 3" 40 max. 2" 40 max. 1 %° 40 max. 3/4" 10 max. 10 max. 10 max. 10 max. 10 max. The grading of the cobbles shall be determine by the Engineer by visual inspection of the load before it is dumped into place, or, if so ordered by the Engineer, by dumping individual loads on a flat surface and sorting and measuring the individual rocks contained in the load. Note 1: Approximate size can be determined by taking the average dimension of the three axes of the rock; length, width, and thickness by use of the following calculation: G:\PROJECTS\2006\060288\060288 SPECS.doc Length + Width + Thickness = Approximate Size 3 Length is the longest axis, width is the second longest axis, and thickness is the shortest axis. 9-03.11(3) Streambed Boulders Streambed boulders shall be hard, sound and durable material, free from seams, cracks, and other defects tending to destroy its resistance to weather. Streambed Boulders shall be rounded to sub -angular in shape and the thickness axis shall be greater than 60% of the length axis Note 1. Streambed boulders sizes are approximately as follows, see Plans for sizes specified: Rock Size One Man Two Man Three Man Four Man Five Man Six Man Approximate Size Note' 12" - 18" 18" - 28" 28" - 36" 36" - 48" 48" - 54" 54" - 60" Note 1 • Approximate size can be determined by taking the average dimension of the three axes of the rock; length, width, and thickness by use of the following calculation: Length + Width + Thickness = Approximate Size 3 Length is the longest axis, width is the second longest axis, and thickness is the shortest axis. 9-03.11(4) Habitat Boulders Habitat boulders shall be hard, sound and durable material, free from seams, cracks, and other defects tending to destroy its resistance to weather. Habitat Boulders shall be rounded to sub- angular in shape and the thickness axis shall be greater than 60% of the width axis and the length shall be 1.5 to 3 times the width axis Note 1 Habitat boulders sizes are approximately as follows, see Plans for sizes specified: Rock Size Three Man Four Man Five Man Six Man Approximate Size Note 1 28" - 36" 36" - 48" 48" - 54" 54" - 60" Note 1: Approximate size can be determined by taking the average dimension of the three axes of the rock; length, width, and thickness by use of the following calculation: Length + Width + Thickness = Approximate Size 3 Length is the longest axis, width is the second longest axis, and thickness is the shortest axis. 9-03.20 Test Methods for Aggregates The test method for Percent of Fracture in Aggregates is revised from "AASHTO PT 61" to "AASHTO TP 61". G:\PROJECTS12006\060288\060288 SPECS.doc SECTION 9-06, STRUCTURAL STEEL AND RELATED MATERIALS December 4, 2006 9-06.5(4) Anchor Bolts The first and second paragraphs are revised to read: Anchor bolts shall meet the requirements of ASTM F 1554 and, unless otherwise specified, shall be Grade 105 and shall conform to Supplemental Requirements S2, S3, and S4. Nuts for ASTM F 1554 Grade 105 black anchor bolts shall conform to AASHTO M 291, Grade D or DH. Nuts for ASTM F 1554 Grade 105 galvanized bolts shall conform to AASHTO M 291, Grade DH and shall conform to the lubrication requirements in Section 9-06.5(3). Nuts for ASTM F 1554 Grade 36 or 55 black or galvanized anchor bolts shall conform to AASHTO M 291, Grade A. Washers shall conform to ASTM F 436 9-06.9 Gray Iron Castings The AASHTO requirement is revised to read "AASHTO M 306". SECTION 9-07, REINFORCING STEEL August 6, 2007 9-07.2 Deformed Steel Bars The first sentence in the first paragraph is revised to read: Deformed steel bars for concrete reinforcement shall conform to either AASHTO M 31 Grade 60, or ASTM A 706, except as otherwise noted. Steel reinforcing bar for the cast -in-place components of bridge structures (excluding sidewalks and barriers but including shafts and concrete piles), and for precast substructure components of bridge structures, shall conform to ASTM A 706 only. 9-07.5 Dowel Bars (For Cement Concrete Pavement) This section is revised to read: Dowel bars shall be plain steel bars of the dimensions shown in the Standard Plans. They shall conform to AASHTO M 31, Grade 60 or AASHTO M 255, Grade 60 and shall be coated in accordance with ASTM A 934 The thickness of the epoxy coating shall be 10 mils plus or minus 2 mils In addition, the requirements of Section 9-07.3, Items 2, 3, 4, 5, 6, and 9 shall apply. SECTION 9-08, PAINTS April 2, 2007 9-08.2 Paint Formulation – General In Formula C-11-99 — Top Coat Single Component, Moisture Cured Polyurethane, the federal standard for Color is revised to read: Color: Match Federal Standard 595B SECTION 9-29, ILLUMINATION, SIGNAL, ELECTRICAL August 6, 2007 9-29.2 Junction Boxes Section 9-29.2 including title is revised to read: 9-29.2 Junction Boxes, Cable Vaults and Pull Boxes 9-29.2(1) Standard Junction Box This section including title is revised to read: 9-29.2(1) Standard Duty and Heavy Duty Junction Boxes For the purposes of this specification concrete is defined as Portland Cement Concrete and non -concrete is all others. G:\PROJECTS\2006\060288\060288 SPECS.doc Standard Duty Junction Boxes are defined as Type 1, 2, 7 and 8, and Heavy Duty Junction Boxes are defined as Type 4, 5, and 6. The Contractor shall provide shop drawings if their manufacturing process or standard production model includes any deviation from the Standard Plan. For each type of junction box, or whenever there is a design change to the junction box, a proof test, as defined in this specification, shall be performed once in the presence of the Engineer. This section is supplemented with the following new subsections: 9-29.2(1)A Standard Duty Junction Boxes All Standard Duty Junction Boxes shall have a minimum load rating of 22,500 pounds and be tested in accordance with 9-29.2(1)C. A complete Type 7 or Type 8 Junction Box includes the spread footing shown in the Standard Plans. Concrete Junction Boxes The Standard Duty Concrete Junction Box steel frame, lid support, and lid shall be painted with a black paint containing rust inhibiters or painted with a shop applied, inorganic zinc primer in accordance with Section 6-07.3, or hot dip galvanized in accordance with ASTM A 111. Concrete used in Standard Duty Junction Boxes shall have a minimum compressive strength of 6000 psi when reinforced with a welded wire hoop, or 4000 psi when reinforced with welded wire fabric or fiber reinforcement. The frame shall be anchored to the box by welding the wire fabric to the frame or by welding headed studs 3/8 inch x 3 inches long, as specified in section 9-06.15, to the frame. The wire fabric shall be attached to the studs and frame with standard tie practices. The box shall contain ten studs located near the centerline of the frame and box wall. The studs shall be placed one anchor in each corner, one at the middle of each width and two equally spaced on each length of the box. Material for Type 1, 2, 7 and 8 Concrete Junction Boxes shall conform to the following: Concrete Reinforcing Steel Fiber Reinforcing Lid Frame Lid Support & Handle Anchors (studs) Section 6-02 Section 9-07 ASTM C 1116, Type III ASTM A786 diamond plate steel ASTM A786 diamond plate steel or ASTM A36 flat steel ASTM A36 steel Section 9-06.15 Non -concrete Junction Boxes Material for the non -concrete junction boxes shall be of a quality that will provide for a similar life expectancy as Portland Cement Concrete in a direct burial application. Type 1, 2, 7, and 8 non -concrete junction boxes shall have a Design Load of 22,500 lbs. and shall be tested in accordance with 9-29.2(1)C. Non -concrete junction boxes shall be gray in color and have an open bottom design with approximately the same inside dimensions, and present a load to the bearing surface that is less than or equal to the loading presented by the concrete junction boxes shown in the Standard Plans. Non -concrete junction box lids shall include a pull slot and shall be secured with two 1/2 inch stainless steel hex -head bolts factory coated with anti -seize compound and recessed into the cover. The tapped holes for the securing bolts shall extend completely through the box to prevent accumulation of debris. Bolts shall conform to ASTM F 593, stainless steel. G:\PROJECTS\2006\060286\060288 SPECS.doc 9-29.2(1)B Heavy Duty Junction Boxes Heavy Duty Junction Boxes shall be concrete and have a minimum vertical load rating of 46,000 pounds without permanent deformation and 60,000 pounds without failure when tested in accordance with 9-29.2(1)C. The Heavy Duty Junction Box steel frame, lid support and lid shall be painted with a shop applied, inorganic zinc primer in accordance with Section 6-07.3. The concrete used in Heavy Duty Junction Boxes shall have a minimum compressive strength of 4000 PSI. Material for Type 4, 5, and 6 Concrete Junction Boxes shall conform to the following: Concrete Section 6-02 Reinforcing Steel Section 9-07 Lid ASTM A786 diamond plate steel, rolled from plate complying with ASTM M A572, grade 50 or ASTM A588 with min. CVN toughness of 20 ft -Ib at 40 degrees F Frame and stiffener plates ASTM A572 grade 50 or ASTM A588, both with min. CVN toughness of 20 ft -lb at 40 degrees F Handle ASTM A36 steel Anchors (studs) Section 9-06.15 Bolts, Nuts, Washers ASTM F 593 or A 193, type 304 or 316 The lid stiffener plates shall bear on the frame, and be milled so that there is full even contact, around the perimeter, between the bearing seat and lid stiffener plates, after fabrication of the frame and lid. The bearing seat and lid perimeter bar shall be free from burrs, dirt and other foreign debris that would prevent solid seating. Bolts and nuts shall be liberally coated with anti -seize compound. Bolts shall be installed snug tight. The bearing seat and lid perimeter bar shall be machined to allow a minimum of 75% of the bearing areas to be seated with a tolerance of 0.0 to 0.005 inches measured with a feeler gage. The bearing area percentage will be measured for each side of the lid as it bears on the frame. 9-29.2(1)C Testing Requirements Junction boxes shall be tested by an independent materials testing facility, and a test report issued documenting the results of the tests performed For concrete junction boxes the independent testing lab shall meet the requirements of AASHTO R 18 for Qualified Tester and Verified Test Equipment. The test shall be conducted in the presence of and signed off by the Engineer or a designated representative. The Contractor shall give the Engineer 30 days notice prior to testing One copy of the test report shall be furnished to the Contracting Agency certifying that the box and cover meet or exceed the loading requirements for a concrete junction box, and shall include the following information: 1. Product identification. 2. Date of testing. 3. Description of testing apparatus and procedure. 4. All load deflection and failure data. 5. Weight of box and cover tested. 6 Upon completion of the required test(s) the box shall be loaded to failure. 7. A brief description of type and location of failure. For non -concrete junction boxes the testing facility shall be a Nationally Recognized Testing Laboratory (witnessing is not required). One copy of the test report shall be furnished to the Contracting Agency certifying that the box and cover meet or exceed the G:\PROJECTS\2006\060288\06028B SPECS.doc loading requirements for a non -concrete junction box, and shall include the following information: 1. Product identification. 2. Date of testing. 3. Description of testing apparatus and procedure. 4. All load deflection data. 5. Weight of box and cover tested. Testing for Standard Duty Concrete Junction Boxes Standard Duty Concrete Junction Boxes shall be load tested to 22,500 pounds. The test load shall be applied uniformly through a 10 -inch x 10 -inch x 1 -inch steel plate centered on the lid. The test load shall be applied and released ten times, and the deflection at the test load and released state shall be recorded for each interval. At each interval the junction box shall be inspected for lid deformation, failure of the lid/frame welds, vertical and horizontal displacement of the lid/frame, cracks, and concrete spalling Concrete junction boxes will be considered to have withstood the test if none of the following conditions are exhibited: 1. Permanent deformation of the lid or any impairment to the function of the lid. 2. Vertical or horizontal displacement of the lid frame. 3. Cracks wider than 0.012 inches that extend 12 inches or more. 4. Fracture or cracks passing through the entire thickness of the concrete. 5. Spalling of the concrete. Testing for the Standard Duty non -concrete Junction Boxes Non -concrete Junction Boxes shall be tested to a minimum of 22,500 lbs as defined in the ANSI/SCTE 77-2002 Tier 15 test method. In addition the contractor shall provide a Manufacture Certificate of Compliance for each non -concrete junction box installed. Testing for Heavy Duty Junction Boxes Heavy Duty Junction Boxes shall be load tested to 46,000 pounds. The test load shall be applied vertically through a 10 -inch x 20 -inch x 1 -inch steel plate centered on the lid with an orientation both on the long axis and the short axis of the junction box. The test load shall be applied and released ten times on each axis. The deflection at the test load and released state shall be recorded for each interval. At each interval the test box shall be inspected for lid deformation, failure of the lid or frame welds, vertical and horizontal displacement of the lid frame, cracks, and concrete spalling. After the twentieth loading interval the test shall be terminated with a 60,000 pound load being applied vertically through the steel plate centered on the lid and with the long edge of steel plate orientated parallel to the long axis of the box. Heavy Duty Junction Boxes will be considered to have withstood the 46,000 pounds test if none of the following conditions are exhibited: 1. Permanent deformation of the lid or any impairment to the function of the lid. 2. Vertical or horizontal displacement of the lid frame. 3. Cracks wider than 0.012 -inches that extend 12 -inches or more. 4. Fracture or cracks passing through the entire thickness of the concrete. 5. Spalling of the concrete. Heavy Duty Junction Boxes will be considered to have withstood the 60,000 pounds test if all of the following conditions are exhibited: G:\PROJECTS\2006\060286\06028B SPECS.doc 1. The lid is operational. 2. The lid is securely fastened. 3. The welds have not failed. 4. Permanent dishing or deformation of the lid is 1/4 inch or less. 5, No buckling or collapse of the box. 9-29.2 (2) Vacant This section including title is revised to read: 9-29.2(2) Standard Duty and Heavy Duty Cable Vaults and Pull Boxes Standard Duty and Heavy Duty Cable Vaults and Pull Boxes shall be constructed as a concrete box and as a concrete lid. The lid for the Heavy Duty and Standard Duty Cable Vaults and Pull Boxes shall be interchangeable and both shall fit the same box as shown in the Standard Plans. The Contractor shall provide shop drawings if their manufacturing process or standard production model includes any deviation from the Standard Plan. For each type of box or whenever there is a design change to the Cable Vault or Pull box, a proof test, as defined in this specification, shall be performed once in the presence of the Engineer. This section is supplemented with the following new sections: 9-29.2(2)A Standard Duty Cable Vaults and Pull Boxes Standard Duty Cable Vaults and Pull boxes shall be concrete and have a minimum load rating of 22,500 pounds and be tested in accordance with 9-29.2(1)C for concrete Standard Duty Junction Boxes. Concrete for standard duty cable vaults and pull boxes shall have a minimum compressive strength of 4000 psi. The frame shall be anchored to the vault/box by welding the wire fabric to the frame or by welding headed studs 3/8 inch x 3 inches long, as specified in Section 9-06.15, to the frame. The wire fabric shall be attached to the studs and frame with standard tie practices. The vault/box shall contain ten studs located near the centerline of the frame and wall. Studs shall be placed one anchor in each corner, one at the middle of each width and two equally spaced on each length of the vault/box. The steel frame, lid support, and lid shall be painted with a black paint containing rust inhibiters or painted with a shop applied, inorganic zinc primer in accordance with Section 6-07.3 or hot dip galvanized in accordance with ASTM A 111. Material for Standard Duty Cable Vaults and Pull Boxes shall conform to the following: Concrete Reinforcing Steel Lid Frame Lid Support & Handle Anchors (studs) Rnits, Nuts, \A/ashers Section 6-02 Section 9-07 ASTM A786 diamond plate steel ASTM A786 diamond plate steel or ASTM A36 flat steel ASTM A36 steel Section 9-06.15 ASTM F593 nr A 193, type 304 nr 316 9-29.2(2)B Heavy Duty Cable Vaults and Pull Boxes Heavy Duty Cable Vaults and Pull Boxes shall be constructed of concrete having a minimum compressive strength of 4000 psi, and have a minimum vertical load rating of 46,000 pounds without permanent deformation and 60,000 pounds without failure when tested in accordance with Section 9-29.2(1)C for Heavy Duty Junction Boxes. Material for Heavy Duty Cable Vaults and Pull boxes shall conform to the following: Concrete Reinforcing Steel Cover G:\PROJECTS\2006\060288\06028B SPECS.doc Section 6-02 Section 9-07 Section 9-05.15(1) Ring Section 9-05.15(1) Anchors (studs) Section 9-06.15 Bolts, Nuts, Washers ASTM F593 or A193, type 304 or 316 9-29.2(4) Cover Markings The first sentence of the first paragraph is revised to read: Junction boxes, cable vaults, and pull boxes with metallic lids shall be marked with the appropriate legend in accordance with the bead weld details in the Standard Plans. Non- metallic lids shall be embossed with the appropriate legend and a non-skid surface. Legends for metallic lids and non-metallic lids shall be 1 -inch nominal height. The first sentence of the second paragraph is revised to read: Junction boxes, cable vaults and pull boxes shall be marked or embossed for use in accordance with the plans and following schedule: 9-29.6 Light and Signal Standards The first paragraph is revised to read: Light standards (including light standards with Type 1 or Type 2 luminaire arms) and signal standards (including Types I, 11, III, IV, V, PPB, PS, RM, FB, and CCTV) shall be in accordance with the details shown in the Plans, as specified in the Special Provisions and as outlined herein, provided that only one luminaire arm type shall be used throughout the project. 9-29.6(2) Slip Base Hardware The last sentence in the first paragraph is revised to read: Plate washers shall conform to ASTM A 36, and also shall conform to the flatness tolerances specified in AASHTO M 293 for circular washers. 9-29.6(4) Welding This section is revised to read: Welding of steel structures shall be in accordance with AWS D1.1/D1.1M, latest edition, Structural Welding Code, and Section 6-03.3(25). 9-29.6(5) Foundation Hardware The second and third paragraphs are revised to read: Anchor bolts, and associated nuts and washers, for Type CCTV, II, III, IV, and V signal standards and luminaire poles shall conform to Section 9-06.5(4). Anchor rods conforming to ASTM A 449 may be substituted, provided that the galvanized ASTM A 449 anchor rods having an ultimate tensile strength above 145 ksi shall be tested for embrittlement in accordance with either ASTM A 143 (if the rod length is equal to or greater than five times the bolt diameter) or ASTM F 606 Section 7 (if the rod length is less than five times the nominal bolt diameter). All foundation hardware shall be 100% hot -dipped galvanized in accordance with AASHTO M 111 and AASHTO M 232. SECTION 9-35, TEMPORARY TRAFFIC CONTROL MATERIALS August 6, 2007 9-35.0 General Requirements The list of items is supplemented with the following• Portable Temporary Traffic Control Signal Tall Channelizing Devices G:\PROJECTS\2006\06028B\06028B SPECS.doc 9-35.2 Construction Signs The first paragraph is supplemented with the following: Post mounted Class A construction signs shall conform to the requirements of this section and additionally shall conform to the requirements stated in section 9-28. The second paragraph is revised to read. Aluminum sheeting shall be used to fabricate all construction signs. The signs shall have a minimum thickness of 0.080 -inches and a maximum thickness of 0.125 -inches. The first sentence in the fourth paragraph is revised to read: The use of plywood, composite, fiberglass reinforced plastic, new fabric rollup signs, and any other previously approved sign materials except aluminum is prohibited. Any sign which otherwise meets the requirements of this section and was purchased prior to July 1, 2004, may be utilized until December 31, 2007. If as fabric signs is used, it shall have been fabricated with Type VI reflective sheeting. This section is supplemented with the following: All Class A and Class B signs shall utilize materials and be fabricated in accordance with Section 9- 28 and the Washington State Sign Fabrication Manual (M55-05). All regulatory signs having a red background (i.e. Stop, Yield, etc.) shall be fabricated with Type III or IV sign sheeting. All other regulatory information signs (i.e. Speed Limit, Traffic Fines Double in Work Zones, etc) shall have Type II sheeting in rural areas and Type Ili nr IV sheeting in urban areas. All signs having a green background (i.e. Exit arrow, etc.) shall have Type II sheeting for the background and Type III or IV sheeting for the letters, border, and symbols. 9-35.5 Portable Changeable Message Signs The second paragraph is supplemented with the following: 9. Primary source of power shall be solar power with a battery backup to provide continuous operation when failure of the primary power source occurs. 10. The sign controller software shall be NTCIP compliant. 9-35.7 Traffic Safety Drums The physical characteristics for Overall Width in the first paragraph are revised to read: Overall Width 18 -inch minimum regardless of orientation. The fourth paragraph is supplemented with the following: Retroreflective bands shall be fabricated from Type 111 or Type IV reflective sheeting as described in Section 9-28.12. 9-35.R Barrier Drums The third paragraph is revised to read: Barrier drums shall have three 4 -inch retro -reflective white bands, (one complete and two partial). Bands shall be fabricated from Type III or Type IV reflective sheeting as described in Section 9- 28.12. 9-35.9 Traffic Cones This section is supplemented with the following: Retroreflective bands shall be fabricated from Type 111 or Type IV reflective sheeting as described in Section 9-28.12. G:\PROJECTS\2006\06028B\06028B SPECS.doc 9-35.10 Tubular Markers The second paragraph is revised to read: The devices shall be stabilized by affixing them to the pavement by using either weighted bases or adhesive Adhesive used to glue the device to the pavement shall meet the requirements of Section 9-02.1(8) or 9-26.2. Retroreflective bands shall be fabricated from Type III or Type IV reflective sheeting as described in Section 9-28.12. 9-35.12 Truck -Mounted Attenuator The fourth sentence in the first paragraph is revised to read: The Contractor shall provide certification that the unit complies with NCHRP 350 Test level 3 requirements. The fifth sentence in the first paragraph is deleted. The second sentence in the third paragraph is revised to read: The standard chevron pattern shall consist of 4 -inch yellow stripes, alternating non -reflective black and retro -reflective yellow sheeting, slanted at 45 degrees in an inverted "V" with the "V" at the center of the unit. Section 9-35 is supplemented with the following new sub -sections: 9-35.13 Tall Channelizing Devices Tall channelizing devices shall meet the requirements of the MUTCD Part VI for channelizing devices and shall conform to the following general specifications: Fabricated of fade resistant, safety orange color, low-density polyethylene that is resistant to deformation upon impact and meets the requirements of ASTM D 4976 and is UV stabilized. 42" in height minimum, using a tapered cone type shape of consistent dimensions regardless of orientation to traffic. 4" in width minimum at the top and 8" in width minimum at the base, which incorporates a separate ballast that is designed to resist overturning or other movement from wind gusts or other external forces. Four retroreflective 6" wide horizontal bands, alternating orange and white beginning 6" from the top of the device. Retroreflective bands shall be fabricated from Type III or Type IV reflective sheeting as described in Section 9-28.12. Warning lights are not required unless specifically shown on the traffic control plan but provisions for securely attaching a warning Tight are required. The method of attachment must ensure that the light does not separate from the device upon impact and light units shall meet the crashworthiness requirements of NCHRP 350 as described in Section 1-10.2(3) Devices shall be regularly maintained to ensure that they are clean and the reflective sheeting is in good condition. Except for the specifications and requirements specifically listed above, Tall Channelizing Devices are defined to be Traffic Cones. All non -conflicting contract provisions related to "Cones" shall apply to Tall Channelizing Devices. 9-35.14 Portable Temporary Traffic Control Signal Portable traffic control signals shall meet the requirements of the MUTCD and the following: G:\PROJECTS\2006\060288\060286 SPECS.doc The portable temporary traffic control signal shall be fully operational for two-phase traffic actuated, pre -timed, or manual control The portable temporary traffic control signal shall consist of the following major elements: Controllers shall demonstrate conflict -monitoring capability, consistent with the requirements of Section 9-29.13(2) item number 5, with a flashing red display in both directions. The portable traffic control signal shall be capable of terminating the movement one (1) or movement two (2) all red clearance, in order to repeat the previous movements operation. Signal head displays shall be either hard wired or controlled by radio signal. Manual operation will not require hardwiring or radio control except for the use of two-way radio communication by manufacturer trained qualified operators. The system shall be equipped with a means of informing the operator of signal indications_ such as a light on the back of each signal head that illuminates when the signal displays a red indication, during manual operation. A vehicle detection system is required. The system shall be capable of operating either as fixed time or traffic actuated controller. The detection system shall provide presence detection (continuous call to the controller) while there is a vehicle in the detection zone. Signal supports used with portable traffic control signals shall provide a minimum of two signal displays, spaced a minimum of 8 feet apart. When trailer mounted portable traffic signals are used to provide alternating one-way control, a minimum of one of the signal displays shall be suspended over the traveled way The minimum vertical clearance to the traveled way for this signal display is 16 5 feet. Vehicular signal heads shall be of the conventional type with standard ITE approved, 12 - inch ball LED display. Tunnel visors shall be provided for all indications The system shall include a countdown display capable of a 199 second countdown clock for motorist information when there is no direct line of sight between the stop bar locations. Back plates shall be furnished and attached to the signal heads Back plates shall be constructed of 5 inch wide 050 inch thick corrosion resistant louvered aluminum, with a flat black finish. A highly retroreflective strip, 3 -in wide, shall be placed around the perimeter of the face of all vehicle signal backplates to project a rectangular image at night towards oncoming traffic. Trailers shall have a leveling jack installed at all four corners. The crank for the leveling jacks and trailer hitch shall be locked. The signal pole and mast arm assemblies shall be of the collapsible type, which can be erected and extended at the job site. The mast arm assemblies shall be firmly attached to the trailer to form a stable unit, which can withstand an 80 mph design wind speed with a 1.3 gust factor. The portable temporary traffic control signal shall be powered using a self-contained battery system capable of providing over 12 days of continuous operations without solar array assistance. A solar panel array will be allowed. G:\PROJECTS\2006\06028B\060288 SPECS.doc PROJECT LOCATION SCENIC DR z ENGLEWOO DOUGLAS GLACIER WAY DOUGLAS DR GLACIER WAY RICHEY RD N ROO EVELT A\E W LINCOLN AVE SKYLINE A HAVEN l'/AY BITTERROOT z UPLAND 7/77 RD JEFFERSON a / a IT EW AVE CASCADE D B 'GE ST BARGE ST W YAKILIA AVE W YAKIAIA A E IfirimkA W WALNU M _ADOW CHESTN T A DMI DR AVE EADOW VICINITY MAP NOT TO SCALE DATUM ELEVATION NGS BRASS CAP STAMPED "E294 1949" LOCATED AT THE NORTHWEST CORNER OF THE POWERHOUSE ROAD BRIDGE OVER THE NACHES RIVER. ELEVATION: 1180.70, DATUM NGVD 1929 Huibregtse, Lowman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue •:•Yokimo, WA 98902 (509) 966-7000•:• FAX (509) 965-3800 EXPIRES 711.,..A 77, 1008 CITY OF YAKIMA LEVEL 2 - DOMESTIC WATER SYSTEM IMPROVEMENTS PHASE 2 CITY PROJECT NO. WA2096 HLA PROJECT NO. 060286 NOVEMBER 2007 SHEET 1 SHEET 2 SHEET 3 SHEET 4 SHEET 5 SHEET 6 SHEET 7 SHEET 8 SHEET 9 SHEET 10 SHEET 11 SHEET 12 SHEET 13 SHEET 14 SHEET 15 SHEET 16 SHEET INDEX COVER SHEET SUMMARY OF QUANTITIES AND GENERAL NOTES LEGEND AND DETAILS DETAILS PROJECT OVERVIEW CONSTRUCTION SEQUENCE SHEET LAYOUT STA. 0+00 TO 4+25 PLAN AND PROFILE STA. 10+00 TO 13+50 PLAN AND PROFILE STA. 13+50 TO 19+00 PLAN AND PROFILE STA. 19+00 TO 23+00 PLAN AND PROFILE STA. 23+00 TO E.O.P PLAN AND PROFILE RESERVOIR 2 - SUPPLY LINE REPLACEMENT SURGE TOWER REPLACEMENT OVERFLOW STANDPIPE REPLACEMENT EXISTING SURGE TOWER JOB NUMBER: 06028B DATE: 11-12-07 FILE NAMES. DRAWING. SHEETS.dwg CITY OF YAKIMA LEVEL 2 - DOMESTIC WATER SYSTEM IMPROVEMENTS - PHASE 2 REVISION DATE DESIGNED BY ENTERED BY. GWS AJH COVER SHEET 1 OF 16 SUMMARY OF QUANTITIES ITEM # TOTAL QUANTITY UNIT ITEM DESCRIPTION 1 — L.S. MOBILIZATION 2 — L.S. CLEARING AND GRUBBING 3 — L.S. REMOVAL OF STRUCTURES AND OBSTRUCTIONS 4 320 L.F 16—INCH D.I. WATERMAIN AND FITTINGS, IN PLACE 5 1 EA. 16—INCH BUTTERFLY VALVE AND VALVE BOX 6 — L.S. RESERVOIR PENETRATION FOR PIPE 7 1 EA. COMBINATION AIR VALVE ASSEMBLY 8 2 EA. REPLACE OVERFLOW STANDPIPE 9 4 EA. REPLACE ACCESS LADDERS 10 — L.S. ABANDON NORTH PENETRATION — RESERVOIR No. 2 11 — L.S. ABANDON EXISTING IRRIGATION BOX 12 500 TON SELECT BACKFILL, AS DIRECTED 13 380 L.F SHORING OR EXTRA EXCAVATION 14 9 E.A. CONCRETE PIPE PLUG 15 — L.S. FUTURE SECURITY PROVISIONS 16 25 S.Y ASPHALT ROADWAY REPAIR 17 875 S.Y GRAVEL SURFACE REPAIR 18 — L.S. PROJECT TEMPORARY TRAFFIC CONTROL 19 EST F.A. MINOR CHANGES EXISTING FEATURES FENCE GAS LINE SANITARY SEWER DOMESTIC WATER STORM DRAIN OVERHEAD POWER IRRIGATION TELEPHONE FIBER OPTIC CULVERT FIRE HYDRANT WATER VALVE WATER BLOWOFF WATER MANHOLE WATER METER IRRIGATION VALVE STORM DRAIN MANHOLE CATCH BASIN DRYWELL SANITARY SEVER MANHOLE TELEPHONE MANHOLE POWER MANHOLE TRAFFIC SIGNAL STREET LIGHT PULL BOX F0 t3 0 0 0 ss 0 SS 0 FO Nt� LEGE\D EXISTING FEATURES UTILITY POLE POLE ANCHOR SIGN GAS VALVE MONUMENT MAILBOX DECIDUOUS TREE EVERGREEN TREE 0 NEW FEATURES NEW ASPHALT CONCRETE PAVEMENT NEW WATER LINE WATER VALVE Huibregtse, Lowman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue ❖Yakima, WA 98902 (509) 966-7000 .. FAX (509) 965-3800 —1-1-1-1-1-1— E%PIRES 971o,,. 19, 1008 CITY OF YAKIMA PUBLIC WATERLINE GENERAL NOTES 1 ALL PUBLIC WATERLINE PIPE SHALL BE CLASS 52 DUCTILE IRON. DUCTILE IRON PIPE SHALL BE CEMENT—MORTAR LINED AND SHALL CONFORM TO ANSI A-21 11 AND SHALL BE U.S. TYTON JOINT PIPE OR APPROVED EQUAL. RUBBER RING GASKETS SHALL CONFORM TO ANSI A-21 11 ALL CAST IRON FITTINGS AND FLANGED DUCTILE IRON FITTINGS SHALL BE CLASS 250 AND ALL DUCTILE IRON MECHANICAL JOINT FITTINGS SHALL BE CLASS 350 CONFORMING TO ANSI/AWWA C110/A-21 10 AND ANSI/AWWA C153 A-21 53. MORTAR LINING SHALL BE SAME THICKNESS AS FOR PIPE. 2. NO PUBLIC WATER VALVES SHALL BE OPENED OR CLOSED (OPERATED) BY ANYONE BUT THE CITY OF YAKIMA WATER/IRRIGATION DIVISION STAFF CONTACT ALVIE MAXEY AT 575-6196 A MINIMUM OF 24 HOURS PRIOR TO WORK REQUIRING OPERATION OF PUBLIC WATER VALVES. 3. ALL PUBLIC WATERLINES SHALL HAVE A MINIMUM OF 4 5 FEET OF COVER. 4 ALL TEES, BENDS AND ENDS OF WATERLINES SHALL BE RESTRAINED WITH ROMAC GRIPRING RESTRAINT SYSTEM AND BLOCKED WITH POURED IN PLACE CONCRETE THRUST BLOCKS IN ACCORDANCE WITH THE CITY OF YAKIMA SPECIFICATIONS UNLESS ALTERNATE RESTRAINT SYSTEMS HAVE BEEN PREVIOUSLY APPROVED ALL FITTINGS IN CONTACT WITH CONCRETE SHALL BE WRAPPED IN PLASTIC. 5. DIRECT—BURIED LINE VALVES OF 12" SIZE AND LARGER SHALL BE BUTTERFLY VALVES. ALL SMALLER, DIRECT—BURIED LINE VALVES SHALL BE RESILIENT WEDGE GATE VALVES. ALL VALVES SHALL BE DESIGNED TO AWWA SPECIFICATIONS AND SHALL HAVE A STANDARD 2" SQUARE—OPERATING NUT UNLESS OTHERWISE SHOWN ON PLANS. ALL VALVES SHALL BE DESIGNED FOR AT LEAST 150 PSI WORKING PRESSURE AND SHALL OPEN COUNTER CLOCKWISE. 6. ALL WATERLINE FACILITIES SHALL BE THOROUGHLY FLUSHED, PRESSURE TESTED AND CHLORINATED AND A POTABLE WATER TEST (BAC—T) SHALL BE APPROVED BY THE CITY OF YAKIMA PRIOR TO ANY CONNECTION TO EXISTING WATER SYSTEM. FLUSHING OF CHLORINATED WATER INTO STORM DRAIN SYSTEM IS NOT ALLOWED UNLESS DE—CHLORINATED 7 ALL WATERLINE, FITTINGS AND VALVES USED FOR FINAL WATERLINE CONNECTIONS TO THE EXISTING WATER SYSTEM SHALL BE SWABBED WITH 300PPM CHLORINATED SOLUTION. 8. CONTRACTOR SHALL NOTIFY ALL AFFECTED WATER CUSTOMERS 24 HOURS PRIOR TO ANY WATER SYSTEM SHUTDOWN FOR FINAL WATERLINE CONNECTIONS. COORDINATE WITH CITY OF YAKIMA WATER/IRRIGATION DIVISION 9 THE CITY OF YAKIMA WATER/IRRIGATION DIVISION SHALL MAKE ALL WATER MAIN TAPS UNLESS OTHERWISE NOTED 10. THE CITY OF YAKIMA WATER/IRRIGATION DIVISION SHALL INSTALL ALL WATER SERVICES UNLESS OTHERWISE NOTED 11 ALL TOOLS, EQUIPMENT, MATERIALS, AND WORKMAN BOOTS SHALL BE DISINFECTED WITH CHLORINE SOLUTION PRIOR TO ENTERING RESERVOIRS. FOLLOWING ALL WORK INSIDE RESERVOIRS, THE CONTRACTOR SHALL DISINFECT THE RESERVOIRS IN ACCORDANCE WITH AWWA C652. THIS WORK SHALL BE CONSIDERED INCIDENTAL TO ALL OTHER WORK ITEMS, AND NO SEPARATE PAYMENT WILL BE MADE. JOB NUMBER: 06028B GENERAL PROJECT NOTES 1 THE SPECIFICS OF THE ORDER OF WORK SHALL BE AT THE CONTRACTOR'S OPTION, BUT WORK SHALL BE CLOSELY COORDINATED WITH THE CONSTRUCTION SEQUENCE DESCRIBED IN THE APPENDIX OF THE PROJECT SPECIFICATIONS. THE CONTRACTOR SHALL COORDINATE ALL CONSTRUCTION ACTIVITY WITH THE CITY OF YAKIMA. 2. FOR CONNECTIONS TO EXISTING WATERMAINS ALL PIPING SHALL BE EXPOSED, AND ALL LABOR, TOOLS, MATERIALS, AND EQUIPMENT NECESSARY TO MAKE THE CONNECTION SHALL BE ON HAND PRIOR TO BEGINNING WORK. THE CONNECTION SHALL BE MADE IN THE MINIMUM TIME POSSIBLE TO MINIMIZE IMPACTS TO THE WATER SYSTEM AND ITS CUSTOMERS. 3. ALL CONSTRUCTION SHALL CONFORM TO THE LATEST EDITION OF THE STANDARD SPECIFICATIONS FOR ROAD, BRIDGE, AND MUNICIPAL CONSTRUCTION AS PUBLISHED BY THE WASHINGTON STATE DEPARTMENT OF TRANSPORTATION (WSDOT) AND THE AMERICAN PUBLIC WORKS ASSOCIATION (APWA) AND THE SPECIAL PROVISIONS OF THE CITY OF YAKIMA. 4 THE CONTRACTOR IS ADVISED THAT THE LOCATION AND/OR ELEVATION OF EXISTING UTILITIES SHOWN HEREON ARE BASED UPON UTILITY INFORMATION OF RECORD, INFORMATION PROVIDED TO HUIBREGTSE, LOUMAN ASSOCIATES, INC. AND WHERE POSSIBLE MEASUREMENTS TAKEN IN THE FIELD IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO VERIFY PERTINENT LOCATIONS AND ELEVATIONS, ESPECIALLY AT CONNECTION POINTS AND AT POTENTIAL UTILITY CONFLICTS. 5. THE CONTRACTOR MUST CALL THE LOCAL UTILITY LOCATION REQUEST CENTER NOT LESS THAN 72 HOURS NOR MORE THAN 10 BUSINESS DAYS BEFORE ANY EXCAVATION, TO REQUEST FIELD LOCATIONS OF UTILITIES. THE TELEPHONE NUMBER FOR THE ONE CALL CENTER FOR THIS PROJECT IS 1-800-424-5555. PRIOR TO CONSTRUCTION, THE CONTRACTOR SHALL VERIFY PERTINENT LOCATIONS AND ELEVATIONS, ESPECIALLY AT THE CONNECTION POINTS AND AT POTENTIAL UTILITY CONFLICTS. IT SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR TO NOTIFY THE ENGINEER IMMEDIATELY WHERE EXISTING UTILITIES ARE FOUND TO CONFLICT WITH PROJECT IMPROVEMENTS. NO ADDITIONAL COMPENSATION WILL BE ALLOWED FOR POTHOLING OR VERIFICATION OF EXISTING UTILITY LOCATIONS. 6. ANY DAMAGE TO PUBLIC UTILITIES OR ADJACENT PROPERTIES AS A RESULT OF THE CONSTRUCTION ACTIVITIES SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR. REPAIRS SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR AND SHALL BE MADE IN A TIMELY MANNER TO THE SATISFACTION OF THE DAMAGED PARTY 7 CONTRACTOR SHALL REMOVE ALL DEBRIS FROM THE SITE. NO BURNING WILL BE ALLOWED THE CONTRACTOR SHALL BE REQUIRED TO SECURE AND OPERATE HIS OWN WASTE DISPOSAL SITE AT HIS OWN EXPENSE FOR THE DISPOSAL OF ALL UNSUITABLE MATERIAL, ASPHALT, CONCRETE, DEBRIS, WASTE MATERIAL, AND ANY OTHER OBJECTIONABLE MATERIAL WHICH IS DIRECTED TO WASTE. THE CONTRACTOR SHALL COMPLY WITH THE STATE OF WASHINGTON REGULATIONS REGARDING DISPOSAL OF WASTE MATERIAL AS OUTLINED IN WAC 173-304, SUBCHAPTER 461 8. AT ALL TIMES DURING CONSTRUCTION, THE CONTRACTOR SHALL BE RESPONSIBLE FOR CONTROLLING ON—SITE EROSION DUE TO WIND AND RUNOFF 9 A PRECONSTRUCTION MEETING WITH THE LOCAL JURISDICTION/PUBLIC WORKS DEPARTMENT, THE ENGINEER, THE CONTRACTOR, AND INTERESTED UTILITY COMPANIES SHALL BE HELD A MINIMUM OF ONE WEEK PRIOR TO BEGINNING CONSTRUCTION. CITY INSPECTOR SHALL BE GIVEN 48—HOURS MINIMUM NOTICE PRIOR TO THE START OF WORK. 10. THE CONTRACTOR SHALL HAVE ONE (1) SIGNED COPY OF THE APPROVED PLANS, ONE (1) COPY OF THE APPROPRIATE STANDARDS AND SPECIFICATIONS, AND A COPY OF ANY PERMITS AND EXTENSION AGREEMENTS NEEDED FOR THE JOB, ON—SITE AT ALL TIMES. 11 IF WORKERS ENTER ANY TRENCH OR OTHER EXCAVATION FOUR FEET OR MORE IN DEPTH THAT DOES NOT MEET THE OPEN PIT REQUIREMENTS OF WSDOT/APWA SECTION 2-09.3(3)8, IT SHALL BE SHORED AND CRIBBED THE CONTRACTOR SHALL BE SOLELY RESPONSIBLE FOR WORKER SAFETY AND THE ENGINEER ASSUMES NO RESPONSIBILITY ALL TRENCH SAFETY SYSTEMS SHALL MEET THE REQUIREMENTS OF THE WASHINGTON INDUSTRIAL SAFETY AND HEALTH ACT, CHAPTER 49 17 RCW. 12. IF, DURING THE CONSTRUCTION PROCESS, CONDITIONS ARE ENCOUNTERED BY THE CONTRACTOR, HIS SUBCONTRACTORS, OR OTHER AFFECTED PARTIES, WHICH COULD INDICATE A SITUATION THAT IS NOT IDENTIFIED IN THE PLANS OR SPECIFICATIONS, THE CONTRACTOR SHALL CONTACT THE ENGINEER IMMEDIATELY 13. THE CONTRACTOR SHALL BE RESPONSIBLE FOR PROVIDING ADEQUATE SAFEGUARDS, SAFETY DEVICES, PROTECTIVE EQUIPMENT, FLAGGERS, AND ANY OTHER ACTIONS NEEDED TO PROTECT THE LIFE, HEALTH, AND SAFETY OF THE PUBLIC, AND TO PROTECT PROPERTY IN CONNECTION WITH THE PERFORMANCE OF WORK COVERED BY THIS CONTRACT THE CONTRACTOR SHALL BE RESPONSIBLE FOR PROVIDING ANY AND ALL TRAFFIC CONTROL DEVICES AS MAY BE REQUIRED BY THE CONSTRUCTION ACTIVITIES. ALL SECTIONS OF THE WSDOT/APWA STANDARD SPECIFICATIONS SECTION 1-10, TEMPORARY TRAFFIC CONTROL, SHALL APPLY IF WORK WITHIN THE RIGHT OF WAY WILL INTERRUPT NORMAL TRAFFIC OPERATION. 14 THE CONTRACTOR SHALL BE RESPONSIBLE FOR KEEPING ROADWAYS FREE AND CLEAR OF ALL CONSTRUCTION DEBRIS AND DIRT TRACKED FROM THE SITE. 15. THE CONTRACTOR SHALL BE RESPONSIBLE FOR RECORDING AS—BUILT INFORMATION ON A SET OF RECORD DRAWINGS KEPT AT THE CONSTRUCTION SITE, AND AVAILABLE TO THE CITY OF YAKIMA INSPECTOR AT ALL TIMES. THE CONTRACTOR SHALL DELIVER THESE DRAWINGS TO THE ENGINEER AT THE COMPLETION OF THE WORK. 16. ALL OPERATIONS CONDUCTED ON THE PREMISES, INCLUDING THE WARMING UP, REPAIR, ARRIVAL, DEPARTURE, OR RUNNING OF TRUCKS, EARTHMOVING EQUIPMENT, CONSTRUCTION EQUIPMENT, AND ANY OTHER ASSOCIATED EQUIPMENT SHALL GENERALLY BE LIMITED TO THE PERIOD BETWEEN 7 00 A.M. AND 7.00 P.M. EVERY DAY UNLESS OTHERWISE APPROVED BY THE CITY DATE. 11-12-07 FILE NAMES: DRAWING. SHEETS.dwg CITY OF YAKIMA LEVEL 2 - DOMESTIC WATER SYSTEM IMPROVEMENTS - PHASE 2 REVISION DATE DESIGNED BY: ENTERED BY- GWS AJH SUMMARY OF QUANTITIES AND GENERAL NOTES SHEET 2 OF 16 SAFETY POST OPENED POSITION 3 16" ALUM. ALL BRACKET 7" A 'NORTH' SAF-T-CUMB POST SAFETY POST - CLOSED POSITION SERRATED RUNGS 1 1/4" ROOF HATCH CLOSED POSITION TOP OF - DECKING 0 183 8' VARIES FRONT N.T.S. 4" X 1 3/8' X 3/16 ALUM. ANGLE FLOOR BRACKET SIDE VIEW N.T.S. ALUM. CHANNEL LADDER 7" MIN.® ALTERNATE OFF FLOOR SUPPORT NOT TO SCALE 10 - 9/16" HOLES FOR /2" ANCHOR BOLTS 3/16" ALUMINUM WALL BRACKETS AT 10' - 0" O.C. MAX. LADDER DETAILS NOT TO SCALE 1/4"? X 3/4" 5.5. H.H.M.B. W/LOCK NUT AND FLAT WASHER #12 X 1 1/4" S.S. SELF TAPPING SCREW 3" X 1" X 1/8" ALUMINUM CHANNEL RAIL 6063-T5 1 1/4"? EXTRUDED RUNG 6063-T5 ACCESS LADDER REPLACEMENT NOT TO SCALE Huibregtse, Lowman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue 4•Yokima, WA 98902 (509) 966-7000+FAX (509) 965-3800 CONTRACTOR TO VERIFY: OA LADDER HEIGHT F.F TO TOP OF DECKING © ROOF HATCH BASE HEIGHT WALL TO CL OF LADDER QE LADDER WIDTH APPROVED BY: DATE' EXPIRES 9M,d 17, 2008 STRAPS 5' LENGTH OF 4" x 4" PRESSURE TREATED POST (PAINTED BLUE) -3'-180' ELBOW (PAINED) 811-211VE STRAINER 2' PEX (PAINTED) 2" C.T.S. 4' LENGTH OF 30" DIAMETER REINFORCED CONCRETE CULVERT PIPE. DRAIN ROCK 24" MANHOLE FRAME & COVER W/ 'WATER" 2' PEX 2' PEX (2111)2' 90' ELBOWS (SWING JOINTS) I.P X C.T.S. * VAL-MARC 202C OR APPROVED EQUAL 2' UNION NEW 12' D.I. WATERMANN MAINLINE VALVE BOX 2" RS. GATE VALVE W/ 2" OPERATING NUT O COMBINATION AIR VALVE ASSEMBLY NOT TO SCALE CAST IRON LID #4 RE -BAR 1,-0" EW 6" MIN. 4'-0" SO 8" THICK CLASS 3000 CEMENT CONCRETE LOWER SECTION (RICH MODEL R-36 36 -INCHES HIGH) OR APPROVED EQUAL UPPER SECTION SLIDING TYPE C.I. VALVE BOX (RICH MODEL 940-B, 18 -INCHES HIGH) OR APPROVED EQUAL GATE VALVE SHOWN - SIMILAR INSTALLATION REQUIRED FOR BUTTERFLY VALVE NOTE. PROVIDE EXTENSION PIECE WHERE REQUIRED FOR VALVE BOX. (RICH MODEL 044, 12 -INCHES HIGH) OR APPROVED EQUAL O WATER VALVE BOX - NOT IN PAVEMENT NOT TO SCALE FINISHED GRADE CAST IRON LID 36" MAX. SEE NOTE 1 2" SQUARE 8Y 2" HIGH OPERATING NUT. WELD TO 1" SHAFT. 6" MAX. SEE NOTE 2 MIN. 15" THICK STEEL PLATE WELDED TO 1" DIAM. SHAFT, TO BE Y2" LESS THAN INSIDE DIAM. OF VALVE BOX 1' DIAM. MILD STEEL OR SCH. 80 PIPE SHAFT FABRICATED STEEL SOCKET WITH 2-Y4" I.D. 2-Y4" DEPTH, AND J§" MIN. WALL THICKNESS. WELD TO 1" SHAFT. UPPER SECTION SLIDING TYPE C.I. VALVE BOX (RICH MODEL 940-8, 18 -INCHES HIGH) OR APPROVED EQUAL 6" MIN. C.I. VALVE 80X EXTENSION, LENGTH AS REQUIRED. LOWER SECTION (RICH MODEL R-36 36 -INCHES HIGH) OR APPROVED EQUAL GATE VALVE SHOWN - SIMILAR INSTALLATION REQUIRED FOR BUTTERFLY VALVE NOTES 1. VALVE OPERATING NUT EXTENSIONS ARE REQUIRED WHEN THE VALVE NUT IS MORE THAN THREE (3) FEET BELOW FINISHED GRADE. EXTENSIONS ARE TO BE A MINIMUM OF ONE (1) FOOT LONG. ONLY ONE EXTENSION PER VALVE. 2. WHERE DEPTH IS OVER 6 FEET, INSTALL ADDITIONAL PLATES EVENLY SPACED BETWEEN FIRST PLATE AND SOCKET AT 6 -FOOT MAX. SPACING. 3. ALL VALVE OPERATING NUT EXTENSIONS SHALL BE MADE OF STEEL, SIZED AS NOTED, AND PAINTED WITH TWO (2) COATS OF METAL PAINT. 4. ALL VALVE OPERATION NUT EXTENSIONS SHALL BE TIGHTLY SECURED TO THE VALVE OPERATING NUT WITH A SET SCREW. VALVE OPERATING NUT EXTENSION NOT TO SCALE TYPE ' A" BLOCKING For 11'-22'-30' Vertical Bends DIA. VB S d L 11 I/4 0.2' 1.5 FT 4" 221/2 2.2' 5/8 2.0 ET 30 2.6' 11 1/4 2.2' 6" 22 1/2 2.9' 0/8 2.0 FT 30 3.5' 11 1/4 2.5' 5/e' 2.0 FT 8" 221/2 3.6' 30 4.1' 3/4" 20 FT 11 1/4 32' 5/8- 20 FT 12" 22 1/2 4.5' 7/e• 20 8T 30 51' 11 1/4 41' 7/8• 20 Fr 16" 22 1/2 5.7' 1 1/8' 2.0 FT 30 6.5' 1 1/4" 11 1/4 4.5' 7/8' 2.0 FT 20" 22 1/2 6.1 1 1/4• 20 FT 30 6.V 1 3/8' 2.0 FT 11 1/4 50' r 20 FT 24" 22 1/2 6 8' 1 3/8• 20 FT 30 7.9' 2.0 FT TYPE 8" BLOCKING For 45' Vertical Bends DIA. VB S d 1 3.1' 6' 4.1' 5/8' 20 FT e' s.o' 12" 45' 6.1' 3/4• 25 FT 16" 7.8' 1 1/0' FT 20' 8.2' 1 1/4" 4, 24• 9.4' 1 3/8" 4.5 FT POLLARD UNDERGROUND CLAMP OR EQUAL TYPE "A" BLOCKING For Vertical Bends of 30' or Less DIAMETER OF HOLE EQUAL TO DIAMETER OF RESTRAINT ROD PLUS 1/8' POLLARD UNDERGROUND CLAMP OR EQUAL iIIall� TYPE "B" BLOCKING For 45' Vertical Bends NOMINAL PIPE DIAMETER AS PER ABOVE TABLES POLLARD UNDERGROUND CLAMP CONCRETE VERTICAL BEND BLOCKING O CITY STANDARD DETAIL W7 NOT TO SCALE CLASS 'B' CONCRETE POURED IN PLACE EARISTURBED EARTH (D) PIPE SIZE 6' 8' 10' 12' 14' 16' TEES \,„-/ FORM CONCRETE TO ALLOW REMOVAL OF BOLTS /CON UCONCRETE POURED LAD PLACE // EARTH UNDISTUREED \/:\ /• BENDS MINIMUM END AREAS TEE & PLUGS 51 5Q. FT. 14.3 ' ' 20.4 " ' 27.7 ' 35.8 45' BENDS 22 1/2' BENDS 3.9 SQ. FT. 2.0 SQ. FT. 11.0 ' ' 15.7' ' 21.2 " 10 7 27.5 " " 13 9 NOTE, (0) IS NOMINAL PIPE DIAMETER. THE ABOVE END AREAS ARE BASED ON AN ALLOWABLE SOIL BEARING PRESSURE OF 1500 P.S.F THE ENGINEER SHALL DETERMINE THE REQUIRED END AREAS. CLASS "8" CONCRETE POURED IN PLACE\ �Y/\\\i\/-\\- • SQUARE STEEL PLATE - 1/4" THICK CLASS "8" CONCRE POURED IN PLACE UNDISTURBED EARTH SIDE NEW THIS NEW TYPICAL OF ALL BLOCKING PLUG (USE MECHANICAL CAP FOR SUP JOINT PIPE) &. UNDIS1URBED EARTH NOTE: ALL FITTINGS AND/OR PIPE MAKING DIRECT CONTACT WITH CONCRETE SHALL BE WRAPPED WITH 4 MIL POLYETHYLENE SHEETING PRIOR TO PLACEMENT OF CONCRETE. TYPICAL CONCRETE BLOCKING DETAILS CITY STANDARD DETAIL W6 NOT TO SCALE JOB NUMBER: 060288 DATE. 11-12-07 FILE NAMES. DRAWING. SHEETS.dwg CITY OF YAKIMA LEVEL 2 - DOMESTIC WATER SYSTEM IMPROVEMENTS - PHASE 2 REVISION DATE DESIGNED BY' ENTERED BY' GWS AJH LEGEND AND DETAILS SHEET 3 OF 16 CAREFULLY PLACED AND COMPACTED NATIVE MATERIAL OR SELECT BACKFILL AS DIRECTED BY ENGINEER. NO UNSUITABLE MATERIAL TO BE USED FOR BACKFILL. FINISH GRADE 12' • OR TOP OF RESERVOIR - WHICHEVER IS LEAST 1' SCHEDULE 40 PVC CONDUIT AS SHOWN ON PLANS CONDUIT BEDDING MATERIAL (3/B'-0) ® CONDUIT TRENCH SECTION NOT TO SCALE TYPE 1 PULLBOX t 44 FINISH GRADE Pal�ala'al alo x , 6' CRUSHED ROCK (3/8'-0) COMPACTED 1' SCHEDULE 40 PVC CONDUIT 0/ PULL ROPE (ELECTRICAL GRADE) RIGID STEEL ELBOWS AT ENTRANCES AND EXITS OF PULIBOX O CONDUIT ENTRANCE AT PULLBOX NOT TO SCALE SEE SURFACE REPAIR DETAIL UNDISTURBED EARTH COMPACTED NATIVE BACKFILL, EXCEPT SELECT BACKFILL FULL DEPTH AT LOCATIONS DIRECTED BY THE ENGINEER. BEDDING ZONE BEDDING MATERIAL SHALL MEET THE REQUIREMENTS OF CLASS "C" PER SECTION 9-03.18 UNLESS THE ENGINEER DETERMINES THAT CONDITIONS REQUIRE ANOTHER CLASS 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 ® TYPICAL TRENCH SECTION NOT TO SCALE EXISTING PAVEMENT - DEPTH VARIES ASPHALT CONCRETE PATCH PAYMENT UMIT5 EXCAVATION 1'-0 PAYMENT UNE SYMMETRI L ABOUT . OF PIPE (MIN) APPLY CSS -1 & SAND TO SEAL THE SURFACE JOINTS. APPLY CSS -1 TO EDGES OF REPAIR SECTION AND TO SURFACE OF CONCRETE, IF OVERLAYED. • INSTALL 2" HMA TO DEPTH OF 1" BELOW SURFACE FOR IMMEDIATE PATCHING. FINAL 1" UFT TO BE INSTALLED AT ALL LOCATIONS FOLLOWING COMPLETION OF ALL OTHER WORK. " 3" HMA CL. 1)" PG 64-28 TOTAL THICKNESS .���. 12' CSBC ALTERNATE BACKSLOPE AT CONTRACTORS OPTION HMA FOR PAVEMENT REPAIR 1r SYMMETRICAL I ABOUT C OF PIPE GRAVEL REPAIR PAYMENT UNITS EXCAVATION PAYMENT UNE SYMMETRIC L ABOUT C OF PIPE EXISTING GRAVEL SURFACING DEPTH VARIES (619) 2' CSTC ALTERNATE BACKSLOPE AT CONTRACTORS OPTION GRAVEL SURFACING REPAIR EXISTING GROUND 12" (MIN.) SILT MATERIAL FREE FROM ROCKS. STORE IN STOCKPILE WHEN REMOVED DURING TRENCHING OPERATIONS. REPLACE TO MINIMUM THICKNESS SHOWN. IF EXISTING GROUND SURFACE ADJACENT TO TRENCH DOES NOT INCLUDE SILT OVERBURDEN, THEN BACKFILL TO SURFACE WITH NATIVE MATERIAL EXCAVATED FROM TRENCH. UNSURFACED AREAS ALTERNATE BACKSLOPE AT CONTRACTORS OP0ON TRENCH SURFACING REPAIR NOT TO SCALE NOTES: 1. CONTRACTOR SHALL BE RESPONSIBLE FOR ALL TRENCH SURFACE RESTORATION BEYOND THE PAYMENT LIMITS SHOWN, INCLUDING WIDER TRENCH SECTIONS RESULTING FROM LAYING BACK TRENCH SIDES AT THE CONTRACTORS OPTION. NO MEASUREMENT OR PAYMENT WILL BE MADE FOR SURFACE REPAIR BEYOND THE PAYMENT LIMITS. 2. NO MEASUREMENT OR PAYMENT WILL BE MADE FOR TRENCH SURFACING REPAIR IN UNSURFACED AREAS. r�r r SECTION NOTES N7 SAWCUT EXISTING 24" PIPE AND REMOVE MINIMUM 2'-0" LENGTH. 0 CAST -IN-PLACE CEMENT CONCRETE PLUG IN CUT END OF EXISTING PIPE. PROVIDE TEMPORARY FORMING MATERIALS AS REQUIRED. 0 COMPACTED NATIVE BACKFILL, UNLESS 011-IERWTSE DIRECTED BY THE ENGINEER. PIPE PLUGGING DETAIL NOT TO SCALE Huibregtse, Lowman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue •:Yakima, WA 98902 (509) 966-7000•: FAX (509) 965-3800 EXPIRES 110..1, 47 4008 JOB NUMBER: 060288 DATE. 11-12-07 FILE NAMES. DRAWING. SHEETS.dwg CITY OF YAKIMA LEVEL 2 - DOMESTIC WATER SYSTEM IMPROVEMENTS - PHASE 2 REVISION DATE DESIGNED BY' GWS ENTERED BY: AJH DETAILS SHEET 4 OF 16 EX. 24" STEEL -1 WATERMAIN EX. 18" STL. WASTE LINE 1 LEVEL 3 PUMP STATION RESERVOIR 1 RESERVOIR 2 O O O O O O PHASE 2 ABANDON APPROXIMATELY 1,600 LINEAR FEET OF EXISTING 24—INCH STEEL WATERMAIN FROM THE SURGE TOWER LOCATION, NORTH TO POWERHOUSE ROAD SEE SHEET 9-12. ABANDON APPROXIMATELY 510 L.F OF EXISTING 24" CONCRETE WATERMAIN FROM THE NORTH RESERVOIR TO SURGE TOWER LOCATION. DEMOLISH THE EXISTING CONCRETE SURGE TOWER. PLUG ALL ABANDON 1117 PIPES WITH CONCRETE. ABANDON APPROXIMATELY 70 L.F OF EXISTING 24" STEEL WATERMAIN FROM SURGE TOWER LOCATION TO PUMP STATION. REPLACE THE EXISTING RESERVOIR OVERFLOW STANDPIPE. (2 EA) INSTALL CONDUITS (NO CONDUCTORS) FROM THE OUTSIDE OF LEVEL 3 PUMP STATION TO THE EXISTING RESERVOIR HATCHES FOR FUTURE SECURITY ALARM SYSTEM. PROVIDE TYPE 1 J—BOX AT EACH ACCESS HATCH (4 LOCATIONS). REPLACE EXISTING STEEL LADDERS WITH NEW ALUMINUM LADDER. 4 PLUG IRRIGATION PIPES © EXISTING ABANDONED IRRIGATION BOX WITH CONCRETE. BACKFILL IRRIGATION BOX WITH C.S.T C. CONSTRUCT APPROXIMATELY 320 L.F OF 16—INCH 0.1. WATERMAIN FROM RESERVOIR 2 TO LEVEL 3 PUMP STATION. Huibregtse, Louman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue ❖Yakima, WA 98902 (509) 966-7000•: FAX (509) 965-3800 .\\ EAG `\ E%P,PES 711.0. 17, 1008 JOB NUMBER: 060286 DATE: 11-12-07 FILE NAMES. DRAWING. SHEETS.dwg CITY OF YAKIMA LEVEL 2 - DOMESTIC WATER SYSTEM IMPROVEMENTS - PHASE 2 REVISION DATE DESIGNED BY' GWS ENTERED BY: AJH PROJECT OVERVIEW SHEET 5 OF 16 / EX. 18" STL. WASTE LINE EX. 18" STL. WATERMAIN D 0 EX. 24" STEEL— H WATERMAIN 1- EX. 18" STL. WASTE LINE b 0 /414 V\ 4444), cA�q< EX. ACCESS PORT EX. 24" CONC. WATERMAIN F. EX. 18" STL. WASTE LINE SURGE TOWER LEVEL 3 PUMP STATION LEGEND Vt = EXISTING VALVE 0 = NEW VALVE EXIST 12' WATERMAIN N RESERVOIR 1 NN RESERVOIR 2 Construction Sequence A. Construct 16" Watermain from Reservoir No. 2 to Level 3 Pump Station 1 Close valves V1, V4, V5, and V6. Open valve V14 2. At Sta. 25+85 open valve V2 to drain 24" watermain. 3. Coordinate with City Water Division to dewater reservoir no. 2. Close valves V10 and V11 Open V12. 4. Install new Reservoir No. 2 penetration and construct new 16" D.I. watermain to Level 3 Pump Station. 5. Fill line, chlorinate, and test new 16" D.I watermain. 6. Cut into existing 24" steel watermain just north of Level 3 Pump Station generator B. Reservoir No. 2 Modifications 1 Remove existing access ladders and install new aluminum ladders as detailed. 2. Abandon existing north penetration and remove V13 as detailed. 3. Replace overflow standpipe as detailed. 4 Clean and sanitize work oreas and coordinate with City Water Division to refill reservoir C. Reservoir No. 1 Modifications 1 Coordinate with City Water Division to dewater reservoir no. 1 Close valves V8 and V9 Open V7 2. Remove existing access ladders and install new aluminum ladders as detailed. 3. Replace overflow standpipe as detailed. 4 Coordinate with City Water Division to refill reservoir D Abandon Existing 24" Steel Watermain (Surge Tower to Powerhouse Road) 1 Valve V1 remains closed. 2. Demolish, and dispose of surge tower structure, adjacent manhole and valves V3 and V4 3. At Powerhouse Road abandon existing 24" steel main and cross connection pipe as detailed. 4 Remove existing air release valve at Sta. 20+75 and plug 24" pipe with concrete. 5. Pothole and plug 24" steel watermain with concrete on south side of City Reservoir Road crossing. 6. Plug ends of abandoned 24" steel watermain with concrete where directed. E. Abandon Existing 24" Steel Watermain (Pump Station to Surge Tower ) 1. Plug ends of abandoned 24" steel watermain with concrete where directed F. Abandon Existing 24" Concrete Watermain (Surge Tower to Reservoir No. 2 ) 1 Plug ends of abandoned 24" concrete watermain with concrete where directed 2. Saw cut and remove existing ring and cover from access port manhole in floor of garage. Fill manhole with concrete flush with garage floor and finish to match. * All valves to be operated by City of Yakima. * Alternate to sequence must be approved. Huibregtse, Lowman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue :•Yakima, WA 98902 (509) 966-7000 FAX (509) 965-3800 EXPIRES Iliad. 17, P 008 JOB NUMBER: 060280 DATE. 11-12-07 FILE NAMES. DRAWING. SHEETS.dwg CITY OF YAKIMA LEVEL 2 - DOMESTIC WATER SYSTEM IMPROVEMENTS - PHASE 2 REVISION DATE DESIGNED BY GWS ENTERED BY. AJH CONSTRUCTION SEQUENCE SHEET 6 OF 16 4 4 „ - 4 :414 4 -1,4 ***1. * -0 00 0 tf '10;40 .t. C1) 44111114 ..rikk-t -kk 0 40 eo 160 1111111111111.111 Att -140: 4o11,4116 k kOk'4.‘ t kt*JA. 4 SHEET 12 *me ****** - ,ill ail ea"! It Almir41 Imia ig!iiim.4'41.1 41). ov ri* P , k " t = , k 4. EtEFRVOIR .40 SITE ACCESS 00.0-40*** 0** • -k**0004404.4 k. 40* .„4 404 0** N• / Ackkl k‘kk k • kt. / • ko• • Eat or* • .44 4. RES. NO 1 1,/ \ • /-/ .1, / .... L. --- . i• / ....-• L..- , I k- . ..• , 1 1it- 1 1. 4 1 i 1 i .i. t ki 1 / 1 44/ ; • , i I • # # • 4, 41' ,k444ij8, ;014 • RES. NO. 2 / 1 /; • A 4* ,e s /NOTE: PIPING LAYOUT SHOWN ,* FOR REFERENCE ONLY AND NOT INCLUSIVE OF ENTIRE WATER SYSTEM. ti -* k • -0*.k F .04 Hulbregtse, Lotman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue Yakima, WA 98902 (509) 966-7000 o FAX (509) 965-3800 JOB NUMBER: DATE: 06028B 11-12-07 FILE NAMES: DRAWING. SHEETS.dwg PLAN: 06028B.DWG CITY OF YAKIMA LEVEL 2 - DOMESTIC WATER SYSTEM IMPROVEMENTS REVISION DATE DESIGNED BY, ENTERED 8Y: GWS AJH SHEET LAYOUT SHEET 7 OF 16 , : „ , , '')/ , , / A .. , . , . -__. ..._ _ ,- • / -1111111 : EXISTING CONCRETE SURGE TOWER /,-, „z1 ,-,-0Y). II ,,- ' : „. , -''-‘,At'7\,/ , ‘,., /385 , -i,-.:,,, x-‘\-_,, .• ,,---2-, , , w /- ' w, EY, 24" c -'314C• ' ., /38, 0 -to 20 40 .._ _ - _. - -- / MIN , _ G:ERAABEANLDME;S:,, , . / 77 z z / / -,-,------- --,s- . _. _ _ . - • - ----- <,9 0. i ;,,-oo.00 , • , , ;z• , _.. __.„ <5 . ,: - __ _ „:„5 •-,_ ‘,„-, NCW 76-,. REMOV - 1G & LID AND FILL FLUSH TO FLOOR WITH CONCRETE (APPROX. 3' TO TOP OF PIPE) IN EXISTING ,•RT MANHOLE IN GARAGE. . 00. • DIN ATE ACCESS W/ OWNER. /7-- - A<Z-- c, _ a, . , , -,b„ --- . 4 0 - ._ , - /, .t,,S3 4 - / / / .----- , * ' 4. ' ., e -I'' , iv 67.4;,,47w4 TERMAI E / ca G +00 . •.* ,, ,• , / - / A.-• ..- -0 , / - / STA. CONSTRUCT 4+01.81 WALL Ilk ''. •\6"- • V_ , '' / 3•40 .5 'N STA. 2+34 56 INSTALL NEW 16" MJ 22-1/2* •- / PENETRATION RESERVOIR IN PER DETAIL. SITE ACCESS LOCATION MAINT N ox . / N › : <5 / ' / 0 / z , , ELBOW, 16" MJ 11-1/4 ELBOW, AND CONCRETE THRUST BLOCKING. / sprz, ACCESS AT ALL, T1 ES , uIp-,,,,•_ . 00 / /ii / , . ,-... / ' - / STA. 3+98.81 a • , _____-_,..._—_—. -_,_-_-___.,_- INSTALL NEW 16" BUTTERFLY VALVE. PROVIDE OPERATING I , EXTENSION VALVE BOX All ,,- IP. TA. 85 „-..--------NUT -------- NS ALL NEW COMBIN ION>AIR 0 GROUND ELEVATION. W g' / V 0 EASE VALVE ASSEMBLY .‘•1----151:i / .-,-.:-.----°-----------_ .. / / 00 _ .- ,0 , s INSTALL: NEW 4" /16," J /x FLG REDUCER, " ad 2 1/2' ELBOW, 16" MJ -1br W, AND ONCr TE yHyt BLOCKING. SHEFT 1-41 RESERVOIR RESERVOIR NO. 1 \\ NO. 2 12 MG " /s• 12 MG 1385 I - I I ' _ . I _ _ , , _ I - I . . ' -- . I - i . F -I - I _ I _ .-- --- _ I -.- . 1 - I- I -._ . ... . . 1 _ . 1 I . _ I . - - I _ - - - . , . --- -- . . - - . I - -. - • - ' , ._. „ - — . Z - .. . . . . _ , _ __. _ : . : , ' , ._ ! . .. , - : . ... . ' - . ! . - - T __ ! : _ . ... a . , _ ._ , _ .140 OVER ... , _ „EGNIPMENT. RESERVOIR - . . I 1 - - ---- - ! • 7 , . , ? h - 1, -. - ! - 1385 - - - - - . -I-- , . 1 _ I --I i I - } • _ I - 1 1 • - I I 1 ! . I - • 1 , - - - I- - -- 1 -- .1 !l•-, - I I ' - 1 . , - • ___ _ _ . I _ I - , - ____,___ ' , . , .. - — , . -1- ..---: i ' -----'------- - ._. . . - .-H. -' -'• - - - • . -,--- . , , ' - ' i -t ,-' - ' , t -t -. t 1380 1380 L , ! _ L I I i - - I - I- I 1 - „ 1 - - - , , - I . . r 1 =- i . 1 ._ _.- < 1 1, -_ . __ . _ . _ _ . - - - , ._ ._ _ _ • ' • - , .._ _ __._ ....... _ . • - - i , _._ . . . __ ' -- - _ . ........ - . _ .._ . , ._. - , - _ _ - - - 1 _. , ._._._ .._ . _ _ . _ _._ - - - . _ .E ' iz : __. T-.-,-- ISTING SER_VOIR: N-0 -- _ __ _ - i;,-, t — 1 '2 1 - _ - . . , ._ . ; . - ,__ . - L . . . . ,_. ' - 1375 1370 1375 - - -1- ._ EXISTING GENERATOR 1 - I - - -1 _ -- . _ 1 1 1 - 1---' • 1 1 1 - I _ ,.. _ 1370 - - . _ - - 1 I ._ ! ! , I - i LEyEL 3, I, 1:51A1P_ •I'AT,ION I _ _ 1 1 - - - 1 4 a -- I t , ___-----I> 1_---[ - -- . I ExisAIRG-GRouNrii i I - ../yr_ PIPE oENTERL,INE_ 1_ -- I I - 1 - ' . , I . _. .. ... . . _ _ _ _ _ - , - - 1- _ _ . _ _ .... .._..... , ,,, --- _._ . . _ ..._ _. ,...... . _ _...... _..... .... .... ,,, ,......._., . __ , 1365 _:____________,i7________, . , ___ , .., _ . _ . . . _. __ ., --I- - i ----- H - -1 _ i... . _ _ 1 1 -_ 17 r. _ _._ _ , 1 _1_ ___ _ -- ' -HI - - - . . - . _ . _ - . _ _ ... .. _ .0%, ----. t , ._ _-- . --- --- --- — — - - - - - - - - 1360 -- - ! - -- - - t - 1360' . ! . • - . _ - - ' i;IL-w id" _ _ , - loi-Am, .0.1.- : - 1- - , , - - - - - -- . _ _ _ . . .. _ , - , J• ..: •:: -- , . -- 1355 - , - - - I-• 1 !------------------ EXI5TI4G 24" DIANiT 1 ' *• DEPTH OF -PIPE -I : STEEL. WATERM,AIN -... '- - i -- - - : i APPROXIMATE • - I .. - - 1 - .... ' -1- --. I - -' a -- - 1,-- { - I _ . - - „ - - I i- - - ... ... - - _ ..... . .. .._ -.....- . _ ...._ _. ... . ... : . - . _ ___ 1355 - - --- , - - . ! •i . r, _ii_.: ,._ . '1 . -_ _ , .... . : - : . - - . . -.... - -... ____ . . _____ . .. _ - ,. _ . . - - , . . . . . - , - - • - 1 1 . i- - - : __, _1_ _ _,... _ i i --- .._ _ _ - --, _ ; _ - I.- I ... . 4-- . __ . - - i -- i .... _ .. ... I 1 . I . . _ , - - I _ . 1 -- - - - - , ._ _. - - -- - I - . — 0+00 1+00 2+00 3+00 4+00 5+00 Hulbregtse, Louman Associates, Inc. .4 w 0 „(,'' 4, k, , a. --o .c: 13 17460 4.) CisTg.v, %NAL S\''\ - \A" itxpREs 471..d. (7, 2008 1 ,IX41 \N„ JOB NUMBER: DATE: SHEET 060288 CITY OF YAKIMA FILE NAMEISI:12-07 WATER SYSTEM 8 DRAWING. SHEETS.dwg LEVEL 2 - DOMESTIC CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue 4:Yakima, WA 98902 PLAN: 060288.dwg PROFILE. RCPRF010.dwg IMPROVEMENTS OF 16 DESIGNED BY' GWS STA. 0+00 TO 4+25 PLAN AND PROFILE (509) 966-7000 FAX (509) 965-3800 REVISION DATE ENTERED BY' AJH 80 •", STA. 1050 EXPOSE EXISTING STEEL WATERMAN' AND REMOVE BACK TO TOWER LOCATIO(1. CONSTRUCT CONC. PLUG (0) • . a . , , •!, . 7 r . , , .. • • — , , I 1380 ' ! " I-- , • ' . , ' •I, I I . , . . . , I , I I • , ; - 1 ; . , I 37 -, / I I- , • • - • ' I 7.• ILI 7.• 11 I. 7I 3 1375 , I II' " ,'1 -: '',,, , '' ': , • ,, t•,! '1, :I :WI t: . • • . . 4 ; ' I 1 ' r . 1 ' ; 1 ' ' I ; f 1 1 'I 1 ' ' i' 1 ' , 1 I ; ' ' ; I • t . ' . ' ; ' 1 , „ -; . i - 11 ' : i 1 1 i 1370• -- :- — " , '1; , , I ' • : ' I : I , I ' • . ' : ' . , , I • ' . , ' , • , . , . I__ ; ' ,- —, ' 1 i I • ' --,—• ,11, , - , . , • i : - , •!,i , , ' •--' •,; 'I' .„ . 1 , , ,! ' L: ! ! ,ii I iy• ' IL: •, 1,1 I • -; .:, ,• ! I '; I! ;;:, • '; •j:• i III • • 1:•, •; • 1 I, tf •f 1 " 9 It I; : • 1365 I. : II . l7,_:_I,,I.Iili • "r• I "';._. -! „!_;• 1' I i , 11 .1 ; IiiI , I I 7 I-7 I-7 I II: II- t I , t t t • 1111 • I, .; IL "; ' I II It; I.; , "-i; ' .• 1;;11„ , II II -•I ; it; i ; I '' i , i • "i II;;;III I ,' •-1 , L. I'i .. I ; i, ,-;- ,;" i III- - 8/ - D w CARE3ELL K181316-12425) 'ORCHARD 9 :412+00 " •• w „ w 0 2) 3 EX. 24"' St TO BE AtrAD,ONED '9 t^: /7) 9 00 t11 8 8.) 9 il3+00w w D 22 w 58 0 10 20 40 MEI 13 .3 , I 1 , ..; ' • !I 1; :._._: , ; ' ; • ! , , , • , - - , • ' ,- i '• • !"11 I . , . .!. i -' I , ._! 1_1 1 : ! ; ,_ ! ,._ . ' I•-"1-.' 7 ' I ; ';; ,. , • • Ilt . II • i I ' I• 7- I- ••••tI•11 1.1, .11 • , l• I • . 1! ,l--1-7 • '' t Ht I I•1 F 'E t 7. ,-; , i .. -. .-- I •I 'I • 1.1, - II I I• 11 •• 1 1 1-72i, jj It T.;; ; ;_777,_ • 111•It • i I 7 'I' •••••••'' ` ' ' -- '• ' " • ' , •••:-H-- : , --F, , --.•: , ' : !_f--' , I , , ' ; i I ' '---• , , • - , ' - I •••- : I .1 • •; ':111' ; , I i .1 • :1, : •- :t 1":: ": ' , L , • ,• :,•-i• "E ••••• 1,;I••„_•I ,!„ El!, i .11 , ,, ,i„ , , ,, • , , ,, i! ,I,!..,;. •,.; ,,,,,i w.,iii I 11,.'"ii ,,, , ,, •, , , '-"• ,, • 1, ,:1,,- • , 1 1 ' , r t- '' It -r-• Ii ; I I II; ; r; 1 ;;; -,,7: ."-I-1 7';•'.1 ! ", j ; ' I ._„1:_i ,'11:i :,: •''I! •." 1 •• :, .1, ._! ; i'•'!;!' •";;,97'. ! f ! • , 1.; • " • ' • !I • • 11 I E(STlNG SU8GE TOWER , • I -t I t'; ' I •' t'" :• , ;; i• .:1 . . , 1.Et'T ; • . t1 7S. • / , 111 111 • •-'7' • • ..11 • I I-• 1 11 L1 ..•t; t 11,11, !.! ;;I 1 I 7 •/, • ; 7 '1;11- • 7 1"11 171,, .1 I.•3.1 ! ! 171••7 • ; EI i••:' • " •"" • !i . •-,.• .; • ; ; ;• ••-• " • • I ;;''' II; • I •,- ! L1375 ; -1 • • '.:11 ;I 1' ; 1370 • • I ! • il•-• I ! •- • I-7; "!: ';• '1•'• ;II '!;I; • i•tf !,_•.i, 1. • .11,i i• • I_1, : .1. I: E.,'"- 1. '11 ;•• • •,_•,' ‘, • • " • , ,• ';"; •i-- ••• ••! •- 1365 , , • .r1 I j r I • ri , T; !",:: • ••- .,.' AT PIPE cENTERLINE EXISTING GROUND r 1.;i • • • •-• • ; • ! • • •_, _! .! r• ; •'!' • •- - • - - •• 1,• ; 1 • ; ; ; t i;' • 11; I : , • 1:'• • o. ; ••••'1. ; II ; t• 1'1 1' 't •. 1, j HI;;I:HI: III;'11:1;;I',;11,i'l;r,'1111;';;;;',1;, ;1 ' t!1;: ',7 ; • '• • i•.; • •• •11,' „11 • l• ;1, ; • 1.1 • ll'•1 1,1 • It • • • r•I I! '1H:11! .11- '1 I IH I • 11336505 ri; I • f' '17-7-7-77•i-•-ILl'• •.I • ,' ,-Lri • •,i. ;, '1T LI h • Li ; ; • , , ; ILI I • t ' ; 1 • , , • „ 1 , ' • 1 • ' ! 1, ' ' 1 11 i ; I • „ • "I 1 I ';',1111 , .'•-•:; , • ' , ;•1 I !III , ; -; ; :: ' '1 I :1-:. 1:1: :, . :it I, • '; I11,1 : , ; , , . • :,,iI, , 1;1 ,; ,-;;;;„ ',7•1;i•'1 11 •• ••• •I," 1•-•,; 1,-;1,•• ', ';•'•; ' ;'•; ""5' CONC: IDLUd, .1 : , , 1 , , , : -1,1 I, , I , I ! i• .! " !, i , ; 1; ;;;: -Ir ;; ;;11 1 I I 11•1•1; .11 I II II. ; • li,I• 1 I ; 1"/ 7,!7,1 t•t I I 1350 1' I ' I - • - " i , -`4 , •_:,i; ! , I- •1 ; ' 1, I ' , ., •, i• -•Iii I:;-; ';-; '-;';-;:;; '' tIl II- I• 'IR; ;;-• I- • , ' • ': • '' 1: i'• l• •' 1 ; .. • -• ; t';'-'1 -1!-H: ' --: • • ,;_, IF 1 -1 •1 li i ,i 1 ,,,II I I :11 ii : IL' I! 1•'•,• I ,, f; ! :- ,,• ::;;_ ; ! LE' •; • I • ' :' ,' ; . : ! 1 i !•• ' • •!! !!',1:. • " " ti • - • ' ; I I !- I I-1 • , ; ; .. -•• •.•• 111-• 11•-• 11 j_177 LL•;_l Jj•,, 1 7I 71.7 I •,, LJ • 1-inibregtse, Lotman Associates, Inc. Atk. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue .:•Yakimo, WA 98902 (509) 966-7000 + FAX (509) 965-3800 I•H 10+00 11+00 1188,805 MEd. 17, 7008 !• t. "11 • ;:111' .1 .,11i1, 1:."• • • '1•1 • • ! ..ABANDON EXISTING 2•4r STEEL WATERMA N • •-I It, :'; , 1 I 11 •Ljli ..,__H •I; 1;::!1'1•,;•1.• • _ I'l!'; l'; • !.;•F .06r9T.14 PIPE 15 APPROXIMATE 1 , , , • a 1 I ;- 1.11' I I CLj 12+00 13+00 I.,• 14.!; 11 !Iiii'• . •1•,•!, •-,- ; 11 7; ;• 11 II• . .. I 1350 " Li'1L 5-L5 L,_11 14+00 JOB NUMBER: DATE. 060288 11-12-07 FILE NAMES. DRAWING. SHEETS.dwg PLAN: 06028B.dwg PROFILE. RCPRE010.dwg CITY OF YAKIMA LEVEL 2 - DOMESTIC WATER SYSTEM IMPROVEMENTS REVISION DATE DESIGNED 8Y - ENTERED BY• GWS AJH STA. 10+00 TO 13+50 PLAN AND PROFILE SHEET 9 OF 16 el 0 0 0 ___ NOTES cn z o o w 0 EXPOSE EXISTING STEEL WATERMAIN CUT TOP OF PIPE AND m CONSTRUCT CONCRETE PLUG 0 10 20 40 }';' ,-, -----._1,- + cn rn I- O 4+00 OI'IIS, ORCHARD = .:0 - ham^ =:1< EX. 24" STL TO BE ABANDONED - - 5+00'.' _- - - '� : -Se-+_00.='w''- w _ �7g w�=�a - LI o ILI . w. 136 _y'' - w W _ w :w v!' - ” w , - - - - - - _ W 1 Mr _ ,y: r __ -D (n W Z J U h < .. � � v Ge , O W (y) v� W i } 1— 0" D 0 D D D D D D D D D D D J, D D. D 1---• Iii c„, 7 f MELHORN (181309-43404) w z J F- Q - ,- - ! I i; j ( t ._. 1365 1365 - - i i II !-t - ' 1 - - - ` . _ 1- __ II 1 . _ _ _ ..EX)STING"GROUNDtNE TPtP�_CENTEI Al_L �_ 1 - i - - _ - — '- T _ • _, - - - -- 1360 1360 — i f — _ - _ --- __ - I I f _� 11 ——�_ ---+ 1355 1355 '-- -- I .. - - - -. I - . 5• CONC. PLUG- - i - - --' '- - - - i - I - - _ - -- - - - - -- - -� - -- _.- -' -- - . .. i % { I !- ! i - - f t. � , I _ I - -- - - - - - — - - 1350 1350 -- - i i 1 I -- I ? i - — — - - - - 1345 I ! - - - - - - -* ABANDON EXISTING' 24" STEL WATERMAIN ' t ' ' - i "" " " 1345 - - - ' - - - - - . - * DEPTH. OF PIPE_ 15. APPROXIMATE_ t ! - _._. -- - _ - .- _ - - ' - _ - _ . - -_. - -• 1340 1340 t { . 1335_ •--- — 1335 -- - - 14+00 15+00 16+00 17+00 18+00 19+00 • Hulbregtse, Lowman Associates, Inc. .dg, W' SOG w°`°� Y'"lr �� ,y I� ev $ 3 Ol11460 . �Ar \\\ S'/O!NAL E�' \\ !EXPIRES 1110.4. 87, 2008 1 /� . ) \ '‘.)/\ JOB NUMBER: D6028B DATE. „ ,2 D7 CITY OF YAK LEVEL 2 - DOMESTIC WATER IMPROVEMENTS I MA SYSTEM SHEET 10 OF OLE NAMES. DRAWING. SHEETS.dwg PLAN: 06028B.dw PROFILE. RCPRF010.dwg CIVIL ENGINEERING •LAND SURVEYING •PLANNING 801 North 39th Avenue :•Yakima, WA 98902 DESIGNED BY- GWS ENTERED BY. AJH STA. 13+50 TO 19+00 PLAN AND PROFILE 16 (509) 966-7000 •: FAX (509) 965-3800 REVISION DATE STA. 19+00 NOTES O REMOVE EXISTING AIR RELEASE VALVE ASSEMBLY AND CONSTRUCT 5' CONCRETE PLUG IN EXISTING 24" STEEL WATERMAIN. H w w In MATCHLINE o+oo\ w _ \\ D STA. 23+00 MELHORN 181309-43404) MATCHLINE 1350 -j 1I 1 r j_ { r�_ i� `---- - - --- -- - - - f 1 - - I - - 1 -- - I r. - '- - -- - --- - - - 1 1 I f -- - - - -- I -- I - -- - _ - --- - - - .._- 1 `-' - _ j \ f ..ABA SMA _ N _- IS - __ - --- """" -- - - . - i - - -- 1 - - - - - -- - - - - EXISTING ---- - -- -- - ---- __. GROUND - - - - - I, - - -_---- - -_.'. : - - --' 1315 1310 1305 1300 1345 -' - - - - -I - - '_24-STEELNWATER A2PRiXIMATE— I1 '-DEPTH OF PIPE \ K - - -- 1- 1340 1340 .'. ` --- - -- - i -EXISTING AT PIPE GROUND_ CENTERLINE --' - I - - - - I 1 - 1 - ` -- 1 -- _ - \ - j EXISTING SE - ALVE ". - -- --' _ - I '--� _ - - ! - { - _ 1335 1330 1 : - � _ _ f - ! * EXISTING 24" STEEL WATERMAIN- ; I -" - -- �- I- -- .; : -' _ -- .-; `295 -CENTERLINE AT PIPE - ---' ' --- 1 1325 ABANDON *DEPTH -OF PIPE -IS' APPROXIMATE--_ _ j I - - I -- I _ _ _ __ - - - - - -- - - - - - 1290 1320 - : i � f I � i. _ 1 1 I : _ t 1285 , _ _ I I I 1 I j 19+00 Huibregtse, Louman Associates, Inc. • • CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue • :•Yakima, WA 98902 (509) 966-7000•:• FAX (509) 965-3800 20+00 -- ----21+00-- JOB NUMBER: 06028B DATE. 11-12-07 FILE NAMES. DRAWING. SHEETS.dwg PLAN: 060288.dwg PROFILE. RCPRF010.dwg 10 20 40 CITY OF YAKIMA LEVEL 2 - DOMESTIC WATER SYSTEM IMPROVEMENTS REVISION DATE DESIGNED BY. GWS ENTERED BY. AJH STA. 19+00 TO 23+00 PLAN AND PROFILE SHEET 11 OF 16 0 10 20 40 N i: >.' , _. Q. NOTES Q In .,.-.. ! _ / J�V O REMOVE V2, 24" X 6" TAPPING SLEEVE AND SALVAGE TO CITY WATER DEPARTMENT REMOVE 6" CONNECTION PIPE TO EXISTING 18" DRAIN LINE. PROVIDE AND INSTALL 6" BLIND // �V :-- / FLANGE ON DRAIN TEE. o N REMOVE AND DISPOSE OF 10' SECTION OF EXISTING 24" �� .. / STEEL WATERMAIN FROM UNDER ROAD DITCH AREA. PLUG �� ¢ I h O vl : O to O ,n ,.O ryh <1.. > "� 10,' ph: ." '. 200 1195 �1...'.' ��1$ /� $ '�', / V _ lr,�' l' iJ- N N N N N N "�" 1� 1ti 1ti / 1 i./ a; ; ;,^ o ENDS WITH CONCRETE (5' MIN.)- Lu /: o paw iZS oo" ;' ' / 6;.e / / r.,;..'-: '„r "a O3 REMOVE EXISTING 18" D.L, AND INSTALL 18" MJ PLUG ON Ld cn 1+00" w w w w ,too. w EX:' 4 S TOB ABANDONED EXISTING 18" MJ BF VALVE. 0 o 0 0 o, o, " o'", ' o,! {,-:= � REPAIR ASPHALT PAVEMENT PER DETAIL. W 0 0 0 0 0 ;_f;. j / / / ' 7 ,o.N- oPII II " SQUIRE INGHAM CO /�'�+/ SQUIRE INGHAM CO. = , 181309 41006 i-<-:;,(181309 Q (181309- 41 006) r w¢ _....T r V I I, I`:is{I �:- !tiil1 I r! - !I_.11 II _r1 i - •I I, 11 -!- .. _:_uttl ;I; a• ,r 11 ' � JI i \ _al 1 I : Y li :QQ: - i '11 I' 'li 1: - i. - � 'i� -' 1 i}' is i iii 1' li itll_ -Tr; }j! ill jl. III I� i .I, ii I.: I•'i 1 li -,II i! _It I , IIt it it I' iii 'I. I tl I11 t 'I 1 - _ -I !f , it -I' �t ti 1' :1 Ilii! '_I'i; ii il' ,I ! II rr i t I I 11 I-! "i it 1 - i Iti! _ .r ! -1. I _ it '}' ii i' III .i - - - i! II -tl ,I} 'ii ill !1� I.I !II 'i_ t, 1.!i .. I is Illi it iIl 1, i , I-- - ,,(I� _ , li i it -I itl tl i11: il, I 11 11.11 1 !L it i� II i ii �- I is I 11 li I' - I 1 } i 1 i I t i t1215 i _- 1 ! :I i li I li I r, 1 I: - - I II !!: t tl - - ,1� 1 't - rl: lir 1� 'ii i fii ! }1' I. I iii i I iii i � � TI 1 i� ii' �- ' f�Il t. i! 1: I rt II 1; I I r 1265 : � - i' t I I I - :- ii. t .. — : ' 1'i �I - 1�— - t ,I' ' i 1_;t i ' ir'_ i\ I IJ_'� i-. - -1 - - - is � 1! 71 '1 +i I - - - 1':i' '•I i t i I I S !I !! -_ ' '1' i 1: li ii t-jj;..it I- jj ii I_ II it ,I - i'i 1 I1 is - '1 fll: II Ilii - - .i 'I' i t .1 i I I i j i _ ti l' - - j Ii II i�! `i _ t -li i i 1 I, i t 1� !! I! I i1��1 ii �I! ' 1 r I! I I ii !!I - i I r I It .:' .! Il _ ,j_�. i : I I _ I l i l i' it it If iJl� 1 fj :I� -j i 1 -1' I I - 1 ` IJ i, 4 1I _ lil' { ;HO I -I t- - jJ' SII i 1 ! li II:I I, -' - - - t �I - 1� :, I I 1 - ' I � rll I' __ - I ii ill 1 1!' It I I 'tt t - .�I I, - �I Irl !.I 1 ! I. !! i 1 - t I - 1.- i. _ I �I I _ ii I i t Ir ti I Ii ii 1 !I I- 1210 !1 L I t I jli II ifr !! .I- :I ' :t -i i - - �-If - I' t if 'I; tt 1 - i i ii:�� r, it 't 'i -III I l� I —� --1.- -i I'. - .. _ 1260.I' tL � I� ! - 11 t ti t_ .7 1' i; �' - l 1, ,i Iti' i'.I! ,; 1 11 I I '-I 1 .t: _ ,\`i� ill - ,1 ,:f'i 11 I 1 - i� {' I. .1 - Illi `` 'Il - `l Ii� ;( II I, I ti !I. ,,t i} I lid I' .li ,1':};i i1i _ , I, iii !i i I ' 1 1 i, li ill _ - I ii i ii I ( �i ii - _ ii i. "I I' I -ii - - �I i li _ ii: i 'i ,l - i _I ! 1 f i - i. !: I 1 i I i it I , - 11 i! i it ii - I' I I I '1 i 77 I I !! 'i 1 I ! i' ;+ I Ii 1 t I' - ._ _ I __ Lt - iii ! t ,IIi li I il! II !I' !-iilil I IIII - - L _ l - it '1 I , - I !i i it I i I1 I li 1 L I,I it IIi !. lii ' 1 11 i(. - II II l! 1 I - I' 1 it - 1 �l: I : . -- t - ll. i Ilt i' II I' 1!r - I . 1 - .1 I 1 iil 1 I li il; :I '! - I - i , { �i! ii 1 .l! - i1' III - II ii- III i it 1 i; I II ii I - iLI I 1!. 4 11 :11 !i{ 1. II i I L- it I - - I i 1 1 I i - _ i' t t J. I 1 fI ,t II.1 i. 1 i! i ... I I 1 - 1205 125 5 .. I '1: I I . I II I.! !11 IJ` t i is } , ,i' 'I I' i l �E�XiS nN� IiouND' !a iri i !i - �' I t i � -r-' 1. _ II I I 1! .I tIl 11 I I - I 1 I -I 11 � _ ' - li H II�(I t !1, - - :111 t I i ! t 1 tll tl .T� - '!' i, � I !i T. I T f _ I- -�. I I ll - 1 i� it _ - �! - - i!�:tt !. t� - - ii II1 , 1:' - �! L: ' I � '-t I !' - 'I' •i' i 't� ... 1 t - s Ii .!; IP �A T PIPE 11 i� ! I I - I, CENTERI f 'lII 1. : r: N E - !i _ I� i i 11 Ir i `t' it - _ i11 j lii iii -i Ii -t i li 11 - } !I I `i :. -- 1 i- - !t ' li \ � I i�� - �1� :I 'III i I- } - i - I 11 �I- I 1 li I i I i I I �IC' 1 I 1 'l ! II Il :I is _ ti il 'I l _Ir - �'I i' VI l 1' - L hill •Tl !It I !i I - I , 'I 1 ; _ I� - .i! i li!1 i!, I' f' - t . 1: II li - - '! ftl �il 1 - ij _ _ I li _ t I LL. I 1 i 'r i -- I - r iii !IIi it !!; I 1 i1 - _ 1, 1' Ii - t'1' I r I� i I. I I -I i I I. 1 � _I . I' I Ili rt I t !-! -- - I - - lili I it i;; li . ii 11 i i! t __ 11 _ I 1 If - i 1: _ 1 I I li - lI I i - _ _ 1 l I. _ I ! ! l li 1 --.I 11 1" I I --- 1200 - �i!--i. I' li Ili ,'-JJ' -- �r t- 1 EX} N *24" 1 1I i , 't' iii __ IIi ili � ill i' it!i I t I —r I i 1 I1 1250 (_. }! ' ;I - ' ,;i i1 , `j: t '1 ,1 1 � • iI - i :1: !il i= - !I: 11' I lir' : it �rtt_'_. `i; '1 ;�.. T RMA !S TEEL WA E i it .i i T ii �hH1 OF PPR XMA 'T£ 'IS'A 0 t II 'ilii: i !tt i t ,i ! 1 �I 1 i�' i' i TT. ii - �\ '1 '! 'i � !-3 I I ii II 'fi'lt I t ' {' ,1. i il, rl: I !i—' EI i - t' 'i ii i ;! 'i � I I Il 1� I 1 'I' ' , 111 - I i �i it ii I , II' 1 � 1 t I. it { ti` I' I' II it i. ii li 1 + I. - it 1 i1i -�1 It �iT: i; li ii -i 1 I' TI ii ii rl l i I i I li it i- II: .i' I 1 - I I II III'' li 1195 i - L `i= ! it ;i I: IIi i 1 II 1, L i! il Trl T L II I I 1 45 tl 2 L I! , t il�' i I 11 I I.t ii I 1 ;. •; 1 ,,. 'I. I 1! "_ ii 'iii ri. : I .l. } . I '!, ! ,i i' �}-, '1' II !-L I 1 III. ,' ' I ' i � I. r !i,l Ii li ,1 �, t1 i' I- E t' . 1 :! i _ GROtiND' .EXISTING �C NTE NE Y� PE RL A 1 E P I I �' i. II ;'ii '!ii;i!` �I 1' 1 - LI �''REMOV �I .i - ! 1 it i I"i - - r'. ' t' - t i ;i II 1} i t.. 'r EXIS�NG;24"r STEfL 11 III - i' - 1 it + I r ii'.i i' !1 t' I i I . - 1 I ,1 I i ! 1� I I- ,i III: il! rl � I I !i t iI! I I! I t .1 1 1 II - I. - I I r. - I I L I 1. -fi j , 1190 i . - . 12 40 - } - � i . - I' �1 'Il : I r i ter, �i i i� ' - BROAD-Dti7GHi� 'MAIN' BELOW. iii i I' li -1 i .iYC L � i { I' !_1 i� - - J r I 4. I , t 1 _ ! _ i i • .. - .. i 1 , r i..I ' 1 It ' - -- ,I !II I - _ !! I' : :1 t. I I. 1 1 i' ! 'I: I , ! J i 1I '1, _- I , 1 l 1 : i_I II. i� 1 -j I. \t ;l- ill l j l 1 !I �{ r! ;• 'PLU'G�END LI . it II • 17 0,,, DNCRETE I i _ I it ti I I 1 1 2 i , i -" t : i i . ! r „1 I' .I �le _I' I f i it. I -II l i ! - III j t I I _ t - -1 -_II_ r ! ''-+ _ t' 1.1 I };' 1 I i I , t -- li i - �} l i _t�.} 1 •, _- 1 _ } _ I i! 1185 1 ,_ : ! } i' } i t f 1' I �i 1 I -t- ' `` N m ; i' I { -- rl{ I } 1 1235 � 1 - 1 '- . _; . - ,i _. ' : _ i !_. :_..:- i I _ _... ._- - - I I ! i! II; - 'I j s_ . r I' :! i "I! i! t ; T i) ;i`t j, it .. t 1- I .'i 1� +o. m i N - 4 r /n I �,� i 3"4. O II' l! a , j�i ' 1 , i : I I 11! li-' 1 -r' jt Ili !1 I1 __I 1 ' , _ - , ., L r I 1 1 1 + t i 1! .I.I I +1 -.- 1180 12301 ....-. .. _ •-. - - - _. {. 1 -" - _ i.!It 1 \ t - - _ - I't .: :- ..;.,: - i+, - I1 '1 1: -DEPTH--OF.PIPEII: _ - 1 it {T i+ABNDONtEtXIS11NG!24"' i _ . , . 1 - t S L'WAT£RMAIN -1 I . i - - T££1 .. _ I .r ii " f 11 ..!. _.I is PROXIMATE I !. - - - - -. __ _ , 1 j t i r 11' h_ _ " •� .-i %- i ---1---I - _ i. .- j 'I -i ! 1 _ _ 1-7------g-Ll'. ! t• 1 -{ ! ilEi ' \_ ,' - ,I t � ' I !i. 1 - 1 - IJI -1! ;) :1' it I•t i i 1 . lit' Itlt i i i . ! I 1 !t! 1 ii li - ; .- -- -_I-I_I - , r -- 1 . i I -i' is ii- --i �- 1175 1225 ,- ,. i'i' — , �-XISTING I' ' - i "i .1, ... , � � .- ._. - , - - , • : ' ' ..-. .._. ....-_i .. _ ._. 1 : .I; __ I --' . .-I - : - -- :: t ! ! -: _ ._: . _ .. - , - _.. - - - - ' -' ` -- ` * } - - - - Iii ' t -- i ' . . • I _ . ; � I-. I:t '! '- - lit 1 i 11 - E RESTRAINTI ti !GONCRETEt ' I - - - TO -REMAIN i I ii__ :.. '-i -- j I _ __ 1 1 f" 1 (' 1_i Itllll i'iill I' 1 (1i L`, l i _ - i i -i I i ' I i� 1 :_i I _ ,III 1,1111 ,-'1' -- : i i f-!-'- - - - - - 1 ; 1 I I : I 1 - _ � ! ' ri i ii it '1'iti' - -_ t -i l rl' ..i,l` -- -- . , i ' 1 !: -- ' '- 1 ii - - -- - r' ! _ - - -1 � ; { ,_ I - i• - � _1 - t ' - t ' : t , i_ — 23+00 24+00 25+00 26+00 27+00 } Huibregtse, Louman Associates, Inc. ��� k' �' ` ., �� p, f' �� v ,� � �= kZ -6 .; �'•cis,. ,,, �cn A. 'SS/ONALE �1 IEIPIRES m°.a ra, 2008 I ` f� � 1 JOB NUMBER: 060288 DATE: 11-12-07 CITY OF YA K LEVEL 2 - DOMESTIC WATER IMPROVEMENTS I M A SYSTEM SHEET 12 OF FILE NAMES. DRAWING. SHEETS.dwg PLAN: 06028B.dwg PROFILE. RCPRF010.dw g CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue t•Yakima, WA 98902 DESIGNED 8Y GWS ENTERED 8Y' AJH STA. 23+00 TO E.O.P. PLAN AND PROFILE 16 (509) 966-7000* FAX (509) 965-3800 REVISION DATE EARTH SIDE VARIES WATER SIDE 0 ° 0 NOTES EXIST CONC. WALL NEW PIPE, 16—INCH D.I. CUT HOLE IN EXISTING CONCRETE WALL WITH HOLE SAW VERIFY HOLE DIAMETER REQUIRED PRIOR TO CUTTING. INSTALL "LINK—SEAL" MODEL LS -360—C-30, PER MFG. RECOMMENDATIONS N5 INSTALL FOAM BACKER ROD ELEV 1362.50' CONCRETE RESERVOIR PIPE PENETRATION DETAIL ONOT TO SCALE NO EQUIPMENT OVER RESERVOIR VALVE BOX W/ CONC. COLLAR VALVE OPERATING NUT EXTENSION 16" BUTTERFLY VALVE TO LEVEL 3 PUMP STATION NEW 16" D.I. WATERMAIN O NEW RESERVOIR No. 2 PENETRATION SCALE 1" = 5' GROUT REMAINING PENETRATION AROUND PIPE, WITH NON—SHRINK GROUT EXTEND PIPE INTO TANK MINIMUM 3'-0" CONCRETE THRUST BLOCKING RESTRAINED FLANGE 1/8" STEEL RERAINER RING TO MATCH FLANGE 16" FLG W/ 18 GA. 1/4" S.S. MESH SCREEN EXPANDING WATER STOP SEALS AND NON—SHRINK GROUT Q EXIST 24" STEEL RESERVOIR WALL REMOVE VALVE AND "Y" FITTING. INSTALL 24" BLIND FLANGE OR WELD 3/4" STEEL PLATE TO PIPE FLANGE. PAINT STEEL WITH TWO COATS EPDXY SUITABLE FOR POTABLE USES. O RESERVOIR NO. 2 - NORTH SUPPLY LINE ABANDONMENT NOT TO SCALE * REMOVE OPERATING NUT EXTENSION & WHEEL FROM TOP OF RESERVOIR AND PLUG OPENINGS W/ NON—SHRINK GROUT Huibregtse, Louman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue 4- Yakima, WA 98902 (509) 966-7000 4• FAX (509) 965-3800 EXPIRES 9l1,,,d. 17, 8008 JOB NUMBER: 060288 DATE: 11-12-07 FILE NAMES. DRAWING. SHEETS.dwg CITY OF YAKIMA LEVEL 2 - DOMESTIC WATER SYSTEM IMPROVEMENTS - PHASE 2 REVISION DATE DESIGNED BY. ENTERED BY - GWS AJH RESERVOIR 2 — SUPPLY LINE REPLACEMENT SHEET 13 OF 16 ABANDONED EXISTING 24" STEEL WATERMAIN. PLUG END WITH CONCRETE (5' MIN.) 16" MJ 22-1/2' D.I. ELBOW, 16" MJ 11-1/4' D.I ELBOW, AND BLOCKING. 1 e= 0 Lu ti 0 COMBINATION AIR VALVE ASSEMBLY NEW 24" x 16" MJ X FLG REDUCER — CONNECT TO EXISTING 24" STEEL PIPE W/ 24" O.D X 24" D.I. TRANSITION COUPLING. POTHOLE TO VERIFY O.D PRIOR TO CONNECTION. EXISTING 24" STEEL PIPE EXISTING GENERATOR LEVEL 3 PUMP STATION O 16" WATER MAIN CONNECTION AT PUMP HOUSE 2 NOT TO SCALE Huibregtse, Lowman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue 4 -Yakima, WA 98902 (509) 966-7000 4- FAX (509) 965-3800 IE%FIRES W4., f. IT 2008 16,7,6'24 z, ♦. A O S '. O�F�9ti TFF •••��. SOG,9T !y9> .... SF F� �'♦ (TO PLUG END OF PIPE WITH CONCRETE (5' MIN.) CLEAR & GRUB TREES AROUND TOWER. 43, DEMOLISH AND DISPOSE OF EX. CONC. SURGE TOWER, CONNECTING LINES, MANHOLE AND VALVES. W E PLUG END OF PIPE WITH CONCRETE (5' MIN.) I �'♦. EX. 18" STL. I ' / /o TO PROTECT & PRESERVE �. EXISTING 4" DRAIN PUMP STATION PLUG END OF PIPE WITH CONCRETE (5' MIN.) O SURGE TOWER ABANDONMENT AND REMOVAL NOT TO SCALE / JOB NUMBER: 06028B DATE. 11-12-07 FILE NAMES. DRAWING. SHEETS.dwg CITY OF YAKIMA LEVEL 2 - DOMESTIC WATER SYSTEM IMPROVEMENTS - PHASE 2 REVISION DATE DESIGNED BY GWS ENTERED BY• AJH SURGE TOWER REPLACEMENT SHEET 14 OF 16 14" — 1/4" STEEL—POWER COATED — WELD ALL SEAMS — 1 1/2" x 5/8" STAINLESS STEEL STRAP HANGER AT CORNERS 12" DIAM x 6" NIPPLE O OVERFLOW INLET MATCH EXISTING TOP ELEVATION 12" 20" DIAM COLUMN OVERFLOW PIPE 16.5' C. TO C. TYPICAL PLAN RECONNECT VALVE ROD SUPPORT 3/8" DIAM. S.S. ROD OR CABLE SUPPORTS. 1 1/2"x1/8" S.S. STRAP CLAMPING BANDS. S.S. TURNBUCKLES ////////// \<///////////// * FIELD VERIFY ELEVATION ® RESERVOIR NO. 1 - OVERFLOW STANDPIPE REPLACEMENT NOT TO SCALE // ////////////////////////////////////l/% 1/2"X3" CONC. S.S. ANCHOR BOLTS O BRACE 19' MATCH EXISTING TOP ELEVATION 8" MIN 12" STL. PIPE / // moi 18" WASTE PIPE O O O // REMOVE EXISTING STEEL OVERFLOW INLET FABRICATE NEW INLET TO O CONNECT TO NEW 12" PVC STANDPIPE WITH APPROVED COUPLING. SAWCUT NEAR BOTTOM OF EXIST STEEL STANDPIPE, INSTALL NEW 12" PVC (C-900) STANDPIPE. CONNECT WITH APPROVED COUPLING. FABRICATE AND INSTALL STAINLESS STEEL BRACES AT 1/3 POINTS WHERE SHOWN. O RESERVOIR NO. 2 - OVERFLOW STANDPIPE REPLACEMENT NOT TO SCALE Huibregtse, Louman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue •: Yakima, WA 98902 (509) 966-7000 FAX (509) 965-3800 EXPIRES 7/6d. 17, 2008 JOB NUMBER: 06028B DATE. 11-12-07 FILE NAMES. DRAWING. SHEETS.dwg CITY OF YAKIMA LEVEL 2 - DOMESTIC WATER SYSTEM IMPROVEMENTS - PHASE 2 REVISION DATE DESIGNED BY. ENTERED BY. GWS AJH OVERFLOW STANDPIPE REPLACEMENT SHEET 15 OF 16 BRICK M.H. 24" r M.H. ACCESS'S TO PIPE ENTRANCE PORT M.H. ACCESS BRICK M.H. 24" G.V WITH VALVE BOX CONCRETE STANDPIPE STRUCTURE CONC. WALK PLATFORM EXTERIOR ACCESS LADDER SPACE BETWEEN CONC. & STL. CONCRETE INTERIOR STEEL STANDPIPE INTERIOR SPACE BETWEEN CONC. AND STL. 24" TO PUMP STATION LADDER TO BELOW STEEL STANDPIPE INSIDE CONCRETE STANDPIPE 111-111-111-111-111=111=1 ,7011=11 i1='—"E _I I1=111= -171;1 ACCESS PLATFORM STEEL DOOR HANDRAIL ACCESS PLATFORM j EXTERIOR ACCESS LADDER 1 I I—III-1I L—III—III-411= I I1—III="—"'—�I_I I I-11, 1-Ttt= Hulbregtse, Lowman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue :•Yakima, WA 98902 (509) 966-7000 FAX (509) 965-3800 EXPIRES 976.d 17. L 008 JOB NUMBER: DATE. 060288 11-12-07 FILE NAMES. DRAWING. SHEETS.dwg DRAWING. 06028B.dwg CITY OF YAKIMA LEVEL 2 - DOMESTIC WATER SYSTEM IMPROVEMENTS - PHASE 2 REVISION DATE DESIGNED BY GWS ENTERED BY• AJH EXISTING SURGE TOWER SHEET 16 OF 16 CITY OF YAKIMA LEVEL 2 DOMESTIC WATER SYSTEM IMPROVEMENTS - PHASE 3 OVERFLOW RELOCATION — RESERVOIR 1 City Project No. WA2096 HLA Project No. 06028C ORIGINAL - CITY O1= YAKIMA Construction Contract Specifications & Bid Documents 2301 Fruitvale Boulevard JANUARY 2009 Phone (509) 575-6020 Yakima, WA 98902 Fax (509) 575-6238 CITY OF YAKIMA, WASHINGTON CONTRACT DOCUMENTS FOR LEVEL 2 DOMESTIC WATER SYSTEM IMPROVEMENTS -PHASE 3 OVERFLOW RELOCATION - RESERVOIR NO.1 CITY OF YAKIMA PROJECT NO. WA2096 - PHASE 3 OWNER: City of Yakima 2301 Fruitvale Blvd. Yakima, WA 98902 HLA PROJECT NO. 06028C ENGINEER: Huibregtse, Louman Associates, Inc. 801 North 39th Avenue Yakima, WA 98902 January 2009 G:\PROJECTS\2006\060288\060288 PHASE 3 OVERFLOW SPECS.doc CITY OF YAKIMA YAKIMA COUNTY, WASHINGTON CONTRACT DOCUMENTS FOR LEVEL 2 DOMESTIC WATER SYSTEM IMPROVEMENTS - PHASE 3 CITY OF YAKIMA PROJECT NO. WA2096 — PHASE 3 HLA Project No 06028C TABLE OF CONTENTS PAGE NO. SECTION 1 - INFORMATION FOR BIDDERS. 1-1 INFORMATION FOR BIDDERS ..... .. 1-2 SECTION 2 - BID PACKAGE ... ........ . 2-1 BIDDER'S CHECKLIST 2-2 BID PROPOSAL.. ... ... ..... ..... 2-3 UNIT PRICE BID PROPOSAL .. 2-4 BID PROPOSAL SIGNATURE PAGE. . . 2-5 BID DEPOSIT ....2-6 BID BOND ... .. ........... 2-6 NON -COLLUSION AFFIDAVIT...... 2-7 NONDISCRIMINATION PROVISION 2-8 SUBCONTRACTOR LIST . ..2-9 BIDDER'S DATA FORM ....... ... ..2-12 CITY OF YAKIMA WMBE POLICY..... 2-13 RESOLUTION NO. D-4816. .2-14 CITY OF YAKIMA AFFIRMATIVE ACTION PLAN... . ....2-15 BIDDER'S CERTIFICATION 2-17 SUBCONTRACTOR'S CERTIFICATION .2-18 PROPOSAL 2-21 SECTION 3 - CONTRACT AND RELATED MATERIALS 3-1 CONTRACT 3-2 CONTRACT BOND 3-4 SCHEDULE OF WORKING HOURS 3-6 SECTION 4 - LABOR STANDARDS AND WAGE RATE CONDITIONS 4-1 PREVAILING WAGE RATES 4-2 DLI (YAKIMA COUNTY) EFFECTIVE 8-31-07 BENEFIT KEY CODE EFFECTIVE 8-31-07 SECTION 5 - TECHNICAL SPECIFICATIONS. 5-1 TABLE OF CONTENTS .... .. .. 5-2 SPECIAL PROVISIONS ... . ......... .... ........... ... 5-3 AMENDMENTS G:\PROJECTS\2006\060288\060288 PHASE 3 OVERFLOW SPECS.doc ADDENDUM NO. 1 To the Contract Provisions for CITY OF YAKIMA, WASHINGTON LEVEL 2 DOMESTIC WATER SYSTEM IMPROVEMENTS – PHASE 3 HLA Project No. 06028C BID OPENING: January 30, 2009 2:00 p.m. To the attention of all bidders for the above project: The following additions, revisions, and/or modifications are made to the Contract Documents, Plans, and Specifications for this project: ITEM 1 – INFORMATION FOR BIDDERS Change the first paragraph to read: BIDS will be received by the City of Yakima, Washington (herein called the "OWNER"), at the office of Huibregtse, Louman and Associates, Inc. at 801 North 39th Avenue, Yakima, Washington 98902, until 2:00 p.m., January 30, 2009, and then at the same location publicly opened and read aloud. This ADDENDUM is to be considered as much a part of the contract provisions as if it were in- cluded in the body of the Plans and Specifications. All Bidders shall acknowledge receipt of the ADDENDUM on the proposal form prior to bid opening. Gene'Soules, PE Huibregtse, Louman Associates, Inc. •-% 801 North 39th Avenue Yakima, WA 98902 Phone: (509) 966-7000 J G'\PROJECTS\2006\06028B\Phase3-Addendum No 1 doc 1 Date ADDENDUM NO. 1 SECTION 1 - INFORMATION FOR BIDDERS G:\PROJECTS\2006\060288\060288 PHASE 3 OVERFLOW SPECS.doc 1-1 INFORMATION FOR BIDDERS BIDS will be received by the City of Yakima, Washington (herein called the "OWNER"), at the office of Huibregtse, Louman and Associates, Inc. at 801 North 39th Avenue, Yakima, Washington 98902, until 2 00 p.m., January 30 , 2009, and then at the Yakima City Council Chambers publicly opened and read aloud Each BID must be submitted in a sealed envelope, addressed to Huibregtse, Louman and Associates, Inc. at 801 North 39th Avenue, Yakima, Washington 98902. Each sealed envelope containing a BID must be plainly marked on the outside as BID for LEVEL 2 DOMESTIC WATER SYSTEM IMPROVEMENTS - PHASE 3, and the envelope should bear on the outside the BIDDER'S name, address, and license number if applicable, and the name of the project for which the BID is submitted. If forwarded by mail, the sealed envelope containing the BID must be enclosed in another envelope addressed to the Huibregtse, Louman and Associates, Inc. at 801 North 39th Avenue, Yakima, Washington 98902. All BIDS must be made on the required BID form. All blank spaces for BID prices must be filled in, in ink or typewritten, and the BID form must be fully completed and executed when submitted. Only one copy of the BID form is required. The OWNER may waive any informalities or minor defects or reject any and all BIDS. Any BID may be withdrawn prior to the above scheduled time for the opening of BIDS or authorized postponement thereof Any BID received after the time and date specified shall not be considered No BIDDER may withdraw a BID within 60 days after the actual date of the opening thereof. Should there be reasons why the Contract cannot be awarded within the specified period, the time may be extended by mutual agreement between the OWNER and the BIDDER. BIDDERS must satisfy themselves of the accuracy of the estimated quantities in the BID SCHEDULE by examination of the site and a review of the Drawings and Specifications including ADDENDA. After BIDS have been submitted, the BIDDER shall not assert that there was a misunderstanding concerning the quantities of WORK or of the nature of the WORK to be done. The CONTRACT DOCUMENTS contain the provisions required for the construction of the PROJECT. Information obtained from an officer, agent, or employee of the OWNER or any other person shall not affect the risks or obligations assumed by the CONTRACTOR nor relieve the CONTRACTOR from fulfilling any of the conditions of the Contract. Each BID must be accompanied by a BID BOND payable to the OWNER for five percent of the total amount of the BID When the Agreement is executed, the bonds of the unsuccessful BIDDERS will be returned The BID BOND of the successful BIDDER will be retained until the CONTRACT BOND has been executed and approved, after which it will be returned. A certified check may be used in lieu of a BID BOND A CONTRACT BOND in the amount of 100 percent of the CONTRACT PRICE, with a corporate surety approved by the OWNER, will be required for the faithful performance of the Contract. Attorneys -in -fact who sign BID BONDS or CONTRACT BONDS must file with each BOND a certified and effective dated copy of their Power of Attorney. The party to whom the Contract is awarded will be required to execute the Agreement and obtain the CONTRACT BOND within ten (10) working days from the date when NOTICE OF AWARD is delivered to the BIDDER The NOTICE OF AWARD shall be accompanied by the necessary Agreement and BOND forms In case of failure of the BIDDER to execute the Agreement, the OWNER may consider the BIDDER in default, in which case the BID BOND accompanying the proposal shall become the property of the OWNER. The OWNER may make such investigations as deemed necessary to determine the ability of the BIDDER to perform the WORK, and the BIDDER shall furnish to the OWNER all such information and data for this purpose as the OWNER may request. The OWNER reserves the right to reject any BID if the evidence G:\PROJECTS\2006\06026B\06028B PHASE 3 OVERFLOW SPECS.doc 1-2 submitted by, or investigation of, such BIDDER fails to satisfy the OWNER that such BIDDER is properly qualified to carry out the obligations of the Agreement and to complete the WORK contemplated therein. A conditional or qualified BID will not be accepted Award will be made to the lowest responsive, responsible BIDDER or all bids will be rejected. All applicable laws, ordinances, and the rules and regulations of all authorities having jurisdiction over construction of the PROJECT shall apply to the Contract throughout. Each BIDDER is responsible for inspecting the site and for reading and being thoroughly familiar with the CONTRACT DOCUMENTS. The failure or omission of any BIDDER to do any of the foregoing shall in no way relieve any BIDDER from any obligation in respect to its BID. Further, the BIDDER agrees to abide by the requirement under Executive Order No. 11246, as amended, including specifically the provisions of the equal opportunity clause set forth in these Contract Documents The low BIDDER shall supply the names and addresses of major material SUPPLIERS and SUBCONTRACTORS when required to do so by the OWNER. The ENGINEER is Huibregtse, Louman Associates, Inc., represented by Gene Soules, PE. The ENGINEER'S address is 801 North 39th Avenue, Yakima, Washington 98902, phone (509) 966-7000, FAX. (509) 965-3800. G:\PROJECTS\2006\060286\060288 PHASE 3 OVERFLOW SPECS.doc 1-3 SECTION 2 - BID PACKAGE G:\PROJECTS\2006\06028B\060288 PHASE 3 OVERFLOW SPECS.doc 2-1 BIDDER'S CHECKLIST The bidder's attention is especially called to the following forms which must be executed in full and submitted with the bid. (a) Bid Proposal The unit prices bid must be shown in the space provided. Acknowledge all addenda in the space provided. (b) Bid Signature Page To be filled in and signed by the bidder (c) Bid Bond Deposit or Bid Bond Bid Bond Deposit Sign the Bid Bond Deposit in the space provided if the bid is accompanied by a certified check or cashier's check in the amount of not less than 5% of the total amount bid. OR Bid Bond This form is to be executed by the bidder and surety company. The amount of this bond shall be not less than 5% of the total amount bid and may be shown in dollars or on a percentage basis. Provide Power of Attorney for Surety's agent. (d) Non -Collusion Affidavit and Debarment Certification Must be subscribed and sworn to before a Notary Public and included with the Bid Proposal. (e) List of Subcontractors, Surety, and Bidder List all required subcontractors proposed for the project and fill in the Surety and Bidder infor- mation. (f) Bidder's Data Form This form to be completed by the bidder. (g) MBE/WBE Form It is requested that the Bidder's Certification of the "Affirmative Action Profile" in the MBE/WBE Form be filled in and signed by the bidder. Failure to provide this information WILL NOT render the bid non-responsive. The following forms are to be executed and/or submitted for approval after the Contract is awarded. (1) Contract. This Contract to be executed by the successful bidder and the City of Yakima. (2) Contract Bond to be executed by the successful bidder and his surety company. Provide Power of Attorney Certificate of Public Liability and Property Damage Insurance must be provided by the successful bidder in accordance with the provisions of the Standard Specifications and Special Provisions. (4) Statement of Intent to Pay Prevailing Wages to be completed by successful bidder and by any and all subcontractors. (5) Schedule of Working Hours to be executed by the successful bidder (3) G:\PROJECTS\2006\06028B\06028B PHASE 3 OVERFLOW SPECS.doc 2-2 City of Yakima 129 North 2"d Street Yakima, Washington 98901 BID PROPOSAL LEVEL 2 DOMESTIC WATER SYSTEM IMPROVEMENTS - PHASE 3 A Proposal of -r-re 6A457,0404( zlic(„hereinafter called "BIDDER"), organized and existing under the laws of the State of 4/4 4477t doing business as L.G. L'. '. To the CITY OF YAKIMA, Washington, (hereinafter called "OWNER"). In compliance with your Advertisement for Bids, BIDDER hereby proposes to perform all work for the construction of the LEVEL 2 DOMESTIC WATER SYSTEM IMPROVEMENTS - PHASE 3 — City Project No. WA2096 - PHASE 3, in strict accordance with the CONTRACT DOCUMENTS, within the time set forth therein, and at the prices stated below By submission of this BID, each BIDDER certifies, in the case of a joint BID each party thereto certifies as to its own organization, that this BID has been arrived at independently, without consultation, communication, or agreement as to any matter relating to this BID with any other BIDDER or with any competitor. BIDDER hereby agrees to commence work under this Contract within ten (10) calendar days after NOTICE TO PROCEED and to fully complete the PROJECT within twenty (20) working days of such NOTICE TO PROCEED: BIDDER further agrees to pay as liquidated damages the sum specified for each working day thereafter as provided in SECTION 1-08 9 of the Standard Specifications. BIDDER acknowledges apt of the following ADDENDA: Addenda will be posted on the Internet at the Engineer's website, www.hlacivil.com BIDDER agrees to perform all the work described in the CONTRACT DOCUMENTS for the following unit prices or lump sum amounts: Insert "a corporation," "a partnership," or "an individual" as applicable G:\PROJECTS\2006\060288\060286 PHASE 3 OVERFLOW SPECS.doc 2-3 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 UNIT PRICE BID PROPOSAL (NOTE: Unit prices for all items, all extensions, and total amount of bid must be shown. Any changes/corrections to the bid must be initialed by the signer of the bid, in accordance with Section 1-02.5.) CITY OF YAKIMA LEVEL 2 DOMESTIC WATER SYSTEM IMPROVEMENTS - PHASE 3 OVERFLOW RELOCATION — RESERVOIR NO.1 CITY OF YAKIMA PROJECT NO. WA2096 — PHASE 3 HLA PROJECT NO. 06028C ITEM NO. ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE AMOUNT DOLLARS -CTS DOLLARS -CTS 1 Mobilization LUMP SUM - - - - - - X X lin. 16" = 1117 1 C 2 Removal of Structures and Obstructions LUMP SUM j p 91 -sf _ /"6 91 s` 3 12 -In. D I. Water main and Fittings, In Place LF 70 X 1'63 ,sr6 = (J, 8' D . 20 4 12 -In. Butterfly Valve and Valve Box Assembly EA 1 X 2 4692.3 = 2 Gsg 27 5 Reservoir Penetration For Pipe LS - - - X / 2/1.6IS _ / iii,13 6 Air Vent Assembly In Place LS - - - X 7 Slipline 12 -In. HDPE PIPE LF 85 X /. 3 Sit _ `a 52.8 /o 8 Shoring or Extra Excavation LF 55 X = ,5. 7 8 O 9 Minor Changes FA EST X $5,000 = $5,000 SUBTOTAL 3a,, k3S. l STATE SALES TAX 8.2%- 3 t YLI . SL4 TOTAL L12 020.3L G:\PROJECTS\2006\060288\060288 PHASE 3 OVERFLOW SPECS.doc 2-4 �5 BID PROPOSAL SIGNATURE PAGE CITY OF YAKIMA, WASHINGTON LEVEL 2 DOMESTIC WATER SYSTEM IMPROVEMENTS - PHASE 3 CITY PROJECT NO WA2096 - PHASE 3 Project No. 06028C zvytS -/F4/ /ox- LL,_ BIDDER (CONTRACTOR) BY AUTHO`I/moi 0 1 IAfS IGNATURE /-ter A -a .-74 ADDRESS: (Please print or type name) /Se,74 3“— 4arf//7t4Z //27;96''o 7 E-mail address. M/K ldel 7 - re .n4,�Lo�t /-a -o DATE VP , 2009 TITLE Phone: FAX: CONTRACTOR LICENSE NUMBER NOTE. ace 9- .K5-7-39:49 4-57--z 9¢� CCCOG-*Do5KK (1) If the bidder is a co -partnership, so state, giving firm name under which business transacted. If the bidder is a corporation, this proposal must be executed by its duly authorized officials. (2) Bidders shall acknowledge receipt of all addenda, if any, in the space provided on the first page of this proposal (3) If no bid is submitted, kindly mark "NO BID" on the cover and return to: Huibregtse, Louman Associates, Inc 801 N. 39th Avenue Yakima, WA 98902 (4) Bidder shall include Bid Bond/Bid Deposit and notarized Non -Collusion Affidavit and Debarment Certification with Bid Proposal. G:\PROJECTS\2006\060286\060286 PHASE 3 OVERFLOW SPECS.doc 2-5 Bid Date 1/30/2009 Bond No Bid THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, that we TTC Construction, LLC (Here insert full name and address or legal title of Contractor) as Principal, hereinafter called the Principal, and RLI Insurance Company (Here insert full name and address or legal title of Surety) P.O. Box 3967, Peoria, Illinois 61612-3967 a corporation duly organized under the laws of the State of Illinois as Surety, hereinafter called the Surety, are held and firmly bound unto City of Yakima as Obligee, hereinafter called the (Here insert full name and address or legal title of Owner) Obligee, in the sum of Five percent of amount bid Dollars ( $5.00 ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents Level 2 Domestic Water System Improvements WHEREAS, the Principal has submitted a bid for Phase 3 - #WA2096/HLA #06028C (Here insert full name and address and description of project) NOW. THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a e Obligee in accordance with the terms of such bid, and give such bond or bonds as may be ding or Contract Documents with good and sufficient surety for the faithful performance of such prompt payment of labor and material furnished in the prosecution thereof, or in the event of cipal to enter such Contract and give such bond or bonds, if the Principal shall pay to the not to exceed the penalty hereof between the amount specified in said bid and such -larger Obligee may in good faith contact with another party to perform the Work covered by said n shall be null and void, otherwise to remain in full force and effect. this 28 day of January , 2009 (Witness){ TTC Construction, LLC (Principal) RLI Ins Seal (Seal) Dbnna S Martinez (Title) ttorney-In-Fact, AIA DOCUMENT A310• BID BOND• AIA®• FEBRUARY 1970 ED• THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 N.Y AVE., N.W , WASHINGTON, D C 20006 ® Printed on Recycled Paper 9/93 C0037603-50,0 RLI Surety P 0 Box 3967 1 Peoria, IL 61612-3967 Phonc: (800)645-2402 1 Fax: (309)689-2036 www.rlicorp.com Know All Men by These Presents: POWER OF ATTORNEY RLI Insurance Company 'That this Power of Attorney is not valid or in effect unless attached to the bond which it authorizes executed, but may be detached by the approving officer if desired. 'That RLI Insurance Company, an Illinois corporation, does hereby make, constitute and appoint: Kenneth J. Frick. Donna S. Martinez. Alex B. Hodge, jointly or severally 'in the City of Yakima , State of Washington its true and lawful Agent and Attorney in Fact, with full power and authority hereby conferred, to sign, execute, acknowledge and deliver for and on its behalf as Surety, the following described 'bond. IThe acknowledgment and execution of such bond by the said Attorney in Fact shall be as bmdmg upon this Company as if such bond had been executed and acknowledged by the regularly elected officers of this Company Any and all bonds, undertakings, and recognizances in an amount not to exceed Ten Million Dollars ($10,000,000) for any single obligation. The RLI Insurance Company further certifies that the following is a true and exact copy of the Resolution adopted by the Board of Directors of RLI Insurance Company, and now in force to -wit: 1 1 IrN WITNESS WHEREOF, the RLI Insurance Company has caused these presents to be executed by its Vice President with its corporate seal affixed this 23rd day of October , 2008 1 "All bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or Agents who shall have authority to issue bonds, policies or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be pnnted by facsimile." 'State of Illinois County of Peoria ,On this 23rd dayof October 2008 before me, a Notary ry Public, personally appeared Rov C. Die , who being by me duly sworn, Icknowledged that he signed the above Power of Attorney as the aforesaid fficer of the RLI Insurance Company and acknowledged said instrument to be he voluntary act and deed of said corporation. }ss By. I Jac 1 iz---7-10-% "OFFICIAL SEAL" C NOTARY wSIc ° JACQUELINE M. BOCKLER STATE OF LINOS COMMISSION EXPIRES 03/01/10 Notary Public RLI Insurance Company By. Roy C Di - Vice President CERTIFICATE 1, the undersigned officer of RLI Insurance Company, a stock corporation of the State of Illinois, do hereby certify that the attached Power of Attorney is in full force and effect and is irrevocable; and furthermore, that the Resolution of the Company as set forth in the Power of Attorney, is now in force. In testimony whereof, I have hereunto set my hand and the seal of the RLI Insurance Company this 28 day of January , 2009 RLI Insurance Company 4665729030110 Vice President A0059207 STATE OF WASHINGTON ) ) ss COUNTY OF &. ) NON -COLLUSION AFFIDAVIT NON -COLLUSION AFFIDAVIT 7-7-C C ie°Gl d7t /7 /pec% ,eT`�'being first duly sworn, on oath says that the bid above submitted is a genuine and not a sham or collusive bid, or made in the interest or on behalf of any person not therein named; and the said bidder further says that the said bidder has not directly or indirectly induced or solicited any bidder on the above work or supplies to put in a sham bid, or any other person or corporation to refrain from bidding; and that said bidder has not in any manner sought by collusion to secure to themselves an advantage over any other bid;j bidders. (Contractor's ;signature) Sinned and sworn to for affirmed) before me on / , 2009, by G:\PROJECTS\2006\060288\060286 PHASE 3 OVERFLOW SPECS.doc —i otary Public i ^a My Appointment Expires ' 9 2-7 NONDISCRIMINATION PROVISION During the performance of this Contract, the contractor agrees as follow: 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. The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, or national origin. The Contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the agency contracting officer, advising the labor union or workers' representative of the Contractor's commitments under Section 202 of Executive Order No. 11246 of September 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. The Contractor will comply with all provisions of Executive Order No. 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. The Contractor will furnish all information and reports required by Executive Order No. 11246 of 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 In the event of the Contractor's noncompliance with the nondiscrimination clauses of this Contract or with any such rules, regulation, or orders, this Contract may be canceled, terminated, or suspended in whole or in part and the Contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order No 11246 of 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 The Contractor will include the provisions of Paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to Section 204 of Executive Order No 11246 of 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. G:\PROJECTS\2006\060286\06028B PHASE 3 OVERFLOW SPECS doc 2-8 SUBCONTRACTOR LIST To be Submitted with the Bid Proposal Project Name CITY OF YAKIMA Project No. 06028C LEVEL 2 DOMESTIC WATER SYSTEM IMPROVEMENTS - PHASE 3 Failure to list subcontractors who are proposed to perform the work of heating, ventilation and air conditioning, plumbing, as described in Chapter 18.106 RCW, and jelectrical-as-described in Chapter 19.28 RCW will result in your bi bd ie ng=non=responsive and therefore void. Subcontractor(s) who are proposed to perform the work of heating, ventilation and air conditioning, plumbing, as described in Chapter 18 106 RCW, and electrical as described in Chapter 19.28 RCW must be listed below. The work to be performed is to be listed below the subcontractor(s) name. If no subcontractor is listed below, the bidder acknowledges that it does not intend to use any subcontractor to perform those items of work. Subcontractor Name Sc3GE BRrtiSlti Core n.16 Categories of Work -Tat k CO ril6j .Slew C..i.* 4* -1 4 1 • Subcontractor Name N A FO)Ie_( — t"l t S'I ern 5/,,' #e - Categories of Work Subcontractor Name Categories of Work Subcontractor Name Categories of Work Subcontractor Name Categories of Work Subcontractor Name Categories of Work G:\PROJECTS\2006\06028B\060288 PHASE 3 OVERFLOW SPECS.doc Subcontractor List To be Submitted with the Bid Proposal Categories of work exceeding ten percent (10%) of} the contract price to be performed by the prime contractor must be listed below. // Prime Contractor Name /1 COA)/er - Categories of Work /GCS/07t- — c5 -4`,p ZAJ Z- G:\PROJECTS\2006\060286\060288 PHASE 3 OVERFLOW SPECS.doc SURETY If the Bidder is awarded a construction Contract on this bid, the Surety who provides the Contract Bond will be whose address is Street BIDDER City State Zip The name of the Bidder submitting this Bid is whose address is: Street City State Zip which is the address to which all communications concerned with this Bid and with the Contract shall be sent. The names of the principal officers of the corporation submitting this Proposal, or of the partnership, or of all persons interested in this Proposal as principals are as follows: G:\PROJECTS\2006\060286\060288 PHASE 3 OVERFLOW SPECS.doc 2-11 BIDDER'S DATA FORM The following information will be verified by the City of Yakima 1 Past experience with similar type work; include names, addresses, and telephone numbers of clients, locations of 'obs performed, project descriptions , and contract amounts Za/4 Sie 2. Past maintenance services performed on similar systems; include names, addresses, and telephone numbers of clients, locations where service performed, and service descriptions 3. Are you currently a named party in any pending litigation? If so, please identify the civil action number and jurisdiction. N , 4. List key personnel, including supervisory personnel, to be used on this project and their individual experience and certifications % ...17 //e C,i(A '7-- own) e r -- Ntue %-*rry /be -37A) mo. e5o5r- 5. ProvideZ7oPrde* Washingto state Cont ctor's registration (license) number GeNse, ` 7TCGQL ' D 3 N O K NOTE Complete this Bidder's Data Form and submit with Bid Failure to submit any or all of the foregoing information will be cause for rejection of the bid affected. G:\PROJECTS\2006\06028B\060286 PHASE 3 OVERFLOW SPECS.doc 2-12 CITY OF YAKIMA WOMEN AND MINORITY BUSINESS ENTERPRISE POLICY It is the policy of the City of Yakima that women and minority business enterprises shall have the maximum opportunity to participate in the performance of work relating to the City's activities To this end, the City is committed to take all necessary and reasonable steps in accordance with state and federal rules and regulations to ensure women and minority business enterprises the maximum opportunity to compete for and to perform contracts. In order to enhance opportunities for women and minority businesses to participate in certain contractor opportunities with the City of Yakima, and as a recipient of federal and state financial assistance, the City is committed to a women and minority business enterprise utilization program. The City is determined to maximize women and minority business opportunities through participation in the competitive bidding process through women and minority business enterprise affirmative action programs administratively established by the City Manager and monitored and implemented in accordance with state and federal rules and regulations. All women and minority business enterprise programs shall include specific goals for participation of women and minority businesses in City projects of at least ten percent (10%) of the total dollar value of City contract over $10,000 Goals shall be reviewed and updated annually by the City Manager for applicability and to ensure that the intent of this policy is accomplished This statement of policy will be widely disseminated to all managers, supervisors, minorities, and women employed by the City of Yakima as well as to contractors, vendors, suppliers, minorities, and women who may seek the City's procurement and construction contracts related to the women and minority business enterprise programs. Contractors associations will be made aware of construction projects affected by this policy through all available avenues to assure that plans/specifications, bid forms, and invitations to bid are as widely distributed as possible G:\PROJECTS\2006\060288\060286 PHASE 3 OVERFLOW SPECS.doc 2-13 RESOLUTION NO. 1) — 4 8 1 & A RESOLUTION adopting a "Women And Minority Business Enterprise Policy" for the City of Yakima. WHEREAS, the City of Yalima 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 Yak-imui that Women And Minority Business Enterprises shall have the maximum practicable opportunity to participate in the performance of such public works, and WHEREAS, th.e 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. �� ADOPTED BY THE CITY COUNCIL this .;04day of 1983. ATTEST: rw 11 re%hc.-C)-Nca—Q Mayor City Clerk CITY OF YAKIMA 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: The contractor shall notify community organizations that the contractor has employment opportunities available and shall maintain records of the organizations' response. The contractor shall maintain a file of the names and addresses of each minority and women worker referred to him and what action was taken with respect to each such referred worker, and if the worker was not employed, the reasons therefore If such worker was not sent to the union hiring hall for referral or if such worker was not employed by the contractor, the contractor's file shall document this and the reasons therefore. The contractor shall promptly notify the City of Yakima Engineering Division and 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. The contractor shall participate in training programs in the area, especially those funded by the Department of Labor. 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. 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. 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, G:\PROJECTS\2006\060286\060288 PHASE 3 OVERFLOW SPECS.doc 2-15 minority recruitment organizations and minority training organizations, within the contractor's recruitment areas. The contractor shall make specific efforts to encourage present minority employees to recruit their friends and relatives. The contractor shall validate all man specifications; selection requirements, tests, etc The contractor shall make every effort to promote after-school, summer, and vacation employ- ment to minority youth 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. 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. The contractor shall make sure that seniority practices, job classifications, etc., do not have a discriminatory effect. The contractor shall make certain that all facilities and company activities are non -segregated The contractor shall continually monitor all personnel activities to ensure that his EEO policy is being carried out. The contractor shall solicit bids for subcontracts from available minority and women subcontrac- tors, engaged in the•trades covered by these Bid Conditions, including circulation of minority and women contractor associations. 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 G:\PROJECTS\2006\060288\06028B PHASE 3 OVERFLOW SPECS.doc 2-16 BIDDER'S CERTIFICATION A bidder will not be eligible for award of a contract under this invitation for bids unless such bidder has submitted as a part of its bid the following certification, which will be deemed a part of the resulting contract: 72 670-iReelow c (BIDDER) certifies that: 1 It intends to use the followin isted onstruction !odes in the ork under the contract: (�iNder r z d Nri�rie s — cite /1/44/2. ti 6�e)/ f�er� sir• 7 f'pj -K 7:211i,�R 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 LadDi' — f r1c.e/c rI✓Gr' 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; dthis Contract the Subcontractor Certification required by these Bid Conditions. Signature of A ' horized Representative of Bidder) G:\PROJECTS\2006\060288\060288 PHASE 3 OVERFLOW SPECS doc 2-17 SUBCONTRACTOR'S CERTIFICATION Subcontractor's Certification is not required at the time of bid. This Certification must be completed by each subcontractor prior to award of any subcontract: certifies that: (SUBCONTRACTOR) 1. It intends to use the following listed construction trades in the work under the subcontract: N7* and; As to those trades for which it is required by these Bid Conditions to comply with these Bid Conditions, it adopts the minimum minority and women workforce utilization goals and the specific affirmative action steps for all construction work (both federal and non-federal) in the Yakima, Washington area subject to these Bid Conditions, those trades being: and; 2. It will obtain from each of its subcontractors prior to the award of any subcontract under this subcontract the Subcontractor Certificatio equired t Bid Conditions. (Signature of Aut ,• ize► epresentative of Subcontractor) a\PROJECTS\2006\06028B\06028B PHASE 3 OVERFLOW SPECS.doc 2-18 Materially and Responsiveness This certification required to be made by the bidder pursuant to these Bid Conditions is material, and will govern the bidder's performance on the project and will be made a part of this bid. Failure to submit the certification will render the bid non-responsive. Compliance and Enforcement Contractors are responsible for informing their subcontractor (regardless of tier) as to their respective obligations under the conditions of the contract here (as applicable). Bidders, contractors and subcontractors hereby agree to refrain from entering into any contract or contract modification subject to Executive Order 11246, as amended on 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, contractor or subcontractor who shall fail to carry out such sanctions and penalties shall be deemed to be in non-compliance with these Bid Conditions and Executive Order 11246, as amended Nothing herein is intended to relieve any contractor or subcontractor during the term of its contract on this project from compliance with Executive Order 11246, as amended, and the Equal Opportunity Clause of its contract. Violation of any substantial requirement in the affirmative action plan by a contractor or subcontractor covered by these Bid Conditions, including the failure of such contractor or subcontractor to make a good faith effort to meet its fair share of the trade's goals of minority and women workforce utilization, shall be grounds for imposition of the sanctions and penalties provided at Section 209(a) of Executive Order 11246, as amended Each agency shall review its contractors' and subcontractors' employment practices during the performance of the contract. If the agency determines that the affirmative action plan no longer represents effective affirmative action, it shall so notify the Office of Federal Contract Compliance which shall be solely responsible for any final determination of that question and the consequences thereof. In regard to these conditions, if the contractor of subcontractor meets it goals, or if the contractor or subcontractor can demonstrate that it has made every good faith effort to meet those goals, the contractor or the subcontractor shall be presumed to be in compliance with the Executive Order 11246, as amended, the implementing regulations and its obligations under these Bid Conditions and no formal sanctions or proceedings leading toward sanctions shall be instituted unless the agency otherwise determines that the contractor or subcontractor is not providing equal employment opportunities In judging whether a contractor or subcontractor has met its goals, the agency will consider each contractor's or subcontractor's minority and women workforce utilization and will not take into consideration the minority and women workforce utilization of its subcontractors Where the agency finds that the contractor or subcontractor has failed to comply with the requirement of Executive Order 11246, as amended, the implementing regulations and its obligations under these Bid Conditions, the agency shall take such action and impose such sanctions as may be appropriate under Executive Order and the regulations. When the agency proceeds with such formal action, it has the burden of proving that the contractor has not met the requirements of these Bid Conditions, but the contractor's failure to meet its goals shall shift to it the requirement to come forward with evidence to show that it has met the "good faith" requirements of these Bid Conditions by 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 proceeding shall be taken into consideration by Federal agencies in determining whether such contractor or subcontractor can comply with the requirements of Executive Order 11246, as amended, and is therefore a "responsible prospective contractor" within the meaning of the Federal Procurement Regulations. G:\PROJECTS\2006\060286\060286 PHASE 3 OVERFLOW SPECS.doc 2-19 It shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority and women employees. The procedures set forth in these conditions shall not apply to any contract when the head of the contracting or administering agency determines that such contract is essential to the national security and that its award without following such procedures is necessary to the national security. Upon making such a determination, the agency head will notify, in writing, the Director of the Office of Federal Contractor Compliance within thirty (30) days Requests for exemptions from these Bid Conditions must be made in writing, with justification, to: Director Office of Federal Contractor Compliance U S. Department of Labor Washington, D.C. 20210 and shall be forwarded through and with the endorsement of the agency head. Contractors and subcontractors must keep such records and file such reports relating to the provisions of these Bid Conditions as shall be required by the contracting or administering agency or the Office of Federal Contractor Compliance. G.\PROJECTS\2006\060288\06028B PHASE 3 OVERFLOW SPECS.doc 2-20 PROPOSAL LEVEL 2 DOMESTIC WATER SYSTEM IMPROVEMENTS - PHASE 3 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 ❑ DOLLARS CERTIFIED CHECK ❑ ($ ) PAYABLE TO THE STATE TREASURER PROPOSAL BOND IN THE AMOUNT OF 5% OF THE BID ** Receipt is hereby acknowledged of addendum(s) No.(s) 1 09) #S7'3ft9' PHONE NUMBER fe5) NUMBER , and SIGNATURE OF AUT. '.: D OFF ALS FIRM NAME (ADDRESS) TTC C071.577?4te hex, ac re- ox 345" ?fa Kim ', Gt//a: 99o? STATE OF WASHINGTON CONTRACTORS LICENSE NUMBER FEDERAL ID NO Note (1) 7 700 00 OD3Kij This proposal form is not transferrable 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. G:\PROJECTS\2006\060288\06028B PHASE 3 OVERFLOW SPECS.doc 2-21 SECTION 3 CONTRACT AND RELATED MATERIALS G:\PROJECTS\2006\060286\06028B PHASE 3 OVERFLOW SPECS.doc 3-1 CONTRACT THIS AGREEMENT, made and entered into in triplicate, this /I rk day of �,gev,4,<2Y , 2009, by and between the City of Yakima, hereinafter called the OWNER, and 77-C (ott,ft aCt'/osV, GG C , 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, and equipment for LEVEL 2 DOMESTIC WATER SYSTEM IMPROVEMENTS — PHASE 3, in accordance with and as described in the attached Plans and Specifications and the Standard Specifications for Road, Bridge, and Municipal Construction, which are by this reference incorporated herein and made a part hereof, and shall perform any alterations in or additions to the work provided under this Contract and every part thereof. Work shall start within ten (10) calendar days after Notice to Proceed and shall be completed within twenty (20) working days of the date of such Notice to Proceed (see SPECIAL PROVISIONS - SECTION 1-08 5)• If said work is not completed within the time specified, the CONTRACTOR agrees to pay to the OWNER for each and every working day said work remains uncompleted after expiration of the specified time, liquidated damages as determined in Section 1-08.9. The CONTRACTOR shall provide and bear the expense of all equipment, work, and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in this Contract and every part thereof, except such as are mentioned in the Specifications to be furnished by the OWNER. II The OWNER hereby promises and agrees with the CONTRACTOR to employ, and does employ the CONTRACTOR to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the attached Plans and Specifications and the terms and conditions herein contained; and hereby contracts to pay for the same according to the attached Specifications and the schedule of unit or itemized prices hereto attached, at the time and in the manner and upon the conditions provided for in this Contract. 111. The CONTRACTOR for himself, and for his/her heirs, executors, administrators, successors, and assigns does hereby agree to the full performance of all the covenants herein upon the part of the CONTRACTOR. IV. It is further provided that no liability shall attach to the OWNER by reason of entering into this Contract, except as expressly provided herein. V. CONTRACTOR is an independent contractor and not an employee of the OWNER The OWNER has designated the Contract performance and the CONTRACTOR shall be responsible for the details of that work. The parties recognize the CONTRACTOR has unique skills not otherwise available to the OWNER to accomplish the purpose of the Contract. The CONTRACTOR shall supply all equipment and supplies necessary to accomplish the Contract. The parties recognize that the purpose of the Contract is not within the regular course of business of the OWNER. The parties state that the right of control over the activities necessary to perform the Contract are with the CONTRACTOR. G:\PROJECTS\2006\060288\06028B PHASE 3 OVERFLOW SPECS doc 3-2 IN WITNESS WHEREOF the parties hereto have caused this Agreement to be executed the day and year first herein above written. OWNER City of Yakima, Washington By Name: R. A. Zais, Jr. Title: City Manager CONTRACTOR: (SEAL) ATTEST. Name: Deborah J. Title City Clerk By: S)r-..re .x Ar-. (SEAL) Name' ,\(-a rr,or �c\c 1c c.. C *- ATTEST. (Please Print or Type) Address Qc) 1c xWF!- 9 0) Phone. ,SDS — L-1 S-7 — .59.67_ p FAX. L5 c S - 4:5-7- 02 E-mail Address dye G)F_/c4 • T 'L Cr rm../ Name. Employer Identification Number q (- a UL(U * LI 1 G:\PROJECTS\2006\060288\06028B PHASE 3 OVERFLOW SPECS.doc 3-3 \N\ t lac . U\NL e--\ (Please Print or Type) 02/11/2009 12.43 FAX 509 457 2945 TTC Construction 010002/0006 CONTRACT BOND BOND TO CITY OF YAKIMA KNOW ALL PERSONS BY THESE PRESENTS: BOND # SSB0299302 That we, the undersigned, TTC Construction, LLC as principal, and RLI Insurance Company a corporation organized and existing under the laws of the State of Illinois , 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 $ 42, 020.36 for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators, or personal representatives, as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washington and the Ordinances of the City of Yakima. Dated at Yckima , Washington, this /7day of February , 2009 Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant to action of the City of Yakima, on February / 7 , 2009, the City Manager and City Clerk of said City of Yakima has let or is about to let to the said TTC Construction, LLC , the above bounden Principal, a certain Contract, the said Contract being numbered City Contract No WA2096 - PHASE 3, and providing for the construction of LEVEL 2 DOMESTIC WATER SYSTEM IMPROVEMENTS - PHASE 3 (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 TTC Construction, LLC shall faithfully perform all the provisions of said Contract in the manner and within the time therein set forth, or within such extensions of time as may be granted under said Contract, and shall pay all laborers, mechanics, subcontractors and material men and all industrial insurance premiums, and all persons who shall supply said principal or subcontractors with provisions and supplies for the carrying on of said work, and shall indemnify and hold the City of Yakima harmless from any damage or expense by reason of failure of performance as specified in said Contract or from defects appearing or developing in the material or workmanship provided or performed under said Contract within a period of one year after its acceptance thereof by the City of Yakima, then and in that event this obligation shall be void, but otherwise it shall be and remain in full force and effect. G:IPROJECTS1200610602813106028B PHASE 3 OVERFLOW SPECS.doc 3-4 02/11/2009 12:43 FAX 509 457 2945 TTC Construction SUR Y. RLI InsuranceCompany By: (IlAft,e Name. Donna S.Martinez (SEA_) ATTEST. Attorney -in -Fact (Please Print or Type) Agent: Terril,Lewis & Wilke Ins.,Inc P 0 Box 1789 Address: Yakima,WA 98907 CONTRACTOR. TTC Construction, LLC By: \\ (Please Print or Type) Name: Approved as to Form: City Attorney S-tt-rte • Z 1. -3i . q G:IPROJECTS120061060288106028B PHASE 3 OVERFLOW SPECS.doc 3-5 L 0003/0006 Name' Al Px R T-TnrlgP (Please Print or Type) 1RLI® 1 1 RLI Surety P O Box 3967 1 Peoria, 1L 61612-3967 Phonc: (800)645-2402 1 Fax: (309)689-2036 www.rlicorp.com Know All Men by These Presents: POWER OF ATTORNEY RLI Insurance Company 1 That this Power of Attorney is not valid or in effect unless attached to the bond which it authorizes executed, but may be detached by the approving officer if desired. 1 That RLI Insurance Company, an Illinois corporation, does hereby make, constitute and appoint: Kenneth J. Frick. Donna S. Martinez. Alex B. Hodge. jointly or severally 1 in the City of Yakima , State of Washington its true and lawful Agent and Attorney in Fact, with full power and authority hereby conferred, to sign, execute, acknowledge and deliver for and on its behalf as Surety, the following described 1 bond. IThe acknowledgment and execution of such bond by the said Attorney in Fact shall be as binding upon this Company as if such bond had been executed and acknowledged by the regularly elected officers of this Company Any and all bonds, undertakings, and recognizances in an amount not to exceed Ten Million Dollars ($10,000,000) for any single obligation. 1 The RLI Insurance Company further certifies that the following is a true and exact copy of the Resolution adopted by the Board of Directors of RLI Insurance Company, and now in force to -wit: 1 1 1 "All bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or Agents who shall have authority to issue bonds, policies or undertakmgs in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile." IIN WITNESS WHEREOF, the RLI Insurance Company has caused these presents to be executed by its Vice President with its corporate seal affixed this 23rd day of October , 2008 . 1State of Illinois County of Peoria 1 } SS RLI Insurance Company On this 23rd day of October 2008 before me, a Notary Public, personally appeared Roy C. Die who being by me duly sworn, Iacknowledged that he signed the above Power of Attorney as the aforesaid officer of the RLI Insurance Company and acknowledged said instrument to be the voluntary act and deed of said corporation. By. 1 Jac 1 "OFFICIAL SEAL" Puo,oru r — ST ' JACQUELINE M. BOCKLER ILLI'Ca COMMISSION EXPIRES 03/01/10 Notary Public CERTIFICATE Vice President 1, the undersigned officer of RLI Insurance Company, a stock corporation of the State of Illinois, do hereby certify that the attached Power of Attorney is in full force and effect and is irrevocable; and furthermore, that the Resolution of the Company as set forth in the Power of Attorney, is now in force. In testimony whereof, I have hereunto set my hand and the seal of the RLI Insurance Company this day of FPhriiary , 2009 RLI Insurance Company 4665729030110 Vice President A0059207 ACORpm CERTIFICATE OF LIABILITY INSURANCE 02/13/D 9) TYPE OF INSURANCE PRODUCER (509)248-3515 FAX (509)248-3673 Terril , Lewis and Wilke Insurance Inc P 0 Box 1789 112 5 4th Street Yakima, WA 98907 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERT FICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIC # INSURED TTC Construction, LLC PO Box 365 Yakima, WA 98907 INSURER A: Liberty Northwest/N.Pacific 41939 INSURER B: 02/02/2009 INSURER C: EACH OCCURRENCE INSURER D: • INSURER E: X 1 1 COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ILTRR ESRD TYPE OF INSURANCE POLICY NUMBER EFFECTIVE PDALTE fMM/DD/YY) POLICYICY DATE (JAM/DD/YY) LIMITS GENERAL LIABILITY C07155871 02/02/2009 02/02/2010 EACH OCCURRENCE $ 1,000,000 X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED$ PREMISES (Fa nrruranra) 100 000 f CLAIMS MADE X OCCUR MED EXP (Any one person) $ 5,000 A PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ 2,000,000 —I POLICY X PROCT n LOC JE AUTOMOBILE X LIABILITY ANY AUTO C07155871 02/02/2009 02/02/2010 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 A ALL OWNED AUTOS SCHEDULED AUTOS BODILY INJURY (Per person) $ X X HIRED AUTOS NON -OWNED AUTOS . BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ GARAGE UABILITY AUTO ONLY - EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC $ AUTO ONLY: AGG $ EXCESS/UMBRELLA UABILITY EACH OCCURRENCE $ 7 OCCUR CLAIMS MADE AGGREGATE $ $ DEDUCTIBLE $ RETENTION $ $ WORKERS COMPENSATION AND C07155871 02/02/2009 02/02/2010 WC I STATU- IMITX OFFR A EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE STOP GAP E.L. EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? E.L. DISEASE - EA EMPLOYEE $ 1,000,000 If yes, describe under SPECIAL PROVISIONS below E.L. DISEASE - POLICY LIMIT $ 1,000,000 OTHER DESCRIPTION OF OPERATIONS 1 LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT 1 SPECIAL PROVISIONS ity of Yakima, its agents, employees and elected or appointed officials and Huibregtse, Louman ssociates, Inc. are named as additional insureds as respects: evel 2 Domestic Water System Improvements - Phase 3 :lanket Additional Insured for LGL 4032 11 07 attached. Replaces certificate dated 2/12/09 rimary and Non -Contributory coverage applies per form CG 0001 (12/04). City of Yakima Sue Ownby, Purchasing Manager 129 N 2nd Street Yakima, WA 98901 ACORD 25 (2001108) FAX: (509) 576-6394 1 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL `X tX XI MAIL 45 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, 10X.XX) CiK 1Kc,>i,XsYlifXXO(dt.X16X001.61f)6XXXXiMX(10,004tXXASIO (XXX Nt Air)004,26XAMOWXX.10800tXXX XD XXX*X*XIXD AXX.XXXXXXXXX AUTHORIZED REPRESENTATIVE Alex Hodge/ANN ©ACORD CORPORATION 1988 1 1 1 1 1 1 1 1 1 1 1 1 1 1 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25 (2001/08) SCHEDULE OF WORKING HOURS In accordance with SECTION 1-08.0(2) HOURS OF WORK (APWA ONLY), the normal straight time working hours for this project will be from ? : oa a.m toS : Ocl p m , V� days per week. It is understood that normal straight time working hours shall not exceed 40 hours per week, regardless of the number of days worked per week. All hours worked in excess of 40 hours per week shall be considered as overtime hours subject to the reimburse- ment provisions of SECTION 1-08.0(3) REIMBURSEMENT FOR OVERTIME WORK OF CONTRACTING AGENCY EMPLOYEES (APWA ONLY) as modified by the Special Provisions. Overtime hours are defined as any hours in excess of or outside of the above normal straight time working hours when the Contractor and/or his subcontractors are on the project site performing work. I hereby certify that my subcontractors have been notified of the normal straight time working hours provisions of this project and understand that Engineer/Contracting Agency costs for overtime hours will be deducted from amounts due to me for work performed on the project. Contractor T. . CO/.s4- Signature Z--2 - Date G:\PROJECTS\2006\060288\060288 PHASE 3 OVERFLOW SPECS.doc 3-6 SECTION 4 - LABOR STANDARDS AND WAGE RATE CONDITIONS G:\PROJECTS\2006\060286\060288 PHASE 3 OVERFLOW SPECS.doc 4-1 PREVAILING WAGE RATES The prevailing rate of wages to be paid to all workmen, laborers, or mechanics employed in the performance of any part of this Contract shall be in accordance with the provisions of Chapter 39 12 RCW, as amended. The rules and regulations of the Department of Labor and Industries and the schedule of prevailing wage rates for the locality or localities where this Contract will be performed as determined by the Industrial Statistician of the Department of Labor and Industries, are by reference made a part of this Contract. A schedule of prevailing wage rates is included in these Specifications. Inasmuch as the CONTRACTOR will be held responsible for paying this schedule of wages, it is imperative that all contractors and subcontractors familiarize themselves with the current wage rates before submitting bids based on these Specifications. Before any payment is made by the local government body of any sums due under this Contract, the local government body must receive from the CONTRACTOR and each subcontractor a copy of the "Statement of Intent to Pay Prevailing Wages" approved by the Washington State Department of Labor and Industries. Also following the acceptance of the project, the local government body must receive from the CONTRACTOR and each subcontractor a copy of "Affidavit of Wages Paid" and, in addition, from the prime contractor a copy of "Release for the Protection of Property Owners and General Con- tractor," all approved by the State Department of Labor and Industries Forms may be obtained from the Department of Labor and Industries The CONTRACTOR and each subcontractor shall pay all fees associated with and make all applications directly to the Department of Labor and Industries These affidavits will be required before any funds retained, according to the provisions of RCW 60.28.010, are released to the CONTRACTOR. Payment by the CONTRACTOR and subcontractor of any fees shall be considered incidental to the construction and all costs shall be included in other pay items of the project. The Contractor and all Subcontractors shall also be required to submit certified weekly payroll forms with an accompanying Statement of Compliance so that payment of prevailing wage rates and fringe benefits may be verified G:\PROJECTS\2006\060286\060286 PHASE 3 OVERFLOW SPECS.doc 4-2 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 08-31-2008 ********************************************************************************************************** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $30.25 1H 50 BOILERMAKERS JOURNEY LEVEL $50 33 1C 5N BRICK AND MARBLE MASONS JOURNEY LEVEL $37 52 2M 5A CABINET MAKERS (IN SHOP) JOURNEY LEVEL $19.24 1 CARPENTERS ACOUSTICAL WORKER $36.22 1M 5D BRIDGE, DOCK AND WARF CARPENTERS $45 46 1M 50 CARPENTER $36.22 1M 5D CREOSOTED MATERIAL $36.22 1M 5D DRYWALL APPLICATOR $36.22 1M 5D FLOOR FINISHER $36.22 1M 50 FLOOR LAYER $36.22 1M 5D FLOOR SANDER $36.22 1M 50 MILLWRIGHT $46 46 1M 5D PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING $45 66 1M 50 SAWFILER $36.22 1M 51) SHINGLER $36.22 1M 50 STATIONARY POWER SAW OPERATOR $36.22 1M 5D STATIONARY WOODWORKING TOOLS $36.22 1M 5D CEMENT MASONS JOURNEY LEVEL $33 81 1N 5D DIVERS & TENDERS DIVER $92.31 1M 50 8A DIVER TENDER $49 84 1M 5D DREDGE WORKERS ASSISTANT ENGINEER $47 09 1T 50 8L ASSISTANT MATE (DECKHAND) $46 58 1T 50 8L BOATMEN $47 09 1T 5D 8L ENGINEER WELDER $47 14 1T 5D 8L LEVERMAN, HYDRAULIC $48 71 1T 5D 8L MAINTENANCE $46 58 1T 5D 8L MATES $47 09 1T 5D 8L OILER $46 71 1T 5D 8L DRYWALL TAPERS JOURNEY LEVEL $31 66 1P 5A ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL $20 99 1 Page 1 YAKIMA COUNTY EFFECTIVE 08-31-2008 ********************************************************************************************************** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ELECTRICIANS - INSIDE JOURNEY LEVEL $47.21 1E 5A ELECTRICIANS - MOTOR SHOP CRAFTSMAN $15 37 2A 6C JOURNEY LEVEL $14 69 2A 6C ELECTRICIANS - POWERLINE CONSTRUCTION CABLE SPLICER $56 53 4A 5A CERTIFIED LINE WELDER $51 64 4A 5A GROUNDPERSON $37 15 4A 5A HEAD GROUNDPERSON $39 19 4A 5A HEAVY LINE EQUIPMENT OPERATOR $51 64 4A 5A JACKHAMMER OPERATOR $39 19 4A 5A JOURNEY LEVEL LINEPERSON $51 64 4A 5A LINE EQUIPMENT OPERATOR $43 83 4A 5A POLE SPRAYER $51 64 4A 5A POWDERPERSON $39 19 4A 5A ELECTRONIC TECHNICIANS ELECTRONIC TECHNICIANS JOURNEY LEVEL $23 40 1 ELEVATOR CONSTRUCTORS MECHANIC $62.85 4A 6Q MECHANIC IN CHARGE $68 67 4A 6Q FABRICATED PRECAST CONCRETE PRODUCTS CRAFTSMAN $8 72 1 LABORER $8 07 1 FENCE ERECTORS FENCE ERECTOR $21 64 1 FLAGGERS JOURNEY LEVEL $28 37 1H 5D GLAZIERS JOURNEY LEVEL $22 43 1B 61 HEAT & FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $23 18 1 HEATING EQUIPMENT MECHANICS MECHANIC $13 91 1 HOD CARRIERS & MASON TENDERS JOURNEY LEVEL $31 16 1H 5D INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC $15 65 1 INDUSTRIAL POWER VACUUM CLEANER JOURNEY LEVEL $9,24 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 $1278 1 TECHNICIAN $8 07 1 TV TRUCK OPERATOR $10 53 1 INSULATION APPLICATORS JOURNEY LEVEL $32.91 1 IRONWORKERS JOURNEY LEVEL $46 37 10 5A Page 2 YAKIMA COUNTY EFFECTIVE 08-31-2008 ********************************************************************************************************** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code LABORERS ALL CLASSIFICATIONS $18 12 1 LABORERS - UNDERGROUND SEWER & WATER GENERAL LABORER $30.25 1H 5D PIPE LAYER $30 77 1H 5D LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS $9 00 1 LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $15 45 1 LANDSCAPING OR PLANTING LABORERS $9 00 1 LATHERS JOURNEY LEVEL $36.22 1M 5D 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 $1411 1 PAINTERS JOURNEY LEVEL $20 05 1 PLASTERERS JOURNEY LEVEL $44 83 1R 5B PLAYGROUND & PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $8 07 1 PLUMBERS & PIPEFITTERS JOURNEY LEVEL $57 74 1Q 5A POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $44 64 1T 5D 8L BACKHOE, EXCAVATOR, SHOVEL (3 YD & UNDER) $47 42 1T 5D 8L BACKHOE, EXCAVATOR, SHOVEL (OVER 3 YD & UNDER 6 YD) $47 91 1T 5D 8L BACKHOE, EXCAVATOR, SHOVEL (6 YD AND OVER WITH ATTACHMENTS) $48 46 1T 5D 8L BACKHOES, (75 HP & UNDER) $47 00 1T 5D 8L BACKHOES, (OVER 75 HP) $47 42 1T 5D 8L BARRIER MACHINE (ZIPPER) $47 42 1T 5D 8L BATCH PLANT OPERATOR, CONCRETE $47 42 1T 5D 8L BELT LOADERS (ELEVATING TYPE) $47 00 1T 5D 8L BOBCAT (SKID STEER) $44 64 1T 50 8L BROOMS $44 64 1T 5D 8L BUMP CUTTER $47 42 1T 5D 8L CABLEWAYS $47 91 1T 5D 8L CHIPPER $47 42 1T 50 8L COMPRESSORS $44 64 1T 5D 8L CONCRETE FINISH MACHINE - LASER SCREED $44 64 1T 5D 8L CONCRETE PUMPS $47 00 1T 5D 8L CONCRETE PUMP -TRUCK MOUNT WITH BOOM ATTACHMENT $47 42 1T 5D 8L CONVEYORS $47 00 1T 5D 8L CRANES, THRU 19 TONS, WITH ATTACHMENTS $47 00 1T 50 8L CRANES, 20 - 44 TONS, WITH ATTACHMENTS $47 42 1T 5D 8L CRANES, 45 TONS - 99 TONS, UNDER 150 FT OF BOOM (INCLUDING JIB $47 91 1T 5D 8L WITH ATACHMENTS) Page 3 YAKIMA COUNTY EFFECTIVE 08-31-2008 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code CRANES, 100 TONS - 199 TONS, OR 150 FT OF BOOM (INCLUDING JIB $48 46 1T 5D 8L WITH ATTACHMENTS) CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM (INCLUDING JIB $49 03 1T 5D 8L WITH ATTACHMENTS) CRANES, A -FRAME, 10 TON AND UNDER $44 64 1T 5D 8L CRANES, A -FRAME, OVER 10 TON $47 00 1T 5D 8L CRANES, OVER 300 TONS, OR 300' OF BOOM INCLUDING JIB WITH $48,29 1T 5D 8L ATTACHMENTS CRANES, OVERHEAD, BRIDGE TYPE (20 - 44 TONS) $47 42 1T 5D 8L CRANES, OVERHEAD, BRIDGE TYPE (45 - 99 TONS) $47 91 1T 5D 8L CRANES, OVERHEAD, BRIDGE TYPE (100 TONS & OVER) $48 46 1T 5D 8L CRANES, TOWER CRANE UP TO 175' IN HEIGHT, BASE TO BOOM $48 46 1T 5D 8L CRANES, TOWER CRANE OVER 175' IN HEIGHT, BASE TO BOOM $49 03 1T 5D 8L CRUSHERS $47 42 1T 5D 8L DECK ENGINEER/DECK WINCHES (POWER) $47 42 1T 5D 8L DERRICK, BUILDING $47 91 1T 5D 8L DOZERS, D-9 & UNDER $47 00 1T 5D 8L DRILL OILERS - AUGER TYPE, TRUCK OR CRANE MOUNT $47 00 1T 5D 8L DRILLING MACHINE $47 42 1T 5D 8L ELEVATOR AND MANLIFT, PERMANENT AND SHAFT -TYPE $44 64 1T 5D 8L EQUIPMENT SERVICE ENGINEER (OILER) $47 00 1T 5D 8L FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $47 42 1T 5D 8L FORK LIFTS, (3000 LBS AND OVER) $47 00 1T 5D 8L FORK LIFTS, (UNDER 3000 LBS) $44 64 1T 5D 8L GRADE ENGINEER $47 00 1T 5D 8L GRADECHECKER AND STAKEMAN $44 64 1T 5D 8L GUARDRAIL PUNCH $47 42 1T 5D 8L HOISTS, OUTSIDE (ELEVATORS AND MANLIFTS), AIR TUGGERS $47 00 1T 5D 8L HORIZONTAUDIRECTIONAL DRILL LOCATOR $47 00 1T 5D 8L HORIZONTAUDIRECTIONAL DRILL OPERATOR $47 42 1T 5D 8L HYDRALIFTS/BOOM TRUCKS (10 TON & UNDER) $44 64 1T 5D 8L HYDRALIFTS/BOOM TRUCKS (OVER 10 TON) $47 00 1T 5D 8L LOADERS, OVERHEAD (6 YD UP TO 8 YD) $47 91 1T 5D 8L LOADERS, OVERHEAD (8 YD & OVER) $48 46 1T 5D 8L LOADERS, OVERHEAD (UNDER 6 YD), PLANT FEED $47 42 1T 5D 8L LOCOMOTIVES, ALL $47 42 1T 5D 8L MECHANICS, ALL $47 91 1T 5D 8L MIXERS, ASPHALT PLANT $47 42 1T 5D 8L MOTOR PATROL GRADER (FINISHING) $47 42 1T 5D 8L MOTOR PATROL GRADER (NON -FINISHING) $47 00 1T 5D 8L MUCKING MACHINE, MOLE, TUNNEL DRILL AND/OR SHIELD $47 91 1T 5D 8L OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING $44 64 1T 5D 8L OPERATOR PAVEMENT BREAKER $44 64 1T 5D 8L PILEDRIVER (OTHER THAN CRANE MOUNT) $47 42 1T 5D 8L PLANT OILER (ASPHALT, CRUSHER) $47 00 1T 5D 8L POSTHOLE DIGGER, MECHANICAL $44 64 1T 5D 8L POWER PLANT $44 64 1T 5D 8L PUMPS, WATER $44 64 1T 5D 8L QUAD 9, D-10, AND HD -41 $47 91 1T 5D 8L REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $47 91 1T 5D 8L EQUIP RIGGER AND BELLMAN $44 64 1T 50 8L Page 4 YAKIMA COUNTY EFFECTIVE 08-31-2008 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ROLLAGON $47 91 1T 5D 8L ROLLER, OTHER THAN PLANT ROAD MIX $44 64 1T 50 8L ROLLERS, PLANTMIX OR MULTILIFT MATERIALS $47 00 1T 5D 8L ROTO -MILL, ROTO -GRINDER $47 42 1T 5D 8L SAWS, CONCRETE $47 00 1T 5D 8L SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING $47 42 1T 5D 8L OFF-ROAD EQUIPMENT ( UNDER 45 YD) SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING $47 91 1T 50 8L OFF-ROAD EQUIPMENT (45 YD AND OVER) SCRAPERS, CONCRETE AND CARRY ALL $47 00 1T 5D 8L SCREED MAN $47 42 1T 50 8L SHOTCRETE GUNITE $44 64 1T 50 8L SLIPFORM PAVERS $47 91 1T 5D 8L SPREADER, TOPSIDE OPERATOR - BLAW KNOX $47 42 1T 5D 8L SUBGRADE TRIMMER $47 42 1T 5D 8L TOWER BUCKET ELEVATORS $47 00 1T 50 8L TRACTORS, (75 HP & UNDER) $47 00 1T 5D 8L TRACTORS, (OVER 75 HP) $47 42 1T 50 8L TRANSFER MATERIAL SERVICE MACHINE $47 42 1T 5D 8L TRANSPORTERS, ALL TRACK OR TRUCK TYPE $47 91 1T 5D 8L TRENCHING MACHINES $47 00 1T 5D 8L TRUCK CRANE OILER/DRIVER ( UNDER 100 TON) $47 00 1T 5D 8L TRUCK CRANE OILER/DRIVER (100 TON & OVER) $47 42 1T 50 8L TRUCK MOUNT PORTABLE CONVEYER $47 42 1T 50 8L WHEEL TRACTORS, FARMALL TYPE $44 64 1T 50 8L YO YO PAY DOZER $47 42 1T 5D 8L POWER EQUIPMENT OPERATORS- UNDERGROUND SEWER & WATER (SEE POWER EQUIPMENT OPERATORS) POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $37 61 4A 5A SPRAY PERSON $35 73 4A 5A TREE EQUIPMENT OPERATOR $36 19 4A 5A TREE TRIMMER $33 69 4A 5A TREE TRIMMER GROUNDPERSON $25 43 4A 5A REFRIGERATION & AIR CONDITIONING MECHANICS MECHANIC $57 74 1Q 5A RESIDENTIAL BRICK & MARBLE MASONS JOURNEY LEVEL $29 00 1 RESIDENTIAL CARPENTERS JOURNEY LEVEL $14 58 1 RESIDENTIAL CEMENT MASONS JOURNEY LEVEL $11 86 1 RESIDENTIAL DRYWALL TAPERS JOURNEY LEVEL $19 08 1 RESIDENTIAL ELECTRICIANS JOURNEY LEVEL $21 98 1 RESIDENTIAL GLAZIERS JOURNEY LEVEL $22 43 1B 61 RESIDENTIAL INSULATION APPLICATORS JOURNEY LEVEL $10 00 1 RESIDENTIAL LABORERS JOURNEY LEVEL $8 07 1 Page 5 YAKIMA COUNTY EFFECTIVE 08-31-2008 ********************************************************************************************************** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code RESIDENTIAL PAINTERS JOURNEY LEVEL $1389 1 RESIDENTIAL PLUMBERS & PIPEFITTERS JOURNEY LEVEL $15 56 1 RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) $32.26 1B 5A RESIDENTIAL SOFT FLOOR LAYERS JOURNEY LEVEL $17 55 1 RESIDENTIAL TERRAZZO/TILE FINISHERS JOURNEY LEVEL $17 00 1 ROOFERS JOURNEY LEVEL $31 31 2P 51 USING IRRITABLE BITUMINOUS MATERIALS $34 31 2P 51 SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) $44 78 1B 5A SIGN MAKERS & INSTALLERS (NON -ELECTRICAL) JOURNEY LEVEL $14 65 1 SOFT FLOOR LAYERS JOURNEY LEVEL $2311 1N 5A SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL $8 07 1 SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL $44 35 1R 5Q 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 TELECOMMUNICATION TECHNICIANS TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $20 00 1 TELEPHONE LINE CONSTRUCTION - OUTSIDE CABLE SPLICER $31 46 2B 5A HOLE DIGGER/GROUND PERSON $17 58 2B 5A INSTALLER (REPAIRER) $30 17 2B 5A JOURNEY LEVEL TELEPHONE LINEPERSON $29.26 2B 5A SPECIAL APPARATUS INSTALLER 1 $31 46 2B 5A SPECIAL APPARATUS INSTALLER!! $30 82 2B 5A TELEPHONE EQUIPMENT OPERATOR (HEAVY) $31 46 2B 5A TELEPHONE EQUIPMENT OPERATOR (LIGHT) $29.26 2B 5A TELEVISION GROUND PERSON $16 67 2B 5A TELEVISION LINEPERSON/INSTALLER $22.19 2B 5A TELEVISION SYSTEM TECHNICIAN $26 42 2B 5A TELEVISION TECHNICIAN $23 76 26 5A TREE TRIMMER $29.26 2B 5A TERRAZZO WORKERS & TILE SETTERS JOURNEY LEVEL $29 88 2M 5A TILE, MARBLE & TERRAZZO FINISHERS FINISHER $25 80 2M 5A TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $37 90 1K 5A Page 6 YAKIMA COUNTY EFFECTIVE 08-31-2008 ********************************************************************************************************** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code TRUCK DRIVERS ASPHALT MIX $14 19 1 DUMP TRUCK $32.97 2G 61 DUMP TRUCK & TRAILER $32.97 2G 61 OTHER TRUCKS $32.97 2G 61 TRANSIT MIXER $32.97 2G 61 WELL DRILLERS & IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $25 44 1 OILER $9.20 1 WELL DRILLER $18 00 1 Page 7 BENEFIT CODE KEY - EFFECTIVE 08-31-08 ************************************************************************************************************************ OVERTIME CODES OVERTIME CALCULATIONS ARE BASED ON THE HOURLY RATE ACTUALLY PAID TO THE WORKER. ON PUBLIC WORKS PROJECTS, THE HOURLY RATE MUST BE NOT LESS THAN THE PREVAILING RATE OF WAGE MINUS THE HOURLY RATE OF THE COST OF FRINGE BENEFITS ACTUALLY PROVIDED FOR THE WORKER. 1 ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. 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. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS WORKED SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. D THE FIRST TWO (2) HOURS BEFORE OR AFTER A FIVE - EIGHT (8) HOUR WORKWEEK DAY OR A FOUR - TEN (10) HOUR WORKWEEK DAY AND THE FIRST EIGHT (8) HOURS WORKED THE NEXT DAY AFTER EITHER WORKWEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL ADDITIONAL HOURS WORKED AND ALL WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. E. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER HOURS WORKED MONDAY THROUGH SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. F THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. G. THE FIRST TEN (10) HOURS WORKED ON SATURDAYS AND THE FIRST TEN (10) HOURS WORKED ON A FIFTH CALENDAR WEEKDAY IN A FOUR - TEN HOUR SCHEDULE, SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. H. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS OR EQUIPMENT BREAKDOWN) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. J THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED OVER TEN (10) HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. K. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. L. 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. 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. 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. O THE FIRST TEN (10) HOURS WORKED ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS, HOLIDAYS AND AFTER TWELVE (12) HOURS, MONDAY THROUGH FRIDAY, AND AFTER TEN (10) HOURS ON SATURDAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. P ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF CIRCUMSTANCES WARRANT) AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. BENEFIT CODE KEY - EFFECTIVE 08-31-08 -2- 1 THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND UP TO TEN (10) HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT CHRISTMAS DAY) SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON CHRISTMAS DAY SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. S THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. T WORK PERFORMED IN EXCESS OF EIGHT (8) HOURS OF STRAIGHT TIME PER DAY, OR TEN (10) HOURS OF STRAIGHT TIME PER DAY WHEN FOUR TEN (10) HOUR SHIFTS ARE ESTABLISHED, OR FORTY (40) HOURS OF STRAIGHT TIME PER WEEK, MONDAY THROUGH FRIDAY, OR OUTSIDE THE NORMAL SHIFT, AND ALL WORK ON SATURDAYS SHALL BE PAID AT TIME AND ONE-HALF THE STRAIGHT TIME RATE. HOURS WORKED OVER TWELVE HOURS (12) IN A SINGLE SHIFT AND ALL WORK PERFORMED AFTER 6.00 PM SATURDAY TO 6.00 AM MONDAY AND HOLIDAYS SHALL BE PAID AT DOUBLE THE STRAIGHT TIME RATE OF PAY THE EMPLOYER SHALL HAVE THE SOLE DISCRETION TO ASSIGN OVERTIME WORK TO EMPLOYEES PRIMARY CONSIDERATION FOR OVERTIME WORK SHALL BE GIVEN TO EMPLOYEES REGULARLY ASSIGNED TO THE WORK TO BE PERFORMED ON OVERTIME SITUATIONS. AFTER AN EMPLOYEE HAS WORKED EIGHT (8) HOURS AT AN APPLICABLE OVERTIME RATE, ALL ADDITIONAL HOURS SHALL BE AT THE APPLICABLE OVERTIME RATE UNTIL SUCH TIME AS THE EMPLOYEE HAS HAD A BREAK OF EIGHT (8) HOURS OR MORE. U ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLYRATE OF WAGE. ✓ 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. W ALL HOURS WORKED ON SATURDAYS AND SUNDAYS (EXCEPT MAKE-UP DAYS DUE TO CONDITIONS BEYOND THE CONTROL OF THE EMPLOYER)) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. X. THE FIRST FOUR (4) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TWELVE (12) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED OVER TWELVE (12) HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. WHEN HOLIDAY FALLS ON SATURDAY OR SUNDAY, THE DAY BEFORE SATURDAY, FRIDAY, AND THE DAY AFTER SUNDAY, MONDAY, SHALL BE CONSIDERED THE HOLIDAY AND ALL WORK PERFORMED SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. Y ALL HOURS WORKED OUTSIDE THE HOURS OF 5.00 AM AND 5-00 PM (OR SUCH OTHER HOURS AS MAY BE AGREED UPON BY ANY EMPLOYER AND THE EMPLOYEE) AND ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY (10 HOURS PER DAY FOR A 4 X 10 WORKWEEK) AND ON SATURDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. (EXCEPT FOR EMPLOYEES WHO ARE ABSENT FROM WORK WITHOUT PRIOR APROVAL ON A SCHEDULED WORKDAY DURING THE WORKWEEK SHALL BE PAID AT THE STRAIGHT -TIME RATE UNTIL THEY HAVE WORKED 8 HOURS IN A DAY (10 IN A 4 X 10 WORKWEEK) OR 40 HOURS DURING THAT WORKWEEK.) ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS AND LABOR DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. 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 BENEFIT CODE KEY - EFFECTIVE 08-31-08 -3- 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 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. 2. I. ALL HOURS WORKED ON SATURDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE- HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND ON LABOR DAY SHALL BE PAID AT TWO 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. K. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY 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. P 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 TWO TIMES THE HOURLY RATE OF WAGE. Q ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. 4A. 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 YEARS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). B. HOLIDAYS. NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (8). C. HOLIDAYS. NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). D HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). E. HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, PRESIDENTIAL ELECTION DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). F HOLIDAYS NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (11). 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). BENEFIT CODE KEY - EFFECTIVE 08-31-08 -4- H. HOLIDAYS NEW YEARS 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). J HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, AND CHRISTMAS DAY (7). K. HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (9). L. HOLIDAYS NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). M. HOLIDAYS NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS AND CHRISTMAS DAY (9). N HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (9). P HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (9). 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). 5 S PAID HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (7). T PAID HOLIDAYS NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, TI-IANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND THE DAY BEFORE OR AFTER CHRISTMAS (10). U PAID HOLIDAYS NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (8). ✓ PAID HOLIDAYS SIX (6) PAID HOLIDAYS. W PAID HOLIDAYS NINE (9) PAID HOLIDAYS. 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). B PAID HOLIDAYS NEW YEAR'S EVE DAY, NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS EVE'S DAY, AND CHRISTMAS DAY (9). 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). BENEFIT CODE KEY - EFFECTIVE 08-31-08 -5- E. PAID HOLIDAYS. NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEARS DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND A HALF-DAY ON CHRISTMAS EVE DAY (9 1/2). F PAID HOLIDAYS NEW YEARS DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (11). G. PAID HOLIDAYS NEW YEARS DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND CHRISTMAS EVE DAY (11). H. PAID HOLIDAYS NEW YEARS DAY, NEW YEAR'S EVE DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY AFTER CHRISTMAS, AND A FLOATING HOLIDAY (10). 1. PAID HOLIDAYS. NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). J PAID HOLIDAYS. NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY AFTER CHRISTMAS, AND A FLOATING HOLIDAY (9). L. HOLIDAYS NEW YEARS 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) Q PAID HOLIDAYS. NEW YEARS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY (8). UNPAID HOLIDAY, PRESIDENTS' DAY T PAID HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (9). 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, AND ONE DAY OF THE EMPLOYEE'S CHOICE (9). 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 OR AFTER 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 (11). NOTE CODES 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 BENEFIT CODE KEY - EFFECTIVE 08-31-08 -6- 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 Washington State Department of Labor and Industries Policy Statement (Regarding the Production of "Standard" or "Non-standard" Items) Below is the department's (State L&I's) list of criteria to be used in determining whether a prefabricated item is "standard" or "non-standard". For items not appearing on WSDOT's predetermined list, these criteria shall be used by the Contractor (and the Contractor's subcontractors, agents to subcontractors, suppliers, manufacturers, and fabricators) to determine coverage under RCW 39.12. The production, in the State of Washington, of non-standard items is covered by RCW 39.12, and the production of standard items is not. The production of any item outside the State of Washington is not covered by RCW 39.12. 1 Is the item fabricated for a public works project? If not, it is not subject to RCW 39 12 If it is, go to question 2. 2. Is the item fabricated on the public works jobsite? If it is, the work is covered under RCW 39 12 If not, go to question 3. 3 Is the item fabricated in an assembly/fabrication plant set up for, and dedicated primarily to, the public works project? If it is, the work is covered by RCW 39 12. If not, go to question 4. 4. Does the item require any assembly, cutting, modification or other fabrication by the supplier? If not, the work is not covered by RCW 39.12. If yes, go to question 5. 5. Is the prefabricated item intended for the public works project typically an inventory item which could reasonably be sold on the general market? If not, the work is covered by RCW 39.12. If yes, go to question 6. 6 Does the specific prefabricated item, generally defined as standard, have any unusual characteristics such as shape, type of material, strength requirements, finish, etc? If yes, the work is covered under RCW 39.12. Any firm with questions regarding the policy, WSDOT's Predetermined List, or for determinations of covered and non -covered workers shall be directed to State L&I at (360) 902-5330. Supplemental to Wage Rates 1 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator Below is a list of potentially prefabricated items, originally furnished by WSDOT to Washington State Department of Labor and Industries, that may be considered non- standard and therefore covered by the prevailing wage law, RCW 39 12 Items marked with an X in the "YES" column should be considered to be non-standard and therefore covered by RCW 3912 Items marked with an X in the "NO" column should be considered to be standard and therefore not covered Of course, exceptions to this general list may occur, and in that case shall be evaluated according to the criteria described in State and L&I's policy statement. ITEM DESCRIPTION YES NO 1 2 Metal rectangular frames, solid metal covers, herringbone grates, and bi-directional vaned grates for Catch Basin Types 1, 1 L, 1 P, and 2 and Concrete Inlets See Std Plans Metal circular frames (rings) and covers, circular grates, and prefabricated ladders for Manhole Types 1, 2, and 3, Drywell Types 1, 2, and 3 and Catch Basin Type 2. See Std. Plans X 3 Prefabricated steel grate supports and welded grates, metal frames and dual vaned grates, and Type 1, 2, and 3 structural tubing grates for Drop Inlets. See Std. Plans X 4. Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes smaller than 60 inch diameter. X 5 Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes larger than 60 inch diameter. X 6 Corrugated Steel Pipe - Steel lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in diameter May also be treated, 1 thru 5. X 7 Corrugated Aluminum Pipe - Aluminum lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in diameter May also be treated, #5 X Supplemental to Wage Rates 2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION YES NO 8. Anchor Bolts & Nuts - Anchor Bolts and Nuts, for mounting sign structures, luminaries and other items, shall be made from commercial bolt stock. See Contract Plans and Std. Plans for size and material type. X 9. Aluminum Pedestrian Handrail - Pedestrian handrail conforming to the type and material specifications set forth in the contract plans Welding of aluminum shall be in accordance with Section 9-28 14(3). X 10. Major Structural Steel Fabrication - Fabrication of major steel items such as trusses, beams, girders, etc., for bridges X 11. Minor Structural Steel Fabrication - Fabrication of minor steel Items such as special hangers, brackets, access doors for structures, access ladders for irrigation boxes, bridge expansion joint systems, etc., involving welding, cutting, punching and/or boring of holes. See Contact Plans for item description and shop drawings X 12. Aluminum Bridge Railing Type BP - Metal bridge railing conforming to the type and material specifications set forth in the Contract Plans. Welding of aluminum shall be in accordance with Section 9-28 14(3). X 13. Concrete Piling--Precast-Prestressed concrete piling for use as 55 and 70 ton concrete piling Concrete to conform to Section 9-19.1 of Std Spec . X 14. Precast Manhole Types 1, 2, and 3 with cones, adjustment sections and flat top slabs. See Std. Plans X 15. Precast Drywell Types 1, 2, and with cones and adjustment Sections. See Std. Plans. X 16. Precast Catch Basin - Catch Basin type 1, 1 L, 1 P, and 2 With adjustment sections. See Std. Plans. X Supplemental to Wage Rates 3 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION YES NO 17 Precast Concrete Inlet - with adjustment sections, See Std Plans X 18. Precast Drop Inlet Type 1 and 2 with metal grate supports See Std Plans X 19. Precast Grate Inlet Type 2 with extension and top units See Std. Plans X 20. Metal frames, vaned grates, and hoods for Combination Inlets. See Std Plans X 21 Precast Concrete Utility Vaults - Precast Concrete utility vaults of various sizes. Used for in ground storage of utility facilities and controls See Contract Plans for size and construction requirements. Shop drawings are to be provided for approval prior to casting X 22. Vault Risers - For use with Valve Vaults and Utilities Vaults X 23 Valve Vault - For use with underground utilities See Contract Plans for details X 24. Precast Concrete Barrier - Precast Concrete Barrier for use as new barrier or may also be used as Temporary Concrete Barrier Only new state approved barrier may be used as permanent barrier X 25. Reinforced Earth Wall Panels — Reinforced Earth Wall Panels in size and shape as shown in the Plans. Fabrication plant has annual approval for methods and materials to be used. See Shop Drawing Fabrication at other locations may be approved, after facilities inspection, contact HQ. Lab X 26. Precast Concrete Walls - Precast Concrete Walls - tilt -up wall panel in size and shape as shown in Plans Fabrication plant has annual approval for methods and materials to be used X Supplemental to Wage Rates 4 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION YES NO 27. Precast Railroad Crossings - Concrete Crossing Structure Slabs. 28. 12, 18 and 26 inch Standard Precast Prestressed Girder — Standard Precast Prestressed Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A X 29. Prestressed Concrete Girder Series 4-14 - Prestressed Concrete Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders See Std. Spec. Section 6-02 3(25)A X 30. Prestressed Tri -Beam Girder - Prestressed Tri -Beam Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders See Std. Spec. Section 6-02.3(25)A X 31. Prestressed Precast Hollow -Core Slab — Precast Prestressed Hollow -core slab for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders See Std. Spec. Section 6-02 3(25)A. X 32. Prestressed -Bulb Tee Girder - Bulb Tee Prestressed Girder for use in structures Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02 3(25)A X 33. Monument Case and Cover See Std. Plan. X Supplemental to Wage Rates 5 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION YES NO 34 Cantilever Sign Structure - Cantilever Sign Structure fabricated from steel tubing meeting AASHTO-M-183 See Std Plans, and Contract Plans for details The steel structure shall be galvanized after fabrication in accordance with AASHTO-M-111 X X 35 Mono -tube Sign Structures - Mono -tube Sign Bridge fabricated to details shown in the Plans. Shop drawings for approval are required prior to fabrication 36. Steel Sign Bridges - Steel Sign Bridges fabricated from steel tubing meeting AASHTO-M-138 for Aluminum Alloys. See Std Plans, and Contract Plans for details. The steel structure shall be galvanized after fabrication in accordance with AASHTO-M-111 X 37 Steel Sign Post - Fabricated Steel Sign Posts as detailed in Std Plans Shop drawings for approval are to be provided prior to fabrication X 38 Light Standard -Prestressed - Spun, prestressed, hollow concrete poles X 39 Light Standards - Lighting Standards for use on highway illumination systems, poles to be fabricated to conform with methods and materials as specified on Std Plans. See Specia Provisions for pre -approved drawings. X 40 Traffic Signal Standards - Traffic Signal Standards for use on highway and/or street signal systems Standards to be fabricated to conform with methods and material as specified on Std. Plans. See Special Provisions for pre -approved drawings X 41. Precast Concrete Sloped Mountable Curb (Single and DualFaced) See Std Plans Supplemental to Wage Rates 6 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION YES NO 42. Traffic Signs - Prior to approval of a Fabricator of Traffic Signs, the sources of the following materials must be submitted and approved for reflective sheeting, legend material, and aluminum sheeting. NOTE: *** Fabrication inspection required. Only signs tagged "Fabrication Approved" by WSDOT Sign Fabrication Inspector to be installed X X Custom Message Std Signing Message 43. Cutting & bending reinforcing steel X 44 Guardrail components X X Custom End Sec Standard Sec 45 Aggregates/Concrete mixes Covered by WAC 296-127-018 46. Asphalt Covered by WAC 296-127-018 47. Fiber fabrics X 48 Electrical wiring/components X 49. treated or untreated timber pile X 50. Girder pads (elastomeric bearing) X 51. Standard Dimension lumber X 52 Irrigation components X Supplemental to Wage Rates 7 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION YES NO 53. Fencing materials X 54. Guide Posts X 55. Traffic Buttons X 56 Epoxy X 57 Cribbing X 58 Water distribution materials X 59 Steel "H" piles X 60 Steel pipe for concrete pile casings X 61. Steel pile tips, standard X 62 Steel pile tips, custom X Supplemental to Wage Rates 8 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 State of Washington Department of Labor and Industries Prevailing Wage Section - Telephone (360) 902 - PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, 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 METAL FABRICATION (IN SHOP) EFFECTIVE 08-31-2008 **************************************************************************************************** Classification Code (See Benefit Code Key) Prevailing Overtime Holiday Wage Code Code Counties Covered: ADAMS, ASOTIN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, KITTITAS LINCOLN, OKANOGAN, PEND ORIELLE, STEVENS, WALLA WALLA AND WHITMAN FITTER/WELDER $12.76 LABORER $8 13 MACHINE OPERATOR $12.66 PAINTER $10.20 Counties Covered: BENTON 1 1 1 1 MACHINE OPERATOR $10 53 1 PAINTER $9 76 1 WELDER $16 70 1 1 Counties Covered: CHELAN FITTER $15 04 1 LABORER $9.54 1 MACHINE OPERATOR $9 71 1 PAINTER $9.93 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 Supplemental to Wage Rates 9 METAL FABRICATION (IN SHOP) EFFECTIVE 08-31-2008 **************************************************************************************************** Classification Code (See Benefit Code Key) Prevailing Overtime Holiday Wage Code Code Counties Covered. CLARK FITTER $28 63 1E 6H LABORER $20 35 1E 6H MACHINE OPERATOR $29 91 1E 6H PAINTER $26 45 1E 6H WELDER $28 03 1E 6H LAYEROUT $29 91 1E 6H Counties Covered COWLITZ MACHINE OPERATOR $24 46 1B 6V PAINTER $24 46 1B 6V WELDER $24 46 1B 6V FITTER/WELDER PAINTER Counties Covered GRANT $10 79 1 $8 07 1 Counties Covered KING FITTER $15 86 1 LABORER $9 78 1 MACHINE OPERATOR $13 04 1 PAINTER $11 10 1 WELDER 15 48 Counties Covered KITSAP FITTER $26 96 1 LABORER $8 07 1 MACHINE OPERATOR $13.83 1 WELDER $13 83 1 Supplemental to Wage Rates 10 METAL FABRICATION (IN SHOP) EFFECTIVE 08-31-2008 **************************************************************************************************** Classification Code (See Benefit Code Key) Prevailing Overtime Holiday Wage Code Code Counties Covered KLICKITAT, SKAMANIA, 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 $10 32 1 MACHINE OPERATOR $13 98 1 WELDER $13.98 1 Counties Covered. SNOHOMISH FITTER/WELDER $15.38 1 LABORER $9 79 1 MACHINE OPERATOR $8 84 1 PAINTER $9 98 1 Counties Covered SPOKANE FITTER $12.59 1 LABORER $8 07 1 MACHINE OPERATOR $13.26 1 PAINTER $10.27 1 WELDER $10 80 1 Supplemental to Wage Rates 11 METAL FABRICATION (IN SHOP) EFFECTIVE 08-31-2008 **************************************************************************************************** Classification Code (See Benefit Code Key) Prevailing Overtime Holiday Wage Code Code Counties Covered' THURSTON FITTER $24 88 1A 6T LABORER $16 61 1A 6T MACHINE OPERATOR $26 95 1A 6T LAYEROUT $26 95 1A 6T WELDER $22.81 1A 6T Counties Covered WHATCOM FITTER/WELDER $13 81 1 LABORER $9 00 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 Supplemental to Wage Rates 12 FABRICATED PRECAST CONCRETE PRODUCTS EFFECTIVE 08-31-2008 **************************************************************************************************** Classification Code (See Benefit Code Key) Prevailing Overtime Holiday Wage Code Code Counties Covered. ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND OREILLE, STEVENS, WALLA WALLA AND WHITMAN ALL CLASSIFICATIONS ALL CLASSIFICATIONS $9 96 1 Counties Covered: CHELAN, KITTITAS, KLICKITAT AND SKAMANIA 8.61 1 Counties Covered• CLALLAM, CLARK, COWLITZ, GRAYS HARBOR, ISLAND, JEFFERSON, KITSAP,LEWIS, MASON, PACIFIC, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WAHKIAKUM ALL CLASSIFICATIONS $13.50 1 Counties Covered FRANKLIN ALL CLASSIFICATIONS $11.50 1 Counties Covered KING ALL CLASSIFICATIONS $13 15 2K 5B Counties Covered PIERCE ALL CLASSIFICATIONS $9.28 1 Counties Covered SPOKANE ALL CLASSIFICATIONS $20.23 1 Counties Covered WHATCOM ALL CLASSIFICATIONS $13.67 1 Counties Covered. YAKIMA CRAFTSMAN $8.72 1 LABORER $8.07 1 Supplemental to Wage Rates 13 WSDOT's List of State Occupations not applicable to Heavy and Highway Construction Projects This project is subject to the state hourly minimum rates for wages and fringe benefits in the contract provisions, as provided by the state Department of Labor and Industries. The following list of occupations, is comprised of those occupations that are not normally used in the construction of heavy and highway projects When considering job classifications for use and / or payment when bidding on, or building heavy and highway construction projects for, or administered by WSDOT, these Occupations will be excepted from the included "Washington State Prevailing Wage Rates For Public Work Contracts" documents • Electrical Fixture Maintenance Workers • Electricians - Motor Shop • Heating Equipment Mechanics • Industrial Engine and Machine Mechanics • Industrial Power Vacuum Cleaners • Inspection, Cleaning, Sealing of Water Systems by Remote Control • Laborers - Underground Sewer & Water • Machinists (Hydroelectric Site Work) • Modular Buildings • Playground & Park Equipment Installers • Power Equipment Operators - Underground Sewer & Water • Residential ***ALL ASSOCIATED RATES *** • Sign Makers and Installers (Non -Electrical) • Sign Makers and Installers (Electrical) • Stage Rigging Mechanics (Non Structural) The following occupations may be used only as outlined in the preceding text concerning "WSDOT's list for Suppliers - Manufacturers - Fabricators" • Fabricated Precast Concrete Products • Metal Fabrication (In Shop) Definitions for the Scope of Work for prevailing wages may be found at the Washington State Department of Labor and Industries web site and in WAC Chapter 296-127 Supplemental to Wage Rates 14 Washington State Department of Labor and Industries Policy Statements (Regarding Production and Delivery of Gravel, Concrete, Asphalt, etc.) The following two letters from the State Department of Labor and Industries (State L&I) dated August 18, 1992 and June 18, 1999, clarify the intent and establish policy for administrating the provisions of WAC 296-127-018 COVERAGE AND EXEMPTIONS OF WORKERS INVOLVED IN THE PRODUCTION AND DELIVERY OF GRAVEL, CONCRETE, ASPHALT, OR SIMILAR MATERIALS. Any firm with questions regarding the policy, these letters, or for determinations of covered and non -covered workers shall be directed to State L&I at (360) 902-5330. Effective September 1, 1993, minimum prevailing wages for all work covered by WAC 296-127-018 for the production and/or delivery of materials to a public works contract will be found under the regular classification of work for Teamsters, Power Equipment Operators, etc. Supplemental to Wage Rates 15 ESAC DIVISION - TELEPHONE (206) 586-6887 PO BOX 44540, OLYMPIA, WASHINGTON 98504-4540 August 18, 1992 TO. All Interested Parties FROM Jim P Christensen Acting Industrial Statistician SUBJECT. Materials Suppliers - WAC 296-127-018 This memo is intended to provide greater clarity regarding the application of WAC 296- 127-018 to awarding agencies, contractors, subcontractors, material suppliers and other interested parties. The information contained herein should not be construed to cover all possible scenarios which might require the payment of prevailing wage The absence of a particular activity under the heading "PREVAILING WAGES ARE REQUIRED FOR" does not mean that the activity is not covered Separate Material Supplier Equipment Operator rates have been eliminated For those cases where a production facility is set up for the specific purpose of supplying materials to a public works construction site, prevailing wage rates for operators of equipment such as crushers and batch plants can be found under Power Equipment Operators. PREVAILING WAGES ARE REQUIRED FOR: 1 Hauling materials away from a public works project site, including excavated materials, demolished materials, etc. 2 Delivery of materials to a public works project site using a method that involves incorporation of the delivered materials into the project site, such as spreading, leveling, rolling, etc 3 The production of materials at a facility that is established for the specific, but not necessarily exclusive, purpose of supplying materials for a public works project. 4 Delivery of the materials mentioned in #3 above, regardless of the method of delivery. PREVAILING WAGES ARE NOT REQUIRED FOR: 1 The production of materials by employees of an established materials supplier, in a permanent facility, as well as the delivery of these materials, as long as delivery does not include incorporation of the materials into the job site 2 Delivery of materials by a common or contract carrier, as long as delivery does not include incorporation of the materials into the job site 3 Production of materials for unspecified future use. Supplemental to Wage Rates 16 STATE OF WASHINGTON DEPARTMENT OF LABOR AND INDUSTRIES June 18, 1999 TO: Kerry S Radcliff, Editor Washington State Register FROM. Gary Moore, Director Department of Labor and Industries SUBJECT: Notice re WAC 296-127-018, Coverage and exemptions of workers involved in the production and delivery of gravel, concrete, asphalt, or similar materials The department wishes to publish the following Notice in the next edition of the Washington State Register: NOTICE Under the current material supplier regulations, WAC 296-127-018, the department takes the position that prevailing wages do not apply to the delivery of wet concrete to public works sites, unless the drivers do something more than just deliver the concrete. Drivers delivering concrete into a crane and bucket, hopper of a pump truck, or forms or footings, are not entitled to prevailing wages unless they operate machinery or use tools that screed, float, or put a finish on the concrete. This position applies only to the delivery of wet concrete It does not extend to the delivery of asphalt, sand, gravel, crushed rock, or other similar materials covered under WAC 296-127-018. The department's position applies only to this regulation If you need additional information regarding this matter, please contact Greg Mowat, Program Manager, Employment Standards, at P 0 Box 44510, Olympia, WA 98504-4510, or call (360) 902-5310 Please publish the above Notice in WSR 99-13. If you have questions or need additional information, please call Selwyn Walters at 902-4206. Thank you Cc: Selwyn Walters, Rules Coordinator Patrick Woods, Assistant Director Greg Mowat, Program Manager Supplemental to Wage Rates 17 SECTION 5 - TECHNICAL SPECIFICATIONS G:\PROJECTS\2006\060288\06028B PHASE 3 OVERFLOW SPECS.doc 5-1 CITY OF YAKIMA YAKIMA COUNTY, WASHINGTON SPECIAL PROVISIONS FOR LEVEL 2 DOMESTIC WATER SYSTEM IMPROVEMENTS - PHASE 3 HLA Project Number 06028C CONTENTS PAGE NO. SPECIAL PROVISIONS...... 5-3 DESCRIPTION OF WORK 5-3 1-01 DEFINITIONS AND TERMS. .5-4 1-02 BID PROCEDURES AND CONDITIONS .. .... . 5-6 1-03 AWARD AND EXECUTION OF CONTRACT.... 5-10 1-04 SCOPE OF THE WORK . 5-11 1-05 CONTROL OF WORK 5-13 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC. 5-21 1-08 PROSECUTION AND PROGRESS 5-32 1-09 MEASUREMENT AND PAYMENT . ............. ...... 5-38 1-10 TEMPORARY TRAFFIC CONTROL .. . ... 5-43 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP 5-44 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 5-45 2-07 WATERING ... .................. 5-46 2-09 STRUCTURE EXCAVATION 5-46 2-11 TRIMMING AND CLEANUP 5-47 3-01 PRODUCTION FROM QUARRY AND PIT SITES AND STOCKPILING .5-47 3-02 STOCKPILING AGGREGATES .. . . 5-47 4-04 BALLAST AND CRUSHED SURFACING 5-48 7-09 PIPE AND FITTINGS FOR WATER MAIN 5-48 7-12 VALVES FOR WATER MAINS 5-50 7-20 HDPE PIPE INSTALLATION REQUIREMENTS (NEW SECTION) .... 5-51 7-21 REPLACE OVERFLOW STANDPIPE .. .................. 5-55 STANDARD PLANS .5-55 AMENDMENTS TO THE 2006 WASHINGTON STATE DOT STANDARD SPECS G:\PROJECTS\2006\060288\060288 PHASE 3 OVERFLOW SPECS.doc 5-2 SPECIAL PROVISIONS FOR CITY OF YAKIMA LEVEL 2 DOMESTIC WATER SYSTEM IMPROVEMENTS - PHASE 3 OVERFLOW RELOCATION — RESERVOIR NO. 1 CITY OF YAKIMA PROJECT NO. WA2096 — PHASE 3 HLA Project No. 06028C The following Special Provisions are made a part of this contract and supersede any conflicting provisions of the 2006 Standard Specifications for Road, Bridge and Municipal Construction, 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 similar to Standard Specifications in that they typically apply to many projects, usually in more than one Region. Usually, the only difference from one project to another is the inclusion of variable project data, inserted as a "fill-in" 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 similar to Standard Specifications in that they typically apply to many projects, usually in more than one Region Usually, the only difference from one project to another is the inclusion of variable project data, inserted as a "fill-in" Project Specific Special Provisions normally appear only in the contract for which they were developed. DESCRIPTION OF WORK The project consists of. Demolition of existing reservoir overflow structure and reservoir drain valve assembly, construction of approximately 70 linear feet of new 12 -inch D I water main overflow piping, G \ PROJECTS \2006\06028B\060288 PHASE 3 OVERFLOW SPECS.doc 5-3 installation of approximately 85 linear feet of 12 -inch HDPE slipline for drainline rehabilitation, installation of new 12 -inch butterfly drain valve, pipe, valve, and fittings; and other associated work A Construction Sequence is included in the Plans, which must be closely followed by the Contractor, and may describe work to be completed from more than one location of work at the same time. The quantities of work indicated in the proposal are to be considered as estimates and are for comparative bidding purposes only. All payments will be made on the basis of actual field measurement of Contract work completed. All work shall be done in accordance with the Plans, the Standard Specifications for Road, Bridge, and Municipal Construction prepared by the Washington State Department of Transportation dated 2006, referenced codes and organizations, and these Special Provisions 1-01 DEFINITIONS AND TERMS 1-01.3 DEFINITIONS (******) Section 1-01 3 is supplemented as follows: The terms defined in SECTION 1-01 3 of the Standard Specifications shall be further described by the following: Contracting Agency: City of Yakima 129 North Second Street Yakima, WA 98901 The terms "Contracting Agency", "Agency" and "Owner" are interchange- able. Engineer: Working Drawings 1-01.3 Definitions (October 1, 2005 APWA GSP) Huibregtse, Louman Associates, Inc. 801 North 39th Avenue Yakima, WA 98902 Working drawings are further defined as electrical diagrams, catalog cut sheets, manufacturer's informational sheets describing salient features, performance curves, or samples of fabricated and manufactured items (including mechanical and electrical equipment) required for the construction project. This Section is supplemented with the following• All references in the Standard Specifications to the terms "State", "Department of Transportation", "Washington State Transportation Commission", "Commission", "Secretary of Transportation", "Secretary", "Headquarters", and "State Treasurer" shall be revised to read "Contracting Agency" All references to "State Materials Laboratory" shall be revised to read "Contracting Agency designated location" The venue of all causes of action arising from the advertisement, award, execution, and performance of the contract shall be in the Superior Court of the County where the Contracting Agency's headquarters are located. G:\PROJECTS\2006\060288\06028B PHASE 3 OVERFLOW SPECS.doc 5-4 Additive A supplemental unit of work or group of bid items, identified separately in the proposal, which may, at the discretion of the Contracting Agency, be awarded in addition to the base bid Alternate One of two or more units of work or groups of bid items, identified separately in the proposal, from which the Contracting Agency may make a choice between different methods or material of construction for performing the same work. Contract Documents See definition for "Contract". Contract Time The period of time established by the terms and conditions of the contract within which the work must be physically completed Dates Bid Opening Date The date on which the Contracting Agency publicly opens and reads the bids Award Date The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive bidder for the work. Contract Execution Date The date the Contracting Agency officially binds the agency to the contract. Notice to Proceed Date The date stated in the Notice to Proceed on which the contract time begins. Substantial Completion Date The day the Engineer determines the Contracting Agency has full and unrestricted use and benefit of the facilities, both from the operational and safety standpoint, and only minor incidental work, replacement of temporary substitute facilities, or correction or repair remains for the physical completion of the total contract. Contract Completion Date The date by which the work is contractually required to be physically completed. The Contract Completion Date will be stated in the Notice to Proceed Revisions of this date will be authorized in writing by the Engineer whenever there is an extension to the contract time Physical Completion Date The day all of the work is physically completed on the project. All documentation required by the contract and required by law does not necessarily need to be furnished by the Contractor by this date Completion Date The day all the work specified in the contract is completed and all the obligations of the Contractor under the contract are fulfilled by the Contractor. All documentation required by the contract and required by law must be furnished by the Contractor before establishment of this date Final Acceptance Date The date on which the Contracting Agency accepts the work as complete G:\ PROJECTS\2006\06028B\06028B PHASE 3 OVERFLOW SPECS doc 5-5 Notice of Award The written notice from the Contracting Agency to the successful bidder signifying the Contracting Agency's acceptance of the bid Notice to Proceed The written notice from the Contracting Agency or Engineer to the Contractor authorizing and directing the Contractor to proceed with the work and establishing the date on which the contract time begins Traffic Both vehicular and non -vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and equestrian traffic. 1-02 BID PROCEDURES AND CONDITIONS 1-02.1 PREQUALIFICATION OF BIDDERS Delete this Section and replace it with the following: 1-02.1 Qualifications of Bidder (October 1, 2005 APWA GSP) 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. 1-02.2 Plans and Specifications (October 1, 2005 APWA GSP) Delete this section and replace it with the following: Information as to where Bid Documents can be obtained or reviewed will be found in the Call for Bids (Advertisement for Bids) for the work. After award of the contract, plans and specifications will be issued to the Contractor at no cost as detailed below. To Prime Contractor Reduced plans (11" x 17") No. of Sets Basis of Distribution 6 Furnished automatically and Contract Provisions upon award Large plans (22" x 34") 2 Furnished only upon and Contract Provisions request Additional plans and Contract Provisions may be purchased by the Contractor by payment of the cost stated in the Call for Bids. 1-02.4 EXAMINATION OF PLANS, SPECIFICATIONS, AND SITE OF WORK 1-02.4(1) GENERAL Add the following paragraph. G:\PROJECTS\2006\060288\060288 PHASE 3 OVERFLOW SPECS doc 5-6 No pre-bid approval on any proposed substitute equipment shall be granted prior to the bid opening unless specified otherwise in these Specifications. 1-02.5 Proposal Forms (October 1, 2005 APWA GSP) Delete this section and replace it with the following: At the request of a bidder, the Contracting Agency will provide a proposal form for any project on which the bidder is eligible to bid. The proposal form will identify the project and its location and describe the work. It will also list estimated quantities, units of measurement, the items of work, and the materials to be furnished at the unit bid prices. The bidder shall complete spaces on the proposal form that call for, but are not limited to, unit prices, extensions, summations, the total bid amount; signatures; date, and, where applicable, retail sales taxes and acknowledgment of addenda, the bidder's name, address, telephone number, and signature, the bidder's D/M/WBE commitment, if applicable, a State of Washington Contractor's Registration Number; and a Business License Number, if applicable Bids shall be completed by typing or shall be printed in ink by hand, preferably in black ink. The required certifications are included as part of the proposal form. The Contracting Agency reserves the right to arrange the proposal forms with alternates and additives, if such be to the advantage of the Contracting Agency The bidder shall bid on all alternates and additives set forth in the proposal forms unless otherwise specified Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by the signer of the bid The bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner A bid by a corporation shall be executed in the corporate name, by the president or a vice president (or other corporate officer accompanied by evidence of authority to sign) A bid by a partnership shall be executed in the partnership name, and signed by a partner A copy of the partnership agreement shall be submitted with the Bid Form if any D/M/WBE requirements are to be satisfied through such an agreement. A bid by a joint venture shall be executed in the joint venture name and signed by a member of the joint venture A copy of the joint venture agreement shall be submitted with the Bid Form if any D/W/MBE requirements are to be satisfied through such an agreement. 02064.GR1 Preparation Of Proposal (August 2, 2004) The fifth and sixth paragraphs of Section 1-02 6 are deleted. 1-02.6 PREPARATION OF PROPOSAL (******) Delete the second paragraph and replace with the following: Any bid item which has a unit price but no extension column amount shall have the extension amount determined by multiplying the unit price times the unit quantity. Any bid item which does not have a unit price but does have an extension column amount shall have the unit price determined by dividing the extension amount by the unit quantity Should both the unit price and the extension column amount be left blank, then the entire bid shall be considered non-responsive G \PROJECTS\2006\060288\06028B PHASE 3 OVERFLOW SPECS.doc 5-7 1-02.7 Bid Deposit October 1, 2005 APWA GSP Supplement this section with the following. Bid bonds shall contain the following: 1. Contracting Agency -assigned number for the project; 2. Name of the project; 3. The Contracting Agency named as obligee; 4 The amount of the bid bond stated either as a dollar figure or as a percentage which represents five percent of the maximum bid amount that could be awarded; 5. Signature of the bidder's officer empowered to sign official statements. The signature of the person authorized to submit the bid should agree with the signature on the bond, and the title of the person must accompany the said signature, 6. The signature of the surety's officer empowered to sign the bond and the power of attorney. If so stated in the Contract Provisions, bidder must use the bond form included in the Contract Provisions. 1-02.9 Delivery of Proposal (October 1, 2005 APWA GSP) Revise the first paragraph to read. Each proposal shall be submitted in a sealed envelope, with the Project Name and Protect Number as stated in the Advertisement for Bids (Call for Bids) clearly marked on the outside of the envelope, or as otherwise stated in the Bid Documents, to ensure proper handling and delivery. This section is supplemented with the following Clearly identified sealed bids will be received at the following location before the specified time: Office of the Contracting Agency, Yakima City Hall, 129 North Second Street, Yakima, WA 98901, until the time and date set for the bid opening 1-02.13 Irregular Proposals (October 1, 2005 APWA GSP) Revise item 1 to read: 1 A proposal will be considered irregular and will be rejected if: a. The bidder is not prequalified when so required; b. The authorized proposal form furnished by the Contracting Agency is not used or is altered, c. The completed proposal form contains any unauthorized additions, deletions, alternate bids, or conditions; d The bidder adds provisions reserving the right to reject or accept the award, or enter into the contract; e A price per unit cannot be determined from the bid proposal, f The proposal form is not properly executed; g. The bidder fails to submit or properly complete a subcontractor list, if applicable, as required in Section 1-02 6. h The bidder fails to submit or properly complete a Disadvantaged, Minority or Women's Business Enterprise Certification, if applicable, as required in Section 1-02 6; or G:\PROJECTS\2006\06028B\06028B PHASE 3 OVERFLOW SPECS.doc 5-8 i The bid proposal does not constitute a definite and unqualified offer to meet the material terms of the bid invitation (******) Add the following to Item 2• f. If changes to proposal form entries are not initialized 1-02.14 Disqualification of Bidders (October 1, 2005 APWA GSP) Revise this section to read A bidder may be deemed not responsible and the proposal rejected if 1 More than one proposal is submitted for the same project from a bidder under the same or different names; 2 Evidence of collusion exists with any other bidder or potential bidder. Participants in collusion will be restricted from submitting further bids; 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; 4. An unsatisfactory performance record exists based on past or current Contracting Agency work or for work done for others, as judged from the standpoint of conduct of the work, workmanship; progress; affirmative action, equal employment opportunity practices, or Disadvantaged Business Enterprise, Minority Business Enterprise, or Women's Business Enterprise utilization, 5 There is uncompleted work (Contracting Agency or otherwise) which might hinder or prevent the prompt completion of the work bid upon; 6 The bidder failed to settle bills for labor or materials on past or current contracts; 7 The bidder has failed to complete a written public contract or has been convicted of a crime arising from a previous public contract; 8 The bidder is unable, financially or otherwise, to perform the work; 9 A bidder is not authorized to do business in the State of Washington (not registered in accordance with RCW 18.27); 10. There are any other reasons deemed proper by the Contracting Agency 1-02.15 Pre Award Information (October 1, 2005 APWA GSP) Revise this section to read: Before awarding any contract, the Contracting Agency may require one or more of these items or actions of the apparent lowest responsible bidder 1 A complete statement of the origin, composition, and manufacture of any or all materials to be used, 2. Samples of these materials for quality and fitness tests, 3 A progress schedule (in a form the Contracting Agency requires) showing the order of and time required for the various phases of the work, 4 A breakdown of costs assigned to any bid item, 5 Attendance at a conference with the Engineer or representatives of the Engineer, 6 Obtain, and furnish a copy of, a business license to do business in the city or county where the work is located. 7 A copy of State of Washington Contractor's Registration, or G:\PROJECTS\2006\06028B\06028B PHASE 3 OVERFLOW SPECS doc 5-9 8 Any other information or action taken that is deemed necessary to ensure that the bidder is the lowest responsible bidder. 1-03 AWARD AND EXECUTION OF CONTRACT 1-03.1 Consideration of Bids (January 23, 2006 APWA GSP) Revise the first paragraph to read: After opening and reading proposals, the Contracting Agency will check them for correctness of extensions of the prices per unit and the total price. If a discrepancy exists between the price per unit and the extended amount of any bid item, the price per unit will control If a minimum bid amount has been established for any item and the bidder's unit or lump sum price is less than the minimum specified amount, the Contracting Agency will unilaterally revise the unit or lump sum price, to the minimum specified amount and recalculate the extension. The total of extensions, corrected where necessary, including sales taxes where applicable and such additives and/or alternates as selected by the Contracting Agency, will be used by the Contracting Agency for award purposes and to fix the Awarded Contract Price amount and the amount of the contract bond 1-03.2 AWARD OF CONTRACT (******) Add the following: The Contract will be awarded on the basis of the total of all bid items accepted by the Contracting Agency. The Contractor shall submit bids for all schedules and all bid items to be considered as a responsive bidder. The apparent low bidder will be determined based on the combined total of all bid items/schedules. 1-03.3 Execution of Contract (October 1, 2005 APWA GSP) Revise this section to read: Copies of the Contract Provisions, including the unsigned Form of Contract, will be available for signature by the successful bidder on the first business day following award. The number of copies to be executed by the Contractor will be determined by the Contracting Agency. Within ten (10) calendar days after the award date, the successful bidder shall return the signed Contracting Agency -prepared contract, an insurance certification as required by Section 1-07 18, and a satisfactory bond as required by law and Section 1-03.4 Before execution of the contract by the Contracting Agency, the successful bidder shall provide any pre -award information the Contracting Agency may require under Section 1-02 15 Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency nor shall any work begin within the project limits or within Contracting Agency -furnished sites The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the Contracting Agency If the bidder experiences circumstances beyond their control that prevents return of the contract documents within ten (10) calendar days after the award date stated above, the Contracting Agency may grant up to a maximum of thirty (30) additional calendar days for return of the documents, provided the Contracting Agency deems the circumstances warrant it. (******) Add the following. G:\PROJECTS\2006\060288\060286 PHASE 3 OVERFLOW SPECS.doc 5-10 Failure to return the required documents within the allotted time shall be considered as non- responsive and shall result in forfeiture of the proposal bond or deposit of the bidder in accordance with Section 1-03 5 1-03.4 Contract Bond (October 1, 2005 APWA GSP) Revise the first paragraph to read. The successful bidder shall provide an executed contract bond for the full contract amount. This contract bond shall. 1. Be on a Contracting Agency -furnished form, 2. Be signed by an approved surety (or sureties) that: a Is registered with the Washington State Insurance Commissioner, and b. Appears on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner, 3 Be conditioned upon the faithful performance of the contract by the Contractor within the prescribed time, 4. Guarantee that the surety shall indemnify, defend, and protect the Contracting Agency against any claim of direct or indirect loss resulting from the failure. a Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors of the Contractor) to faithfully perform the contract, or b. Of the Contractor (or the subcontractors or lower tier subcontractors of the Contractor) to pay all laborers, mechanics, subcontractors, lower tier subcontractors, materialperson, or any other person who provides supplies or provisions for carrying out the work; 5 Be accompanied by a power of attorney for the Surety's officer empowered to siqn the bond; and 6 Be signed by an officer of the Contractor empowered to sign official statements (sole proprietor or partner). If the Contractor is a corporation, the bond must be signed by the president or vice- president, unless accompanied by written proof of the authority of the individual signing the bond to bind the corporation (i.e., corporate resolution, power of attorney or a letter to such effect by the president or vice-president). (******) Add the following• The Contractor shall guarantee the material provided and workmanship performed under the Contract for a period of one year from and after the final acceptance thereof by the Contracting Agency In addition to the requirements for the Contract Bond according to SECTION 1-03 4 of the Standard Specifications, the Bond shall further indemnify and hold the Contracting Agency harm- less from defects appearing or developing in the material or workmanship provided or performed under the Contract within a period of one year after final acceptance by the Contracting Agency The Contract Bond shall be in the form of the Contract Bond document bound in these Specifica- tions. 1-04 SCOPE OF THE WORK 1-04.1(2) BID ITEMS NOT INCLUDED IN THE PROPOSAL Delete the first paragraph in its entirety and replace it with the following If work is required to complete the project according to the intent of the Plans and Specifications but no bid item is provided in the Bid Schedule, then the Contractor shall include the cost for G:\PROJECTS\2006\06028B\060288 PHASE 3 OVERFLOW SPECS.doc 5-11 providing the necessary work in the unit or lump sum price for the bid item most closely related to the work. 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda (October 1, 2005 APWA GSP) Revise the second paragraph to read: Any inconsistency in the parts of the contract shall be resolved by following this order of precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 1. Addenda, 2. Proposal Form, 3. Special Provisions, including APWA General Special Provisions, if they are included, 4. Contract Plans, 5. Amendments to the Standard Specifications, 6. WSDOT/APWA Standard Specifications for Road, Bridge and Municipal Construction, 7. Contracting Agency's Standard Plans (if any), and 8. WSDOT/APWA Standard Plans for Road, Bridge, and Municipal Construction 1-04.4 CHANGES Add the following. No changes in the work covered by the approved Contract Documents shall be made without having prior written or oral (as deemed appropriate due to urgency of change) approval of the Owner. Charges or credits for the work covered by the approved change shall be determined by one or more, or a combination of the following methods a. Unit bid prices previously approved b An agreed lump sum c The actual costs of. (1) Labor, including foremen; (2) Materials entering permanently into the work; (3) The ownership or rental costs of construction plant and equipment during the time of use on the extra work; (4) Power and consumable supplies for the operation of power equipment; (5) Insurance; (6) Social Security and old age and unemployment contributions Should authorized changes be made based upon the actual cost of material and labor, the costs thereof and costs allowed for overhead profit, bonds, insurance, etc., shall be determined via SECTION 1-09.6 FORCE ACCOUNT of the Standard Specifications. Delete the last two paragraphs in their entirety and replace with the following: After bid award, the Contractor may submit proposals for changing the Plans, Specifications, or other requirements of the Contract. These proposals must reduce the cost or time required for construction of the project. If determined appropriate by the Contracting Agency, a change order will be executed implementing the proposed change/changes. 1-04.6 VARIATION IN ESTIMATED QUANTITIES (******) Add the following G:\PROJECTS\2006\060288\060288 PHASE 3 OVERFLOW SPECS.doc 5-12 The quantities of the following Bid Proposal Items are estimates for bidding purposes only There will be no adjustments in price due to increases or decreases in quantities regardless of the magnitude The 25 percent provisions of this Section 1-04 6 shall not apply to the Bid items listed below Payment will be made at the unit contract price for actual quantities of work completed All Bid Items 1-04.11 FINAL CLEANUP (******) Add the following: Partial cleanup shall be done by the Contractor when he feels it is necessary or when, in the opinion of the Contracting Agency, partial cleanup should be done prior to either final cleanup or final inspection The cleanup work shall be done immediately upon written notification of the Engineer and other work shall not proceed until this partial cleanup is accomplished Should the Contractor not conduct the cleanup as directed and in a timely manner, the Owner shall take action to have such cleanup work completed by others and will deduct such costs from any payment due the Contractor. 1-04.12 WASTE SITE (NEW SECTION) (******) The following new section shall be added to the Standard Specifications Where there is additional waste excavation in excess of that needed for the project and in excess of that needed for compliance with requests of the Owner, the Contractor shall secure and operate his own waste site at his own expense The Contractor shall also be required to secure and operate his own waste site at his own expense for the disposal of all unsuitable material, asphalt, concrete, debris, waste material, and any other objectionable material which is directed to waste by the Engineer The Contractor shall comply with the State of Washington's regulations regarding disposal of waste material as outlined in WAC 172-304, Subchapter 461 1-05 CONTROL OF WORK Add the following: The Contractor's attention is specifically directed to the following provisions of this SECTION 1-05 • SECTION 1-05 4, CONFORMITY WITH AND DEVIATIONS FROM PLANS AND STAKES, paragraphs 3 through 7 • SECTION 1-05.6, INSPECTION OF WORK AND MATERIALS paragraphs 1, 3, 4, and 5 • SECTION 1-05 13, SUPERINTENDENTS, LABOR, AND EQUIPMENT OF CONTRACTOR paragraphs 2 and 3 Although specific attention is directed to the above sections, it shall not relieve the Contractor from the requirements of the remaining provisions of this section 1-05.1 AUTHORITY OF THE ENGINEER (******) This section is supplemented with the following Unless otherwise expressly provided in the Contract Drawings, Specifications, and Addenda, the means and methods of construction shall be such as the Contractor may choose, subject, however, to the Engineer's right to reject means and methods proposed by the Contractor which (1) will constitute or create a hazard to the work, or to persons or property; or (2) will not produce finished work in accordance with the terms of the Contract. The Engineer's approval of the G\PROJECTS\2006\060288\060286 PHASE 3 OVERFLOW SPECS doc 5-13 Contractor's means and methods of construction or his failure to exercise his right to reject such means or methods shall not relieve the Contractor of the obligation to accomplish the result intended by the Contract; nor shall the exercise of such right to reject create a cause for action for damages. 1-05.3 PLANS AND WORKING DRAWINGS Add the following• A project construction sequence is included in the Plans. The specifics of the order of work may be at the Contractor's option, but shall closely follow the construction sequence outlined. The Contractor may submit an alternate construction sequence for review and approval prior to construction. The materials and quality of the final constructed product are shown on the Plans and specified herein. It shall be the Contractor's responsibility to verify all quantities, dimensions, field construction criteria, materials, catalog numbers, or similar data to assure all portions of the work are coordinated and completed in compliance with the Plans and Specifications. The Contractor assumes full responsibility for all means, methods, sequences, techniques or procedures of construction, and for safety precautions or programs incidental thereto. 1-05.3(1) PROJECT RECORD DRAWINGS (NEW SECTION) (******) The following new section shall be added to the Standard Specifications: The Contractor shall maintain a neatly marked, full-size set of record drawings showing the final location and layout of all new construction Drawings shall be kept current weekly, with all field instruction, change orders, and construction adjustment. Drawings shall be subject to the inspection of the Engineer at all times Prior to acceptance of the work, the Contractor shall deliver to the Engineer one set of neatly marked record drawings showing the information required above. Requests for partial payment will not be approved if the marked -up prints are not kept current, and request for final payment will not be approved until the marked -up prints are delivered to the Engineer. 1-05.4 CONFORMITY WITH AND DEVIATION FROM PLANS AND STAKES Add the following new sub -section• 1-05.4(1) Roadway and Utility Surveys (October 1, 2005 APWA GSP) The Engineer shall furnish to the Contractor one time only all principal lines, grades, and measurements the Engineer deems necessary for completion of the work. These shall generally consist of one initial set of 1. Offset points to establish line and grade for underground utilities such as water main. 1-05.4(1) ROADWAY AND UTILITY SURVEYS (******) This section is supplemented with the following The Engineer will establish the line and grade of proposed construction by offset stakes, the centerline for minor structures, and establish bench marks at convenient locations for use by the Contractor The Contractor shall establish grades from the Engineer's stakes at suitable intervals in accordance with good practice and which meet with the approval of the Engineer. Where any information on the Plans is insufficient for establishing line and/or grade, the Contractor shall G:\PROJECTS\2006\060288\060288 PHASE 3 OVERFLOW SPECS.doc 5-14 request additional information from the Engineer Where new construction adjoins existing construction, the Contractor shall make such adjustments in grade as are directed by the Engineer. The Engineer will perform all surveying necessary to check compliance with the Specifications and as required for measuring the quantities of work as specified The Contractor shall furnish assistance to the Engineer in checking depth and measuring quantities for payment purposes. Any charges incurred by the Engineer to replace stakes, markers, and monumentation which were not to be disturbed but were damaged by the Contractor's operations, shall be calculated on an hourly basis at the Engineer's normal hourly billing rates in effect at that time for the individuals and equipment required to do the work, including travel time and overtime. The Contractor does hereby authorize the Contracting Agency to deduct such costs from the amounts due or to become due to him Any claim by the Contractor for extra compensation by reason of alterations or reconstruction work allegedly due to error in the Engineer's line and grade, will not be allowed unless the original control points set by the Engineer still exist, or unless other satisfactory substantiating evidence to prove the error is furnished the Engineer. Three consecutive points set on line or grade shall be the minimum points used to determine any variation from a straight line or grade Any such variation shall, upon discovery, be reported to the Engineer In the absence of such report, the Contractor shall be liable for any error in alignment or grade The following new section shall be added. All staking requests shall be made on the "Construction Staking Request Form" found on the following page. The form shall be delivered or faxed to the Engineer's office at least three (3) working days prior to the date requested for staking. The Contractor shall provide a brief description of the staking needed the approximate location (station to station), and when the staking will be required The request shall be reviewed with the Engineer and both parties shall sign the form When the staking is completed, the survey party chief will initial and date the form. Requests for re -stakes shall be marked boldly in the description and initialed by both the Contractor and the Engineer G:\PROJECTS\2006\060288\06028B PHASE 3 OVERFLOW SPECS.doc 5-15 CONSTRUCTION STAKING REQUEST FORM FAX TO: ERIC HERZOG, P.L.S. at (509) 965-3800 Project Name CITY OF YAKIMA Project No. 06028C LEVEL 2 DOMESTIC WATER SYSTEM IMPROVEMENTS - PHASE 3 Contractor: Date of Request: Time of Request The Contractor shall provide at least three (3) working days notice as required by the Contract Special Provisions. WHEN REQUIRED ITEM DESCRIPTION STATION TO STATION DATE TIME 1 2 3. 4. SIGNATURES STAKING COMPLETED Item By Date/Time 1. Contractor 2 3 Huibregtse, Louman Associates, Inc. 4. G:\PROJECTS\2006\060286\060286 PHASE 3 OVERFLOW SPECS.doc 5-16 1-05.5 SURVEY MONUMENTS (NEW SECTION) (******) The following new section shall be added to the Standard Specifications. The Contracting Agency will, at its own cost, reference all known existing monuments or markers relating to subdivisions, plats, roads, street centerline intersections, etc. The Contractor shall take special care to protect these monuments or markers and also the reference points. In the event the Contractor is negligent in preserving such monuments and markers, the points will be reset by a licensed surveyor at the Contractor's expense 1-05.7 Removal of Defective and Unauthorized Work (October 1, 2005 APWA GSP) Supplement this section with the following If the Contractor fails to remedy defective or unauthorized work within the time specified in a written notice from the Engineer, or fails to perform any part of the work required by the Contract Documents, the Engineer may correct and remedy such work as may be identified in the written notice, with Contracting Agency forces or by such other means as the Contracting Agency may deem necessary If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have work the Contractor refuses to perform completed by using Contracting Agency or other forces An emergency situation is any situation when, in the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk of loss or damage to the public. Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from monies due, or to become due, the Contractor. Such direct and indirect costs shall include in particular, but without limitation, compensation for additional professional services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized work. No adjustment in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the Contracting Agency's rights provided by this Section The rights exercised under the provisions of this section shall not diminish the Contracting Agency's right to pursue any other avenue for additional remedy or damages with respect to the Contractor's failure to perform the work as required 1-05.10(1) GENERAL GUARANTY AND WARRANTY (NEW SECTION) (******) The following new section shall be added to the Standard Specifications: If, within one year after the date of Final Acceptance of the Work by the Contracting Agency, defective and unauthorized work is discovered, the Contractor shall promptly, upon written request by the Contracting Agency, return and in accordance with the Engineer's instructions, either correct such work or, if such work has been rejected by the Engineer, remove it from the Project Site and replace it with non -defective and authorized work, all without cost to the Contracting Agency. If the Contractor does not promptly comply with the written request to correct defective and unauthorized work, or if an emergency exists, the Contracting Agency reserves the right to have defective and unauthorized work corrected or rejected, removed, and replaced pursuant to the provisions of SECTION 1-05 7 of these Specifications G:\PROJECTS\2006\06028B\060288 PHASE 3 OVERFLOW SPECS doc 5-17 The Contractor agrees the above one-year limitation shall not exclude nor diminish the Contracting Agency's rights under any law to obtain damages and recover costs resulting from defective and unauthorized work discovered after one year but prior to the expiration of the legal time period set forth in RCW 9.16.040 limiting actions upon a contract in writing or liability, expressed or implied, arising out of a written agreement. 1-05.11 FINAL INSPECTION Delete this section and replace it with the following 1-05.11 Final Inspections and Operational Testing (October 1, 2005 APWA GSP) 1-05.11(1) SUBSTANTIAL COMPLETION DATE When the Contractor considers the work to be substantially complete, the Contractor shall so notify the Engineer and request the Engineer establish the Substantial Completion Date The Contractor's request shall list the specific items of work that remain to be completed in order to reach physical completion. The Engineer will schedule an inspection of the work with the Contractor to determine the status of completion. The Engineer may also establish the Substantial Completion Date unilaterally. If, after this inspection, the Engineer concurs with the Contractor that the work is substantially complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the Substantial Completion Date. If, after this inspection the Engineer does not consider the work substantially complete and ready for its intended use, the Engineer will, by written notice, so notify the Contractor giving the reasons therefor. Upon receipt of written notice concurring in or denying substantial completion, whichever is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized interruption, the work necessary to reach Substantial and Physical Completion. The Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work. The above process shall be repeated until the Engineer establishes the Substantial Completion Date and the Contractor considers the work physically complete and ready for final inspection. Add the following: To be considered, substantially complete, the following conditions must be met: 1. The Contracting Agency must have full and unrestricted use and benefit of the facilities, both from the operational and safety standpoint. 2. Only minor incidental work, replacement of temporary substitute facilities, or correction or repair work remains to reach physical completion of the work. 1-05.11(2) FINAL INSPECTION AND PHYSICAL COMPLETION DATE When the Contractor considers the work physically complete and ready for final inspection, the Contractor by written notice, shall request the Engineer to schedule a final inspection. The Engineer will set a date for final inspection The Engineer and the Contractor will then make a final inspection and the Engineer will notify the Contractor in writing of all particulars in which the final inspection reveals the work incomplete or unacceptable. The Contractor shall immediately take such corrective measures as are necessary to remedy the listed deficiencies Corrective work shall be pursued vigorously, diligently, and without interruption until physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied the listed deficiencies have been corrected. G:\PROJECTS\2006\06028B\060288 PHASE 3 OVERFLOW SPECS doc 5-18 If action to correct the listed deficiencies is not initiated within 7 days after receipt of the written notice listing the deficiencies, the Engineer may, upon written notice to the Contractor, take whatever steps are necessary to correct those deficiencies pursuant to Section 1-05 7. The Contractor will not be allowed an extension of contract time because of a delay in the performance of the work attributable to the exercise of the Engineer's right hereunder Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting Agency, in writing, of the date upon which the work was considered physically complete. That date shall constitute the Physical Completion Date of the contract, but shall not imply acceptance of the work or that all the obligations of the Contractor under the contract have been fulfilled 1-05.11(3) OPERATIONAL TESTING It is the intent of the Contracting Agency to have at the Physical Completion Date a complete and operable system Therefore when the work involves the installation of machinery or other mechanical equipment; street lighting, electrical distribution or signal systems, irrigation systems; buildings; or other similar work it may be desirable for the Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the physical completion date. Whenever items of work are listed in the Contract Provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment which prove faulty, or that are not in first class operating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing, shall be included in the unit contract prices related to the system being tested, unless specifically set forth otherwise in the proposal Operational and test periods, when required by the Engineer, shall not affect a manufacturer's guaranties or warranties furnished under the terms of the contract. 1-05.13 Superintendents, Labor and Equipment of Contractor (October 1, 2005 APWA GSP) Revise the seventh paragraph to read Whenever the Contracting Agency evaluates the Contractor's qualifications pursuant to Section 1- 02.1, the Contracting Agency will take these performance reports into account. 1-05.16 Water and Power (New Section) (October 1, 2005 APWA GSP) Water for construction purposes shall be furnished and applied in accordance with these provisions and SECTION 2-07 of the Standard Specifications modified as follows Water Supply: Water for use on the projects shall be furnished by the Contracting Agency and the Contractor shall convey the water from the nearest convenient hydrant or other source at his own expense. The hydrants shall be used in accordance with the appropriate Water Department regulations. Measurement and Payment: No separate measurement or payment for water will be made This pertains to water required for dust control, water settling trenches, and any other water as G \ PROJECTS \2006\0602881060288 PHASE 3 OVERFLOW SPECS.doc 5-19 required by the Contract Documents All costs for hauling, conveying, and applying water shall be included in the various bid items of the proposal. 1-05.17 Oral Agreements (New Section) (October 1, 2005 AWPA GSP) No oral agreement or conversation with any officer, agent, or employee of the Contracting Agency, either before or after execution of the contract, shall affect or modify any of the terms or obligations contained in any of the documents comprising the contract. Such oral agreement or conversation shall be considered as unofficial information and in no way binding upon the Contracting Agency, unless subsequently put in writing and signed by the Contracting Agency. 1-05.18 TESTING (NEW SECTION) (******) The following new section shall be added to the Standard Specifications: The Contractor shall be responsible for scheduling and paying for all material testing required by these Contract Documents. All testing services shall be performed by an independent, certified testing firm and/or laboratory meeting the approval of the Engineer The Contractor shall submit information relating to the qualifications of the proposed testing firm to the Engineer for review and approval prior to the preconstruction conference The testing frequencies listed below may be modified to assure compliance with the Specifications. Trench Backfill Copies of moisture -density curves for each type of material encountered and copies of all test results shall be provided to the Engineer as construction progresses Compaction tests shall be taken at a frequency and at depths sufficient to document that the required density has been achieved At a minimum, one (1) compaction test shall be taken for each 100 linear feet of mainline pipeline trench and one (1) test for each street crossing. At alternating 100 -foot locations along the main trench line, tests shall be taken at 1 -foot, 2 - foot, and 3 -foot depths below finish grade. The Engineer may request additional tests be performed at the Contractor's expense, if test results do not meet the required trench backfill densities. All trenches shall be backfilled and compacted to at least 95 percent of maximum density as determined by ASTM D 698 (Standard Proctor) Roadway Embankment Copies of the moisture density curves for each type of material encountered and copies of all test results shall be provided to the Engineer as construction progresses. Compaction tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for every 5,000 square feet of surface area for each lift of roadway embankment. The Engineer may request additional tests be performed at the Contractor's expense, if test results do not meet the required subgrade densities Roadway embankment compaction shall be as specified in SECTION 2-03 3(14) Roadway Subgrade Copies of the moisture density curves for each type of material encountered and copies of all test results shall be provided to the Engineer as construction progresses. G'\PROJECTS\2006\060288\060288 PHASE 3 OVERFLOW SPECS.doc 5-20 Compaction tests shall be taken at a frequency sufficient to document that the required density has been achieved At a minimum, one (1) compaction test shall be taken for every 5,000 square feet of subgrade The Engineer may request additional tests be performed at the Contractor's expense, if test results do not meet the required subgrade densities Subgrade compaction shall be as specified for Roadway Embankment. Ballast and Crushed Surfacing Copies of the moisture density curves for each type of material incorporated into the project and copies of all test results shall be provided to the Engineer as construction progresses. Compaction tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for every 5,000 square feet of surface area for each lift of ballast or crushed surfacing. The Engineer may request additional tests be performed at the Contractor's expense, if test results do not meet the required subgrade densities Compaction of ballast and crushed surfacing shall be as specified in SECTION 4-04.3(5) Cement Concrete Curb, Gutter, and Sidewalk A copy of the cement concrete design mix or certification from the concrete supplier that the concrete provided has been prepared to the strength requirement as specified elsewhere in these Specifications Concrete strength cylinders shall be taken and tested each day, and every fourth truckload of concrete delivered to the job All testing procedures shall be conducted in accordance with applicable Sections of Division 6-02 of the Standard Specifications Copies of all test results shall be provided to the Engineer as construction progresses. Asphalt Paving Copies of the maximum Rice density test for each class of asphalt pavement and copies of all test results shall be provided to the Engineer as construction progresses Density tests shall be taken at a frequency sufficient to document that the required density has been achieved At a minimum, one (1) compaction test shall be taken for every 2,500 square feet of surface area for each lift of asphalt pavement. The Engineer may request additional tests be performed at the Contractor's expense, if test results do not meet the required subgrade densities. Compaction of asphalt pavement shall be as specified in SECTION 5-04 3(10)B. 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.1 LAWS TO BE OBSERVED (******) Add the following Amend the second sentence of the first paragraph to read The Contractor shall indemnify and save harmless the State (including the Commission, the Secretary, and any agents, officers, and employees) and the Contracting Agency (including any G.\PROJECTS\2006\06028B\060288 PHASE 3 OVERFLOW SPECS doc 5-21 agents, officers, employees, and representatives) against any claims which may arise because the Contractor (or any employee of the Contractor or subcontractor or materialman) violated a legal requirement. (October 1, 2005 APWA GSP) Supplement this section with the following: In cases of conflict between different safety regulations, the more stringent regulation shall apply. The Washington State Department of Labor and Industries shall be the sole and paramount administrative agency responsible for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA) The Contractor shall maintain at the project site office, or other well known place at the project site, all articles necessary for providing first aid to the injured. The Contractor shall establish, publish, and make known to all employees, procedures for ensuring immediate removal to a hospital, or doctor's care, persons, including employees, who may have been injured on the project site. Employees should not be permitted to work on the project site before the Contractor has established and made known procedures for removal of injured persons to a hospital or a doctor's care. The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the Contractor's plant, appliances, and methods, and for any damage or injury resulting from their failure, or improper maintenance, use, or operation. The Contractor shall be solely and completely responsible for the conditions of the project site, including safety for all persons and property in the performance of the work. This requirement shall apply continuously, and not be limited to normal working hours. The required or implied duty of the Engineer to conduct construction review of the Contractor's performance does not, and shall not, be intended to include review and adequacy of the Contractor's safety measures in, on, or near the project site. 1-07.2 STATE SALES TAX Delete this section, including its sub -sections, in its entirety and replace it with the following: 1-07.2 State Sales Tax (October 1, 2005 APWA GSP) 1-07.2(1) GENERAL The Washington State Department of Revenue has issued special rules on the State sales tax. Sections 1-07.2(1) through 1-07.2(4) are meant to clarify those rules. The Contractor should contact the Washington State Department of Revenue for answers to questions in this area. The Contracting Agency will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability. The Contractor shall include all Contractor -paid taxes in the unit bid prices or other contract amounts. In some cases, however, state retail sales tax will not be included Section 1-07.2(3) describes this exception. The Contracting Agency will pay the retained percentage only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all contract -related taxes have been paid (RCW 60.28 050) The Contracting Agency may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of Revenue, whether the amount owed relates to this contract or not. Any amount so deducted will be paid into the proper State fund G:\PROJECTS\2006\06028B\06028B PHASE 3 OVERFLOW SPECS.doc 5-22 1-07.2(2) State Sales Tax — Rule 171 WAC 458-20-171, and its related rules, apply to building, repairing, or improving streets, roads, etc., which are owned by a municipal corporation, or political subdivision of the state, or by the United States, and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included as a part of the street or road drainage system and power lines when such are part of the roadway lighting system For work performed in such cases, the Contractor shall include Washington State Retail Sales Taxes in the various unit bid item prices, or other contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the work. 1-07.2(3) State Sales Tax — Rule 170 WAC 458-20-170, and its related rules, apply to the constructing and repairing of new or existing buildings, or other structures, upon real property This includes, but is not limited to, the construction of streets, roads, highways, etc , owned by the state of Washington; water mains and their appurtenances, sanitary sewers and sewage disposal systems unless such sewers and disposal systems are within, and a part of, a street or road drainage system, telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of a street or road lighting system; and installing or attaching of any article of tangible personal property in or to real property, whether or not such personal property becomes a part of the realty by virtue of installation For work performed in such cases, the Contractor shall collect from the Contracting Agency, retail sales tax on the full contract price The Contracting Agency will automatically add this sales tax to each payment to the Contractor For this reason, the Contractor shall not include the retail sales tax in the unit bid item prices, or in any other contract amount subject to Rule 170, with the following exception. Exception The Contracting Agency will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit bid item prices or in any other contract amount. 1-07.2(4) SERVICES The Contractor shall not collect retail sales tax from the Contracting Agency on any contract wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 244). 0706.GR1 Permits And Licenses Section 1-07 6 is supplemented with the following 07061.G R1 (March 13, 1995) No hydraulic permits are required for this project unless the Contractor's operations use, divert, obstruct, or change the natural flow or bed of any river or stream, or utilize any of the waters of the State or materials from gravel or sand bars, or from stream beds The Contractor shall obtain permission from Yakima County Public Services to work within right- of-way along West Powerhouse Road and provide the Engineer a copy of the county's authorization before any work within the County's right-of-way is started 1-07.9(5) REQUIRED DOCUMENTS Add the following G:\PROJECTS\2006\060288\060286 PHASE 3 OVERFLOW SPECS doc 5-23 If using the occupation code for wage affidavits and payrolls and if the project involves more than one jurisdictional area, the Contractor shall reference the area just after the occupation code number. For example. 10-0010 Yak.E. 1-07.13(3) RELIEF OF RESPONSIBILITY FOR DAMAGE BY PUBLIC TRAFFIC Replace with the following: When it is necessary for public traffic to utilize the street and associated facilities during construction, the Contractor shall be responsible for damages to permanent work. The Contractor shall provide all necessary protection and temporary facilities to accommodate both vehicular and pedestrian traffic during construction 1-07.17 UTILITIES AND SIMILAR FACILITIES 0717.FR1 (February 5, 2001) Utilities and Similar Facilities Section 1-07.1 is supplemented with the following• Public and private utilities, or their contractors, will furnish all work necessary to adjust, relocate, replace, or construct their facilities unless otherwise provided for in the Plans or these Special Provisions Such adjustment, relocation, replacement, or construction will be done during the prosecution of the work for this project. The following addresses and telephone number of utility companies known or suspected of having facilities within the project limits are supplied for the Contractor's convenience: City of Yakima Water Dist. City of Yakima Pacific Power Nob Hill Water Assoc. Charter Communications Cascade Natural Gas Qwest Yakima-Tieton Irrigation Yakima Valley Canal Naches-Cowiche Canal 2301 Fruitvale Blvd., Yakima, WA 989012 129 North Second Street, Yakima, WA 98901 500 N. Keys Road, Yakima, WA 98901 6111 Tieton Drive, Yakima, WA 98908 1005 No. 16`h Ave., Yakima, WA 98902 P 0 Box 1286, Yakima, WA 98907 8 S 2nd Avenue, Yakima, WA 98902 470 Camp 4 Road, Yakima, WA 98908 1640 Garrison Lane, Yakima, WA 98908 5461 W Powerhouse Rd., Yakima, WA 98908 (509) 575-6196 (509) 575-6111 (509) 575-3146 (509) 966-0272 (509) 494-7715 (509) 457-5905 (509) 575-7183 (509) 678-4101 (509) 966-2300 (509) 930-9001 Locations and dimensions shown on the Plans for existing facilities are in accordance with available information obtained without uncovering, measuring, or other verification. It shall be the Contractor's responsibility to investigate the presence and location of all utilities prior to bid opening and to assess their impacts on his construction activities. The Contractor shall call the Utility Notification Center (One Call Center) for field location, not less than two nor more than ten business days before the scheduled date for commencement of excavation which may affect underground utility facilities, unless otherwise agreed upon by the parties involved. A business day is defined as any day other than Saturday, Sunday, or a legal local, state, or federal holiday. The telephone number for the One CaII Center for this project is 1- 800-424-5555. If no one -number locator service is available, notice shall be provided individually by the Contractor to those owners known to or suspected of having underground facilities within the area of proposed excavation Utilities, new or old, may be renewed, relocated, or adjusted for the proposed construction. The Contractor shall, prior to beginning any work, meet with all utility organizations (public and private) in the field to familiarize himself with existing utility locations, along with familiarizing himself with plans and schedules for the installation of new, relocated, or adjusted utilities Both public and private utility organizations, along with private contractors working for these organiza- tions, may be doing utility installations within the area The proposed construction work must be coordinated with these utility installations G:\PROJECTS\2006\06028B\060286 PHASE 3 OVERFLOW SPECS.doc 5-24 The Contractor shall arrange with the owners and operators of the respective utility systems to mark the locations and, if necessary or prudent, to expose the existing utilities prior to construction of the facilities contained in this Contract. The Contractor shall coordinate his work with other contractors who may be working in the project area and cooperate with them 1-07.18 PUBLIC LIABILITY AND PROPERTY DAMAGE INSURANCE Delete this section in its entirety, and replace it with the following• 1-07.18 Public Liability and Property Damage Insurance (October 1, 2005 APWA GSP) 1-07.18(1) GENERAL REQUIREMENTS The Contractor shall obtain and keep in force during the term of the contract and until 30 days after the physical completion date, unless otherwise indicated below, the following insurance with insurance companies or through sources approved by the State Insurance Commissioner pursuant to Title 48 RCW. The insurance provided must be with an insurance company with a rating of A- VII or higher in the A.M. Best's Key Rating Guide, which is licensed to do business in the state of Washington (or issued as a surplus line by a Washington Surplus lines broker) The Contracting Agency reserves the right to approve the security of the insurance provided, the company, terms and coverage, and the Certificate of Insurance If any policy is written on a claims made form, the retroactive date shall be prior to or coincident with the effective date of this contract. The policy shall state that coverage is claims made, and state the retroactive date Claims made form coverage shall be maintained by the Contractor for a minimum of three years following the expiration or earlier termination of this contract, and the Contractor shall annually provide the Contracting Agency with proof of renewal If renewal of the claims made form of coverage becomes unavailable, or economically prohibitive, the Contractor shall purchase an extended reporting period ("tail") or execute another form of guarantee acceptable to the Contracting Agency to assure financial responsibility for liability for services performed The policies of insurance shall contain a "cross liability" endorsement substantially as follows The inclusion of more than one insured under this policy shall not affect the rights of any insured as respects any claim, suit, or judgment made or brought by or for any other insured or by or for any employee of any other insured. This policy shall protect each insured in the same manner as though a separate policy had been issued to each, except that nothing herein shall operate to increase the company's liability beyond the amount or amounts for which the company would have been liable had only one insured been named The policies of insurance for general, automobile, and pollution policies shall be specifically endorsed to name the Contracting Agency and its officers, elected officials, employees, agents and volunteers, and any other entity specifically required by the Contract Provisions, as additional insured(s) In addition, Contractor's insurance shall be primary as respects the Contracting Agency, and any other insurance maintained by the Contracting Agency shall be excess and not contributing insurance with the Contractor's insurance The Contracting Agency shall be given at least 45 days prior written notice of any cancellation, reduction in coverage, or other material change in any insurance policy Insurance shall provide coverage to the Contractor, all subcontractors, and the Contracting Agency The coverage shall protect against claims for personal injuries, including accidental death, as well as G\PROJECTS\2006\060288\06028B PHASE 3 OVERFLOW SPECS doc 5-25 claims for property damages which may arise from any act or omission of the Contractor or the subcontractor, or by anyone directly or indirectly employed by either of them. Contractor hereby assumes all risk of damage to its property, or injury to its officers, directors, agents, contractors, or invitees, in or about the Property from any cause, and hereby waives all claims against the Contracting Agency. The Contractor further waives, with respect to the Contracting Agency only, its immunity under RCW Title 51, Industrial Insurance. Upon request, the Contractor shall forward to the Contracting Agency the original policy, or endorsement obtained, to a Contractor's policy currently in force The Contractor shall not begin work under the contract until the required insurance has been obtained and approved by tie Contracting Agency. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract upon which the Contracting Agency may, after giving five working days notice to the Contractor to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the Contracting Agency on demand, or at the sole discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting Agency. All costs for insurance shall be incidental to and included in the unit contract prices of the contract and no additional payment will be made. This section is supplemented with the following. Within ten (10) days following contract award or prior to start of construction, whichever comes first, the Contractor shall furnish the Owner a Certificate of Insurance and the additional insured endorsements as evidence of compliance with these requirements This certificate shall name the City of Yakima, its employees, agents, elected and appointed officials, Huibregtse, Louman Associates, Inc., and all subcontractors as "additional insureds" and shall stipulate that the policies named thereon cannot be canceled unless at least forty-five (45) days written notice has been given to the Owner The certificate shall not contain the following or similar wording regarding cancellation notification. "Failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents, or representatives." 1-07.18(2) Coverages and Limits The insurance shall provide the minimum coverages and limits set forth below Providing coverage in these stated minimum limits shall not be construed to relieve the Contractor from liability in excess of such limits. All deductibles must be disclosed and are subject to approval by the Contracting Agency. The cost of any claim payments falling within the deductible shall be the responsibility of the Contractor. 1. A policy of Commercial General Liability Insurance, written on an insurance industry standard occurrence form: (CG 00 01) or equivalent, including all the usual coverage known as. Per project aggregate endorsement (CG2503) Premises/Operations Liability Products/Completed Operations — for a period of one year following final acceptance of the work. Personal/Advertising Injury Contractual Liability Independent Contractors Liability Stop Gap or Employers Contingent Liability Explosion, Collapse, or Underground (XCU), (as applicable)* Liquor Liability/Host Liquor Liability (as applicable)* Fire Damage Legal Blasting (as applicable)* G:\PROJECTS\2006\060288\06028B PHASE 3 OVERFLOW SPECS.doc 5-26 * These coverage are only required when the Contractor's work under this agreement includes exposures to which these specified coverage respond If the contract requires working over water, the following additional coverages are required, if so stated in the Contract Provisions a Watercraft, owned and non -owned b U S Harborworkers'/Longshoremen and Jones Act If any structures are involved in the contract, the Contractor shall provide property insurance under an "All Risk Builder's Risk" form in an amount equal to the value of the structure The structure shall have All Risk Builders Risk Insurance inclusive of earthquake and flood subject to customary industry deductibles Other additional coverages that may be required will be listed in the Contract Provisions Such policy(ies) must provide the following minimum limits: Bodily Injury and Property Damage $1,000,000 General Aggregate $1,000,000 Products & Completed Operations Aggregate $1,000,000 Personal & Advertising Injury $1,000,000 Each Occurrence $ 50,000 Fire Damage Stop Gap Employers Liability $1,000,000 Each Accident $1,000,000 Disease - Policy Limit $1,000,000 Disease - Each Employee 2. Commercial Automobile Liability. as specified by Insurance Services Office, form number CA 0001, Symbol 1 (any auto), with an MCS 90 endorsement and a CA 9948 endorsement attached if "pollutants" as defined in exclusion 11 of the commercial auto policy are to be transported Such policy(ies) must provide the following minimum limit: Bodily Injury and Property Damage $1,000,000 combined single limit 3 Excess or Umbrella Liability $1 million per occurrence and aggregate 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 5 Professional Liability. Required if design services are a part of the work, to cover damages resulting from professional errors and omissions Such policy must provide the following minimum coverage. $1,000,000 per claim and annual aggregate G\PROJECTS\2006\060286\06028B PHASE 3 OVERFLOW SPECS doc 5-27 6 A policy of Worker's Compensation, as required by the Industrial Insurance Laws of the State of Washington. As respects Workers' Compensation insurance in the state of Washington, Contractor shall secure its liability for industrial injury to its employees in accordance with the provisions of RCW Title 51. If Contractor is qualified as a self -insurer in accordance with RCW 51 14, Contractor shall so certify by letter signed by a corporate officer indicating that it is a qualified self insured, and setting forth the limits of any policy of excess insurance covering its employees. 1-07.18(3) SUBCONTRACTORS Contractor shall include all subcontractors as insureds under its policies or shall furnish separate evidence of insurance as stated above for each subcontractor All coverage for subcontractors shall be subject to all the requirements stated herein and applicable to their profession. 1-07.18(4) EVIDENCE OF INSURANCE When the Contractor delivers the executed contract for the work to the Contracting Agency it shall be accompanied by a Certificate(s) of Insurance and endorsements for each policy of insurance meeting the requirements set forth above The certificate must conform to the following requirements. 1. An ACORD certificate Form 25-S, showing the insuring company, policy effective dates, limits of liability and the Schedule of Forms and Endorsements. 2 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 noncontributory, showing the policy number, and signed by an authorized representative of the insurance company on Form CG2010 (ISO) or equivalent. 3. The certificate(s) shall not contain the following or similar wording regarding cancellation notification to the Contracting Agency. "Failure to mail such notice shall impose no obligation or liability of any kind upon the company." 1-07.18(5) SELF-INSURANCE Should Contractor be self-insured for any liability coverage, a letter from the Corporate Risk Manager, or appropriate Finance Officer, is acceptable—stipulating if actuarially funded and fund limits, plus any excess declaration pages to meet the contract requirements. Further, this letter shall advise how Contractor would protect and defend the Contracting Agency as an Additional Insured in their Self - Insured layer, and include claims -handling directions in the event of a claim. 1-07.23 PUBLIC CONVENIENCE AND SAFETY 1-07.23(1) Construction Under Traffic (October 1, 2005 APWA GSP) Revise the second paragraph to read: To disrupt public traffic as little as possible, the Contractor shall permit traffic to pass through the work with the least possible inconvenience or delay. The Contractor shall maintain existing roads, streets, sidewalks, and paths within the project limits, keeping them open, and in good, clean, safe condition at all times. Deficiencies caused by the Contractor's operations shall be repaired at the Contractor's expense Deficiencies not caused by the Contractor's operations shall be repaired by the Contractor when directed by the Engineer, at the Contracting Agency's expense The Contractor shall also maintain roads, streets, sidewalks, and paths adjacent to the project limits when affected by the Contractor's operations Snow and ice control will be performed by the Contracting Agency on all projects. Cleanup of snow and ice control debris will be at the Contracting Agency's expense. The Contractor shall perform the following 1. Remove or repair any condition resulting from the work that might impede traffic or create a hazard. G.\PROJECTS\2006\06028B\060288 PHASE 3 OVERFLOW SPECS.doc 5-28 2 Keep existing traffic signal and lighting systems in operation as the work proceeds (The Contracting Agency will continue the route maintenance on such system ) 3 Maintain the striping on the roadway at the Contracting Agency's expense The Contractor shall be responsible for scheduling when to renew striping, subject to the approval of the Engineer. When the scope of the project does not require work on the roadway, the Contracting Agency will be responsible for maintaining the striping 4. Maintain existing permanent signing Repair of signs will be at the Contracting Agency's expense, except those damaged due to the Contractor's operations 5 Keep drainage structures clean to allow for free flow of water. Cleaning of existing drainage structures will be at the Contracting Agency's expense when approved by the Engineer, except when flow is impaired due to the Contractor's operations Add the following to the third paragraph. 5 The Contractor shall maintain vehicular and pedestrian access to businesses at all times that businesses are open Add the following to the sixth paragraph 7 Open trenches and excavations shall be protected with proper barricades and at night they shall be distinctively indicated by adequately placed lights Add the following paragraph It shall be the responsibility of the Contractor to seek the approval of and notify the Resident Engineer and the Police and Fire Departments at least 24 hours prior to closing any street, in addition to correlating the proposed closures with the Contracting Agency to ensure proper detouring of traffic When the street is re -opened, it shall again be the responsibility of the Contractor to notify the above named departments and persons 1-07.23(2) Construction and Maintenance of Detours (October 1, 2005 APWA GSP) Revise the first paragraph to read. Unless otherwise approved, the Contractor shall maintain two-way traffic during construction. The Contractor shall build, maintain in a safe condition, keep open to traffic, and remove when no longer needed. 1 Detours and detour bridges that will accommodate traffic diverted from the roadway, bridge, sidewalk, or path during construction, 2 Detour crossings of intersecting highway, and 3 Temporary approaches. And add the following to the third paragraph 5. The Contractor shall maintain vehicular and pedestrian access to businesses at all times that businesses are open, unless work is occurring immediately in front of the doorway 6 It shall be the responsibility of the Contractor to maintain pedestrian traffic and business access throughout the duration of the project. At a minimum, the Contractor shall a Minimize the disruption in front of the business access by removing sidewalk on either side of the access and leaving the existing sidewalk in place as long as possible and, likewise, shall sequence the installation of the new sidewalk to provide access to the business, b Provide gravel surfacing (crushed surfacing top course) access across the construction area to the door of the business, G \ PROJECTS \2006\060288\060286 PHASE 3 OVERFLOW SPECS doc 5-29 c. Provide boardwalks and bridging where gravel surfacing cannot be provided or, by the nature of the business or where directed by the Engineer, wheeled access by strollers and wheelchairs is critical to the business and cannot be provided through the gravel surfacing; d. Provide temporary sidewalk signs directing pedestrians through the construction, notifying pedestrians of alternative routes, and directing pedestrians to businesses where means of access is not obvious; and e Adjusting times of construction immediately in front of a business access to times of the day when the business is closed, or business activity is light. For example, construction in front of a deli would be restricted during the lunch hour. f When construction activities will affect ingress and egress to a property along the project alignment, the Contractor shall be responsible for notifying the occu- pant/occupants of the property 24 hours prior to the construction activity begin- ning. If personal contact with the occupant is not possible, the Contractor shall leave written notification. Add the following to the sixth paragraph. 7. Open trenches and excavations shall be protected with proper barricades and at night they shall be distinctively indicated by adequately placed lights Add the following paragraph: It shall be the responsibility of the Contractor to seek the approval of and notify the Resident Engineer, the City Public Works, and the Police and Fire Departments at least 24 hours prior to closing any street, in addition to correlating the proposed closures with the Contracting Agency to ensure proper detouring of traffic. When the street is reopened, it shall again be the responsibility of the Contractor to notify the above named departments and persons. Add the following. Local access shall be maintained to the residents within the project limits at all times. 0723012.FR1 (April 5, 2004) The construction safety zone will be determined as follows When the posted speed is 35 MPH or under, the safety zone will be 10 feet from the outside edge of traveled way or 5 feet beyond the outside edge of the sidewalk. When the posted speed is from 40 to 55 MPH the safety zone will be 15 feet from the outside edge of traveled way When the posted speed is 60 MPH or over the safety zone will be 30 feet from the outside edge of traveled way During nonworking hours equipment or materials shall not be within the safety zone unless it is protected by permanent guardrail or temporary concrete barrier. The use of temporary concrete barrier shall be permitted only if the Engineer approves the installation and location. During 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. G.\PROJECTS\2006\060286\060286 PHASE 3 OVERFLOW SPECS.doc 5-30 1-07.24 Rights of Way (October 1, 2005 APWA GSP) Delete this section in its entirety, and replace it with the following: Street right of way lines, limits of easements, and limits of construction permits are indicated in the Plans. The Contractor's construction activities shall be confined within these limits, unless arrangements for use of private property are made. Generally, the Contracting Agency will have obtained, prior to bid opening, all rights of way and easements, both permanent and temporary, necessary for carrying out the work. Exceptions to this are noted in the Bid Documents or will be brought to the Contractor's attention. Whenever any of the work is accomplished on or through property other than public right of way, the Contractor shall meet and fulfill all covenants and stipulations of any easement agreement obtained by the Contracting Agency from the owner of the private property. Copies of the easement agreements may be included in the Contract Provisions or made available to the Contractor as soon as practical after they have been obtained by the Engineer Whenever easements or rights of entry have not been acquired prior to advertising, these areas are so noted in the Plans. The Contractor shall not proceed with any portion of the work in areas where right of way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry has been received. If the Contractor is delayed due to acts of omission on the part of the Contracting Agency in obtaining easements, rights of entry or right of way, the Contractor will be entitled to an extension of time The Contractor agrees that such delay shall not be a breach of contract. Each property owner shall be given 48 hours notice prior to entry by the Contractor This includes entry onto easements and private property where private improvements must be adjusted. The Contractor shall be responsible for providing, without expense or liability to the Contracting Agency, any additional land and access thereto that the Contractor may desire for temporary construction facilities, storage of materials, or other Contractor needs However, before using any private property, whether adjoining the work or not, the Contractor shall file with the Engineer a written permission of the private property owner, and, upon vacating the premises, a written release from the property owner of each property disturbed or otherwise interfered with by reasons of construction pursued under this contract. The statement shall be signed by the private property owner, or proper authority acting for the owner of the private property affected, stating that permission has been granted to use the property and all necessary permits have been obtained or, in the case of a release, that the restoration of the property has been satisfactorily accomplished The statement shall include the parcel number, address, and date of signature Written releases must be filed with the Engineer before the Completion Date will be established. 1-07.28 SAFETY STANDARDS (NEW SECTION) The following new section shall be added to the Standard Specifications All work shall be performed in accordance with all applicable local, state, and federal health and safety codes, standards, regulations, and/or accepted industry standards. It shall be the responsibility of the Contractor to ensure that his work force and the public are adequately protected against any hazards. The Contracting Agency shall have the authority at all times to issue a stop work order at no penalty to the Contracting Agency if, in its opinion, working conditions present an undue hazard to the public, property, or the work force Such authority shall not, however, relieve the Contractor G \ PROJECTS \2006\060286\060288 PHASE 3 OVERFLOW SPECS doc 5-31 of responsibility for the maintenance of safe working conditions or assess any responsibility to the Contracting Agency or Engineer for the identification of any or all unsafe conditions. 1-07.29 NOTIFYING PROPERTY OWNERS (NEW SECTION) The following new section shall be added to the Standard Specifications: When construction activities will affect ingress and egress to a property along the project alignment, the Contractor shall be responsible for notifying the occupant/occupants of the property 24 hours prior to the construction activity beginning. If personal contact with the occupant is not possible, the Contractor shall leave written notification 1-08 PROSECUTION AND PROGRESS Add the following new section. 1-08.0 Preliminary Matters (October 1, 2005 APWA GSP) 1-08.0(1) Preconstruction Conference (October 1, 2005 APWA GSP) Prior to the Contractor beginning the work, a preconstruction conference will be held between the Contractor, the Owner, the Engineer and such other interested parties as may be invited The purpose of the preconstruction conference will be. 1. To review the initial preliminary progress schedule submitted per Section 1-08.3, 2. To establish a working understanding among the various parties associated or affected by the work, 3. To establish and review procedures for progress payment, notifications, approvals, submittals, etc., 4. To establish normal working hours for the work; 5. To review safety standards and traffic control; and 6. To discuss such other related items as may be pertinent to the work. The Contractor shall prepare and submit at the preconstruction meeting the following 1. A breakdown of all lump sum items, 2 A preliminary schedule of working drawing submittals; and 3 A list of material sources for approval if applicable. (******) This section is supplemented with the following• All payments for Lump Sum items over $5,000 00 or a single payment for a lump sum contract of any amount will be measured by a schedule of values established as follows At the Preconstruction Conference, the contractor shall furnish a breakdown for each lump sum bid item, except mobilization, or for the total lump sum contract price showing the amount bid for each principal category of the work, in such detail as requested by the Engineer, to provide a basis for determining progress payments This breakdown, referred to as the "Schedule of Values," will be approved by the Engineer as described in Section 1-08 Prosecution and Progress before the first payment is made. G:\PROJECTS\2006\060288\060288 PHASE 3 OVERFLOW SPECS.doc 5-32 1-08.0(2) Hours of Work (October 1, 2005 APWA GSP) Except in the case of emergency or unless otherwise approved by the Contracting Agency, the normal straight time working hours for the contract shall be any consecutive 8 -hour period between 7 00 a.m. and 6 00 p m of a working day with a maximum 1 -hour lunch break and a 5 -day work week. The normal straight time 8 -hour working period for the contract shall be established at the preconstruction conference or prior to the Contractor commencing the work. If a Contractor desires to perform work on holidays, Saturdays, Sundays, or before 7.00 a m or after 6.00 p m on any day, the Contractor shall apply in writing to the Engineer for permission to work such times Permission to work longer than an 8 -hour period between 7 00 a m and 6:00 p.m is not required Such requests shall be submitted to the Engineer no later than noon on the working day prior to the day for which the Contractor is requesting permission to work. Permission to work between the hours of 10 00 p m. and 7.00 a.m during weekdays and between the hours of 10.00 p m. and 9.00 a m. on weekends or holidays may also be subject to noise control requirements. Approval to continue work during these hours may be revoked at any time the Contractor exceeds the Contracting Agency's noise control regulations or complaints are received from the public or adjoining property owners regarding the noise from the Contractor's operations. The Contractor shall have no claim for damages or delays should such permission be revoked for these reasons. Permission to work Saturdays, Sundays, holidays or other than the agreed upon normal straight time working hours Monday through Friday may be given subject to certain other conditions set forth by the Contracting Agency or Engineer These conditions may include but are not limited to• requiring the Engineer or such assistants as the Engineer may deem necessary to be present during the work, requiring the Contractor to reimburse the Contracting Agency for the costs in excess of straight -time costs for Contracting Agency employees who worked during such times, on non Federal aid projects, considering the work performed on Saturdays and holidays as working days with regards to the contract time, and considering multiple work shifts as multiple working days with respect to contract time even though the multiple shifts occur in a single 24-hour period Assistants may include, but are not limited to, survey crews; personnel from the Contracting Agency's material testing lab, inspectors, and other Contracting Agency employees when in the opinion of the Engineer, such work necessitates their presence 1-08.0(2) HOURS OF WORK (APWA ONLY) Add the following to the first paragraph• The "Schedule of Working Hours" form bound in the Contract and Related Materials section of these Contract Documents shall be executed by the Contractor prior to construction and shall be discussed at the preconstruction conference to formally establish the normal straight time working hours for the project. Normal working hours shall be limited to 40 hours per week based on the time the Contractor and/or his subcontractors are at the project site. Any time worked beyond the 40 hours per week shall be subject to the reimbursement provisions of SECTION 1-08 0(3). 1-08.0(3) REIMBURSEMENT FOR OVERTIME WORK OF CONTRACTING AGENCY EMPLOYEES (******) Replace with the following Where the Contractor or any subcontractor elects to work on a Saturday, Sunday, or other holiday or longer than an 8 -hour shift on a regular working day, or during hours other than those described as normal straight time working hours under SECTION 1-08 0(2) HOURS OF WORK, such work shall be considered as overtime work. On all overtime work a Resident Engineer will be present, and a survey crew may be required at the discretion of the Engineer G:\PROJECTS\2006\06028B\060288 PHASE 3 OVERFLOW SPECS.doc 5-33 The Contractor shall reimburse the Contracting Agency for the full amount of straight time plus overtime costs for employees and representatives of the Contracting Agency required to work during that time period. The amount shall be calculated on an hourly basis at normal hourly billing rates in effect at that time for the individuals and equipment required to do the work, including travel time. The Contractor by these Specifications does hereby authorize the Contracting Agency to deduct such costs from the amounts due or to become due to him 1-08.1 SUBCONTRACTING (******) Add the following: The Contractor shall submit a "Request to Sublet" form, found on the following page, to the Engineer for review prior to the identified subcontractor beginning any work on the project. G:\PROJECTS\2006\060288\06028B PHASE 3 OVERFLOW SPECS.doc 5-34 INSERT REQUEST TO SUBLET FORM HERE G:\PROJECTS\2006\06028B\060288 PHASE 3 OVERFLOW SPECS.doc 5-35 1-08.3 PROGRESS SCHEDULE Delete the first paragraph and replace it with the following: Following Contract award and satisfactory provision or execution of all required Contract Documents, the Engineer will schedule a preconstruction conference at a time mutually agreeable to all concerned At this conference, all points of the Contract Documents will be open to discussion including scope, order and coordination of work, equipment lead time required, means and methods of construction, inspection and reporting procedures, etc. The Contractor should satisfy himself that all provisions and intentions of the Contract are fully understood. The Contractor shall prepare and submit to the Engineer at the preconstruction conference a Construction Progress and Completion Schedule using a bar graph format. Items in the Schedule shall be arranged in the order and sequence in which they will be performed The Schedule shall conform to the working time and time of completion established under the terms of the Contract and shall be subject to modification by the Engineer. The Schedule shall be drawn to a time scale, shown along the base of the diagram, using an appropriate measurement per day with weekends and holidays indicated. The Construction Progress Schedule shall be continuously updated and, if necessary, redrawn upon the first working day of each month or upon issuance of any Change Order which substantially affects the scheduling. Copies (2 prints or 1 reproducible) of newly updated Schedules shall be forwarded to the Engineer, as directed, immediately upon preparation. Seasonal weather conditions shall be considered in the planning and scheduling of work influenced by high or low ambient temperature or precipitation to ensure the completion of the work within the Contract Time. No time extensions will be granted for the Contractor's failure to take into account such weather conditions for the location of the work and for the period of time in which the work is to be accomplished. Delete the next to the last sentence of the second paragraph. 1-08.4 NOTICE TO PROCEED AND PROSECUTION OF THE WORK (APWA only) SECTION 1-08.4 of the APWA Supplement is replaced with the following The Engineer will issue a Notice to Proceed after the Contract has been executed and the Contract Bond and evidence of insurances have been approved. The Contractor shall not begin work until the Notice to Proceed has been issued The Contractor shall not delay the start of construction activities. The Contract time shall begin on the date set forth in the Notice to Proceed or the first day the Contractor begins work, whichever comes first. The work thereafter shall be prosecuted diligently to completion within the Contract Time. Failure of the Contractor to begin work by the date set forth in the Notice to Proceed will be considered grounds for Termination for Default as specified under SECTION 1-08 10(1) of the Standard Specifications. 1-08.4 Notice to Proceed and Prosecution of the Work (October 1, 2005 APWA GSP) Revise this section to read. Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of insurance have been approved and filed by the Contracting Agency. The Contractor shall not commence with the work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the project site within ten days of the Notice to Proceed Date, unless otherwise approved in writing. The Contractor shall diligently pursue the work G:\PROJECTS\2006\06028B\0602813 PHASE 3 OVERFLOW SPECS.doc 5-36 to the physical completion date within the time specified in the contract. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the contract. 1-08.5 TIME FOR COMPLETION (******) 1-08.5 TIME FOR COMPLETION (CONTRACT TIME) Add the following: Twenty (20) working days after the date set forth in the NOTICE TO PROCEED shall be allowed for completion of all Contract work. Add the following paragraph after the second paragraph Inclement weather shall not be a prima facie reason for the granting of an extension of time, and the Contractor shall make every effort to continue work under prevailing conditions The Owner may, however, grant an extension of time if an unavoidable delay as a result of inclement weather in fact occurs, and such shall then be classified as a "delay " An "inclement" weather delay day is defined as a day on which the Contractor is prevented by inclement weather or conditions resulting immediately wherefrom adverse to the current controlling operation or critical path activity, as determined by the Resident Engineer, from proceeding with at least 75 percent of the normal labor and equipment force engaged on such operation for at least 60 percent of the total daily time being currently spent on the controlling operation or critical path activity. Delete Item f found in the APWA Supplement. 1-08.5 Time for Completion (October 1, 2005 APWA GSP) Revise the fourth and fifth paragraphs to read Contract time shall begin on the first working day following the Notice to Proceed Date. The contract provisions may specify another starting date for contract time, in which case, time will begin on the starting date specified Each working day shall be charged to the contract as it occurs, beginning on the day after the Notice to Proceed Date, unless otherwise provided in the Contract Provisions, until the contract work is physically complete If substantial completion has been granted and all the authorized working days have been used, charging of working days will cease Each week the Engineer will provide the Contractor a statement that shows the number of working days: (1) charged to the contract the week before, (2) specified for the physical completion of the contract; and (3) remaining for the physical completion of the contract. The statement will also show the nonworking days and any partial or whole day the Engineer declares as unworkable Within 10 calendar days after the date of each statement, the Contractor shall file a written protest of any alleged discrepancies in it. To be considered by the Engineer, the protest shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of time disputed By not filing such detailed protest in that period, the Contractor shall be deemed as having accepted the statement as correct. If the Contractor elects to work 10 hours a day and 4 days a week (a 4-10 schedule) and the fifth day of the week in which a 4- 10 shift is worked would ordinarily be charged as a working day then the fifth day of that week will be charged as a working day whether or not the Contractor works on that day. Revise the seventh paragraph to read The Engineer will give the Contractor written notice of the completion date of the contract after all the Contractor's obligations under the contract have been performed by the Contractor The following events must occur before the Completion Date can be established G.\PROJECTS\2006\0602881060286 PHASE 3 OVERFLOW SPECS.doc 5-37 1. The physical work on the project must be complete; and 2 The Contractor must furnish all documentation required by the contract and required by law, to allow the Contracting Agency to process final acceptance of the contract. The following documents must be received by the Project Engineer prior to establishing a completion date: a. Certified Payrolls (Federal -aid Projects) b. Material Acceptance Certification Documents c. Annual Report of Amounts Paid as MBE/WBE Participants or Quarterly Report of Amounts Credited as DBE Participation, as required by the Contract Provisions d FHWA 47 (Federal -aid Projects) e. Final Contract Voucher Certification f Property owner releases per Section 1-07.24 1-08.7 Maintenance During Suspension (October 1, 2005 APWA GSP) Revise the second paragraph to read: At no expense to the Contracting Agency, the Contractor shall provide through the construction area a safe, smooth, and unobstructed roadway, sidewalk, and path for public use during suspension (as required in Section 1-07.23 or the Special Provisions). This may include a temporary road or detour 1-08.9 LIQUIDATED DAMGES The provisions of SECTION 1-08.9 of the Standard Specifications shall be modified as follows: Because the Contracting Agency finds it impractical to calculate the cost of damages, it will use the following If the Contract work is not completed within the times specified in SECTION 1-08.5, the Contractor agrees to pay to the Owner the sum of $500.00 per day for each and every working day said work remains uncompleted after expiration of the specified time. 1-09 MEASUREMENT AND PAYMENT 1-09.2(1) GENERAL REQUIREMENTS FOR WEIGHING EQUIPMENT (******) This section is supplemented with the following. Should the Inspector or Material Receiver be unavailable, it shall be the responsibility of the Contractor's project superintendent to collect all said certified tickets for the day and deliver them to the Inspector the morning following the days construction. The certified tickets shall have project name, date, time, product delivered, gross weight, tare weight, and net weight shown in pounds. Any certified weight tickets submitted later than the morning following the day materials are delivered to the site will not be considered for measurement and payment. 1-09.2(3) SPECIFIC REQUIREMENTS FOR PLATFORM SCALES Add the following The Contractor will furnish a person, at no cost to the Contracting Agency, who will operate the certified scales while the loading and hauling of materials is in progress. The Contractor shall provide the platform scales and any tickets required for self -printing scales. Certified weight tickets accompanying each truckload of material will be required to be delivered to the Resident Engineer at the site. Should the Resident Engineer be unavailable, it shall be the responsibility of the Contractor's project superintendent to collect all said certified tickets for the day and deliver them to the Resident Engineer the morning following the day's construction. The G:\PROJECTS\2006\06028B\060288 PHASE 3 OVERFLOW SPECS.doc 5-38 certified tickets shall have project name, date, time, product delivered, gross weight, tare weight, and net weight shown in pounds Any certified weight tickets submitted later than the morning following the day materials are delivered to the site will not be considered for measurement and payment. 1-09.3 SCOPE OF PAYMENT (******) Add the following: Payment for work performed under this Contract will be based on the items listed in the Bid Schedule. Should a conflict exist between the item descriptions or the units of measurement and payment listed in the Bid Schedule and the "Payment" clauses found in each Section of the Standard Specifications, the Bid Schedule items will prevail. If work is required to complete the project according to the intent of the Plans and Specifications but no bid item is provided in the Bid Schedule, then the Contractor shall include the cost for providing the necessary work in the unit or lump sum price for the bid item most closely related to the work. 1-09.4 EQUITABLE ADJUSTMENT Replace Item 2 b with the following. 2 b. Per Section 1-09 6, Force Account. 1-09.6 FORCE ACCOUNT (October 1, 2005 APWA GSP) Supplement this Section with the following Owner has estimated and included in the Proposal, dollar amounts for all items to be paid per force account, only to provide a common proposal for Bidders. All such dollar amounts are to become a part of Contractor's total bid However, Owner does not warrant expressly or by implication that the actual amount of work will correspond with those estimates • Payment will be made on the basis of the amount of work actually authorized by Engineer Add the following clarification The term "project overhead" shall include "jobsite overhead." The term "general company overhead" shall include "home office overhead " 1-09.7 MOBILIZATION (******) Add the following to the first paragraph - 4 The cost of the project sign(s) shown on the Plans which are required to be installed at the site through the duration of construction 1-09.9 PAYMENTS (October 1, 2005 APWA GSP) Delete the third paragraph and replace it with the following Progress payments for completed work and material on hand will be based upon progress estimates prepared by the Engineer A progress estimate cutoff date will be established at the preconstruction meeting The initial progress estimate will be made not later than 30 days after the Contractor commences the work, and successive progress estimates will be made every month thereafter until the Completion Date Progress estimates made during progress of the work are tentative, and made only for the purpose of determining progress payment. The progress estimates are subject to change at any time prior to the calculation of the Final Payment. G:\PROJECTS\2006\06028B\060288 PHASE 3 OVERFLOW SPECS doc 5-39 The value of the progress estimate will be the sum of the following: 1 Unit Price Items in the Bid Form — the approximate quantity of acceptable units of work completed multiplied by the unit price 2 Lump Sum Items in the Bid Form — the estimated percentage complete multiplied by the Bid Forms amount for each Lump Sum Item, or per the Schedule of Values for that item as approve by the Engineer. 3. Materials on Hand — 100 percent of invoiced cost of material delivered to Job site or other storage area approved by the Engineer. 4. Change Orders — entitlement for approved extra cost or completed extra work as determined by the Engineer. Progress payments will be made in accordance with the progress estimate less. 1 Retainage per Section 1-09.9(1); 2. The amount of Progress Payments previously made, and 3 Funds withheld by the Contracting Agency for disbursement in accordance with the Contract Documents Progress payments for work performed shall not be evidence of acceptable performance or an admission by the Contracting Agency that any work has been satisfactorily completed. Payments will be made by warrants, issued by the Contracting Agency's fiscal officer, against the appropriate fund source for the project. Payments received on account of work performed by a subcontractor are subject to the provisions of RCW 39 04.250 (******) The Contracting Agency has up to 45 calendar days after the progress estimate to issue the progress payment to the Contractor 1-09.9 PAYMENTS (******) Add the following• The estimate cutoff date discussed above shall be the last working day of each month. The Contractor shall submit his signed Application for Payment within 3 working days of the estimate cutoff date After the application for payment is reviewed by the Engineer, the Engineer will make a recommendation to the Contracting Agency for action at the first available meeting of the governing body that payment be made. Payment to the Contractor will be made within approxi- mately 30 calendar days from said meeting. Failure to submit an Application for Payment within the required time may delay action by the Contracting Agency's governing body and further delay payment to the Contractor. All payments for lump sum items over $5,000 00 or a single payment for a lump sum contract of any amount will be measured by a schedule of values established as follows At the Preconstruction Conference, the contractor shall furnish a breakdown for each lump sum bid item or for the total lump sum contract price showing the amount bid for each principal category of the work, in such detail as requested by the Engineer, to provide a basis for determining progress payments This breakdown, referred to as the "Schedule of Values," will be approved by the Engineer as described in Section 1-08 Prosecution and Progress before the first payment is made. 1-09.9(1) RETAINAGE (******) Add the following to the fourth paragraph: G'\PROJECTS\2006\060288\06028B PHASE 3 OVERFLOW SPECS.doc 5-40 5 An affidavit is delivered to the Contracting Agency by the Contractor, stating that all persons performing labor or furnishing materials have been paid. 1-09.9(2) CONTRACTING AGENCY'S RIGHT TO WITHHOLD AND DISBURSE CERTAIN AMOUNTS (NEW SECTION) The following new section shall be added to the Standard Specifications: In addition to monies retained pursuant to RCW 60.28 and subject to RCW 39.04.250, RCW 39 12, and RCW 39 76, the Contractor authorizes the Engineer to withhold progress payments due or deduct an amount from any payment or payments due the Contractor which, in the Engineer's opinion, may be necessary to cover the Contracting Agency's costs for or to remedy the following situations: 1 Damage to another contractor when there is evidence thereof and a claim has been filed 2. Where the Contractor has not paid fees or charges to public authorities or municipalities which the Contractor is obligated to pay 3 Utilizing material tested and inspected by the Engineer, for purposes not connected with the Work (Section 1-05 6) 4 Landscape damage assessments per Section 1-07 16. 5 For overtime work performed by Contracting Agency personnel or its representative, per Section 1-08 0(3) 6 Anticipated or actual failure of the Contractor to complete the Work on time a. Per Section 1-08.9 Liquidated Damage, or b Lack of construction progress based upon the Engineer's review of the Contractor's approved progress schedule which indicates the Work will not be completed within the Contract Time. When calculating an anticipated time overrun, the Engineer will make allowances for weather delays, approved unavoidable delays, and suspensions of the Work. The amount withheld under this subparagraph will be based upon the liquidated damages amount per day set forth in Contract Documents multiplied by the number of days the Contractor's approved progress schedule, in the opinion of the Engineer, indicates the Contract may exceed the Contract Time. 7 Failure of the Contractor to perform any of the Contractor's other obligations under the Contract, including but not limited to a Failure of the Contractor to provide the Engineer with a field office when required by the Contract Provisions. b. Failure of the Contractor to protect survey stakes, markers, etc., or to provide adequate survey work as required by Section 1-05 5. c Failure of the Contractor to correct defective or unauthorized work (Section 1- 05 7). d Failure of the Contractor to furnish a Manufacturer's Certificate of Compliance in lieu of material testing and inspection as required by Section 1-06 3 e Failure to submit weekly payrolls, Intent to Pay Prevailing Wage forms, or correct underpayment to employees of the Contractor or subcontractor of any tier as required by Section 1-07 9 f Failure of the Contractor to pay worker's benefits (Title 50 and Title 51 RCW) as required by Section 1-07 10 g. Failure of the Contractor to submit and obtain approval of a progress schedule per Section 1-08.3 The Contractor authorizes the Engineer to act as agent for the Contractor disbursing such funds as have been withheld pursuant to this section to a party or parties who are entitled to payment. Disbursement of such funds, if the Engineer elects to do so, will be made only after giving the Contractor 15 calendar days prior written notice of the Contracting Agency's intent to do so, and if prior to the expiration of the 15 -calendar day period G:\PROJECTS\2006\06028B\060288 PHASE 3 OVERFLOW SPECS.doc 5-41 1. No legal action has commenced to resolve the validity of the claims, and 2. The Contractor has not protested such disbursement. A proper accounting of all funds disbursed on behalf of the Contractor in accordance with this section will be made A payment made pursuant to this section shall be considered as payment made under the terms and conditions of the Contact. The Contracting Agency shall not be liable to the Contractor for such payment made in good faith. If legal action is instituted to determine the validity of the claims prior to expiration of the 15 -day period mentioned above, the Engineer will hold the funds until determination of the action or written settlement agreement of the parties When the conditions 1-7 are resolved or the Contractor provides a Surety Bond satisfactory to the Contracting Agency which will protect the Contracting Agency in the amount withheld, payment shall be made for amounts withheld because of them 1-09.9(3) FINAL PAYMENT (NEW SECTION) The following new section shall be added to the Standard Specifications. Upon completion of all work under this Contract, the Contractor shall notify the Engineer, in writing, that he has completed his part of the Contract and shall request final payment. Upon receipt of such request, the Engineer will inspect and, if acceptable, submit to the Owner his recommendation as to acceptance of the completed work and as to the final estimate of the amount due the Contractor Upon approval of this final estimate and upon final acceptance of the work under this Contract, the Owner will notify the Department of Revenue of the completion of said Contract. Provided the Department of Revenue certifies there are no taxes dr penalties due and owing from the Contractor, and there are no other known claims or liens against the retained funds, and further provided the terms of SECTION 1-09 9(1) are in compliance, the Owner will pay to the Contractor the balance of monies due under this Contract in accordance with RCW Title 60.28. In the event unsatisfied claims or liens for taxes, material, labor, and other services are known to exist, an amount will be further withheld from the retainage sufficient to satisfy the settlement of such claims and liens, including attorney's fees incurred, and the remainder will be released from escrow, or released from the retained funds and paid to the Contractor. On contracts for public works, final payment of the retained percentage will not be made until after the Contractor has filed with the Owner the Affidavit of Wages Paid forms required by RCW 39.12.040 certifying that the Contractor and subcontractors have paid not less than the prevailing rate of wages. The parties further agree that the Owner may, without liability, withhold final payment to the Contractor until such time as the Contractor has completed all forms required by the Owner. 1-09.13(3) Claims $250,000 or Less (October 1, 2005 APWA GSP; may be used on FHWA-funded projects) Delete this Section and replace it with the following: The Contractor and the Contracting Agency mutually agree that those claims that total $250,000 or less, submitted in accordance with Section 1-09 11 and not resolved by nonbinding ADR processes, shall be resolved through litigation unless the parties mutually agree in writing to resolve the claim through binding arbitration 1-09.13(3)A Administration of Arbitration (October 1, 2005 APWA GSP) Revise the third paragraph to read. The Contracting Agency and the Contractor mutually agree to be bound by the decision of the arbitrator, and judgment upon the award rendered by the arbitrator may be entered in the Superior G:\PROJECTS\2006\060288\060288 PHASE 3 OVERFLOW SPECS.doc 5-42 Court of the county in which the Contracting Agency's headquarters are located. The decision of the arbitrator and the specific basis for the decision shall be in writing The arbitrator shall use the contract as a basis for decisions 1-10 TEMPORARY TRAFFIC CONTROL 1-10.1 General (October 1, 2005 APWA GSP) Revise the first paragraph to read The Contractor shall provide flaggers, signs, and other traffic control devices not otherwise specified as being furnished by the Contracting Agency The Contractor shall erect and maintain all construction signs, warning signs, detour signs, and other traffic control devices necessary to warn and protect the public at all times from injury or damage as a result of the Contractor's operations which may occur on highways, roads, streets, sidewalks, or paths. No work shall be done on or adjacent to any traveled way until all necessary signs and traffic control devices are in place, including flaggers. 1002.GR1 Traffic Control Management 1002012.GR1 (August 1, 2004) Section 1-10.2(2) is supplemented with the following The Traffic Control Supervisor shall be certified by one of the following. The Northwest Laborers -Employers Training Trust 27055 Ohio Avenue Kinsgton, WA 98346 (360) 297-3035 Evergreen Safety Council 401 Pontius Avenue North Seattle, WA 98109 1-800-521-0778 or (206) 382-4090 1-10.2(2) Traffic Control Plans This section is supplemented with the following No traffic control plan is provided in the Plans The Contractor shall prepare traffic control plans required to complete the work involved The Contractor shall designate a Traffic Control Supervisor who shall prepare, revise, supplement or modify the contract signing plans when needed to show the necessary Class A and B con- struction signing and barricades, traffic control devices, and traffic flagging operations required for the contractor's operation and submit it to the Engineer for review no later than the preconstruction conference date When the Class B signing for a particular area will be provided as detailed on one or more of the figures included in the WSDOT standard plans or MUTCD without modification, the Contractor may reference the applicable figure or standard plan at the appropriate location on the Plan When this procedure is used, variable distances such as minimum length of taper must be specified by the Contractor. The signing plans prepared by the Contractor Traffic Control Supervisor shall provide for adequate warning within the limits of the project and on all streets, alleys, and driveways entering the project so that approaching traffic may turn left or right onto existing undisturbed streets before reaching the project. G:\PROJECTS\2006\060288\060288 PHASE 3 OVERFLOW SPECS doc 5-43 All costs incurred by the Contractor in preparation of the Traffic Control Plan, including any revisions required by the Engineer after review, shall be included in the unit contract prices for "Project Temporary Traffic Control," per lump sum. 1-10.4 MEASUREMENT (August 2, 2004) Section 1-10 4(1) is supplemented with the following. The proposal contains the item "Project Temporary Traffic Control," lump sum. The provisions of Section 1-10.4(1) shall apply There will be no separate measurement or payment for the Traffic Control Supervisor. All costs associated with the Traffic Control Supervisor shall be included in the unit price for "Project Temporary Traffic Control," per lump sum. 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP 2-01.1 DESCRIPTION This section is supplemented with the following: In no case shall the Contractor be required to clear and grub beyond the right of way line, except as specifically directed by the Engineer or noted on the Plans to remove trees, stumps, shrubs, or other items which, by proximity or due to root growth, would constitute a hazard to the public or endanger the facility. The Contractor shall temporarily remove and later replace to its original condition or relocate nearby as directed, all mail boxes, small trees, shrubs, street signs, culverts, irrigation facilities, concrete or rock walls, or other similar obstructions which lie in or near the line of work and are not intended for removal Should any damage be incurred, the cost of replacement or repair shall be borne by the Contractor 2-01.3(2) GRUBBING Add the following: The Contracting Agency will, at its own cost, reference all known existing monuments or markers relating to subdivisions, plats, roads, street centerline intersections, etc. The Contractor shall take special care to protect these monuments or markers and also the reference points. In the event the Contractor is negligent in preserving such monuments and markers, the points will be reset by a licensed surveyor at the Contractor's expense 2-01.3(4) ROADSIDE CLEANUP (******) Add the following: Partial cleanup shall be done by the Contractor when he feels it is necessary or when, in the opinion of the Contracting Agency, partial cleanup should be done prior to either final cleanup or final inspection. The cleanup work shall be done immediately upon written notification of the Engineer and other work shall not proceed until this partial cleanup is accomplished. Should the Contractor not conduct the cleanup as directed and in a timely manner, the Owner shall take action to have such cleanup work completed by others and will deduct such costs from any payment due the Contractor G.\PROJECTS\2006\060288\060286 PHASE 3 OVERFLOW SPECS.doc 5-44 2-01.3(5) FENCING (NEW SECTION) (******) Add the following• The Contractor shall be required to carefully remove all existing fencing located within or near the proposed work unless otherwise indicated on the plans All existing fencing materials to be removed and replaced shall be temporarily placed on the adjacent properties or stored as directed by the Engineer Temporary fencing shall be provided and installed to secure the reservoir site during construction. The removal and replacement of all fencing shall be done at the Contractor's expense Any fencing that is to be reset shall be relocated and reset by the Contractor along the property lines or as directed by the Engineer Unless provided for otherwise, the necessary work to restore and reinstall the fencing shall be considered incidental 2.01.4 MEASUREMENT (******) This section is supplemented with the following. No unit of measurement shall apply to Roadside Cleanup 2-01.5 PAYMENT (******) This section is supplemented with the following Unless a specific bid item has been included in the proposal, all costs incurred to complete the requirements of SECTION 2-01, including partial roadside cleanup, will be considered as incidental work to the various bid items and no separate payment will be made 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 2-02.1 DESCRIPTION This work shall consist of the removal and disposal of various existing improvements, including but not limited to. • Existing overflow standpipe assembly, support brackets and hardware as detailed • Existing 18 -in drain valve inside of Reservoir, valve stem extension, support brackets, valves operator All holes in reservoir ceiling shall be filled with non -shrink grout. 2-02.3(3) REMOVAL OF PAVEMENT, SIDEWALKS, AND CURBS (******) This section is supplemented with the following Removal of valve and overflow standpipe in Reservoir No. 1 shall include the removal of valve stem extensions and valve operating wheel above reservoir, and filling the penetrations in the reservoir roof with non -shrink. 2-07 WATERING 2-07.1 DESCRIPTION (******) This section is supplemented with the following The Contractor shall be solely responsible for dust control on this project and shall protect motoring public, adjacent homes and businesses, orchards, crops, and school yards from damage due to dust, by whatever means necessary The Contractor shall be responsible for any claims for damages and shall protect the Contracting Agency, Yakima County, and the Engineer from any and all such claims G:\PROJECTS\2006\060288\060288 PHASE 3 OVERFLOW SPECS doc 5-45 When directed by the Engineer, the Contractor shall provide water for dust control within two hours of such order and have equipment and manpower available at all times including weekends and holidays to respond to orders for dust control measures. 2-09 STRUCTURE EXCAVATION 2-09.4 MEASUREMENT Delete paragraph two under the Horizontal Limits section and the second sentence under the Shoring or Extra Excavation section Section 2-09.4 is supplemented as follows. "Shoring or Extra Excavation," per linear foot, shall be measured along the centerline of the trench or excavation. 2-09.5 PAYMENT (******) Section 2-09.5 is supplemented as follows Delete "Shoring or Extra Excavation, Class B", per square foot, and add "Shoring or Extra Excavation", per linear foot. The unit price bid for "Shoring or Extra Excavation," per linear foot, shall be full pay for all excavation, backfill, haul, compaction, and other work required when extra excavation is used in lieu of constructing shoring. If select backfill material is required for backfilling within the limits of the structure excavation, it shall also be required as backfill material for the extra excavation at the Contractor's expense. 2-11 TRIMMING & CLEANUP 2-11.5 Payment (******) This section is supplemented with the following. When the contract does not include trimming and cleanup as a pay item, performing this work shall be incidental to construction and all costs shall be included in other pay items 3-01 PRODUCTION FROM QUARRY AND PIT SITES AND STOCKPILING 3-01.2 MATERIAL SOURCES, GENERAL REQUIREMENTS (******) This section is supplemented with the following No source has been provided for any aggregate or dirt or other materials necessary for the construction of this project. The Contractor shall make his own arrangements to obtain the necessary materials at his own expense, and all costs of acquiring, producing, and placing this material in the finished work shall be included in the unit contract prices for the various items involved. 3-02 STOCKPILING AGGREGATES 3-02.2(2) STOCKPILE SITE PROVIDED BY CONTRACTOR (******) G:\PROJECTS\2006\060288\060288 PHASE 3 OVERFLOW SPECS.cloc 5-46 This section is supplemented with the following If the sources of materials provided by the Contractor necessitate hauling over roads other than City streets, the Contractor shall, at his own cost and expense, make all arrangements for the use of the haul routes 4-04 BALLAST AND CRUSHED SURFACING 4-04.3(5) SHAPING AND COMPACTION (******) This section is supplemented with the following• The Contractor shall notify the Engineer when he is ready for in-place ballast, base course, or top course density tests. All costs associated with testing shall be the responsibility of the Contractor. Placement of successive courses of aggregate or asphalt concrete shall not proceed until density requirements are met. 7-09 PIPE AND FITTINGS FOR WATER MAIN 7-09.2 MATERIALS (******) Section 7-09.2 shall be revised as follows Ductile Iron Water Main Pipe Ductile iron pipe shall conform with the requirements of SECTION 9-30.1(1) of the Standard Specifications except that it shall be Standard Thickness Class 52. Ductile iron pipe shall be cement -mortar lined and shall conform to ANSI A-21 11 and shall be U.S Tyton joint pipe of approved equal Rubber ring gaskets shall conform to ANSI A-21 11 All cast iron fittings and flanged ductile iron fittings shall be Class 250 and all ductile iron mechanical joint fittings shall be Class 350 conforming to ANSI/AWWA C110/A-21 10 and ANSI/AWWA C153 A-21 53 Mortar lining shall be same thickness as for pipe Where called for on the Plans, restrained joint pipe shall be supplied with U S. Pipe Field Lok gaskets, or approved equal. AD mechanical joints shall be supplied with Romac Grip Rings, RomaGrip, or Megalug joint restraint. Pipe Zone bedding material shall be native or imported gravel backfill material meeting the requirements of SECTION 9-03 12(3), or as approved by the Engineer Connection Couplings. Couplings for DI or PVC pipe, either transition or straight couplings, shall be compression type flexible couplings conforming to SECTION 9-30.2(7) of the Standard Specifications Imported Select Backfill, where directed by the Engineer, shall be crushed gravel, placed and compacted in layers The crushed gravel bedding shall conform to crushed surfacing base course meeting the requirements of Section 9-03 9(3), or as approved by the Engineer 7-09.3(10) BACKFILLING TRENCHES (******) This section is supplemented with the following Street crossing trenches and other locations as directed by the Engineer shall be backfilled for the full depth of the trench (above the pipe zone bedding) with imported Select Backfill meeting the requirements of Section 7-08 3(3) of these Standard Specifications 7-09.3(11) COMPACTION OF BACKFILL Delete the first paragraph and this section is supplemented with the following G\PROJECTS\2006\060286\060288 PHASE 3 OVERFLOW SPECS.doc 5-47 Mechanical compaction shall be required for all trenches. The Contractor is hereby cautioned that time extensions shall not be granted due to unstable trench backfill conditions caused by excessive watering. The Contractor shall be responsible for correcting such conditions caused by his own construction activities The density of the compacted material shall be at least 95% of the maximum density as determined by ASTM D 698 Tests (Standard Proctor). The Contractor shall notify the Engineer when they are ready for in-place density tests of the trench line. Density tests shall be taken at various depths in the trench. The Contractor shall provide a backhoe and operator for the exca- vation and backfill of test holes. The cost of the backhoe and operator shall be considered incidental. Placement of courses of aggregate shall not proceed until density requirements have been met. The first 500 feet of trench backfill operations shall be considered a test section for the Contractor to demonstrate his backfilling and compaction techniques The Contractor shall notify the Engineer at least 3 working days prior to beginning trench excavation and backfill operations and shall arrange for in-place density tests to be taken on the completed test section in accordance with the above requirements. No further trenching will be allowed until the specified density is achieved in the test section. Passing in-place density tests in the test section will not relieve the Contractor from achieving the specified densities throughout the project. 7-09.3(19)A CONNECTIONS TO EXISTING MAINS This section is supplemented with the following: No connections to existing mains are allowed until new mains have been tested and accepted. No public water valves shall be opened or closed by anyone but the City of Yakima Water/Irrigation Division staff. The Contractor shall coordinate existing valve operation with the City by contacting James Dean at 575-6196 a minimum of 24 hours prior to work requiring valve operation In no case shall any existing water main be closed for a period of greater than eight (8) hours, or as otherwise approved by the City 7-09.3(23) HYDROSTATIC PRESSURE TEST (******) This section is supplemented with the following• Replace the first sentence with All water mains and appurtenances shall be tested under a hydrostatic pressure of 60 psi. 7-09.4 MEASUREMENT (******) This section is supplemented with the following: There will be no separate measurement or payment for dewatering operations by the Contractor All costs associated with dewatering operations shall be included in the various bid items associated with the work. The length and depth of "Select Backfill, as Directed" shall be field measured by the Engineer The trench width payment line limit for "Select Backfill, as Directed" shall be as shown on the Plans. No measurement or payment will be made for excavation or backfill material beyond the payment line limit. 7-09.5 PAYMENT (******) This section is supplemented with the following Revise the second paragraph under Item 1 to read as follows. G:\PROJECTS\2006\06028B\060288 PHASE 3 OVERFLOW SPECS.doc 5-48 The unit contract price per linear foot for each size of " -Inch Water Main and Fittings, in Place," shall be full pay for all work to complete the installation of the water main and fittings including, but not limited to, trench excavation of all materials regardless of the nature, trench dewatering, bedding, imported pipe bedding material in the pipe zone, laying and jointing pipe and fittings, concrete thrust blocking, backfilling, compaction, testing, flushing, disinfecting the pipeline, and cleanup Payment for all pipe items shall be made as follows 75% of the unit bid price for materials and initial installation, the next 15% of the unit bid price upon the successful completion of density testing, and the final 10% of the unit bid price upon the completion of pipe testing, including hydrostatic, and bacteriological The unit price bid for "Shoring or Extra Excavation," per linear foot, shall be full compensation for all labor, tools, equipment, and materials necessary to furnish and install shoring or over - excavate on trenches exceeding four (4) feet in depth, per SECTION 2-09 of the Standard Specifications and applicable amendments, including excavation, backfill, haul, and compaction. If select backfill material is required for backfilling within the limits of the structure excavation, it shall also be required as backfill material for the extra excavation at the Contractor's expense. Payment for "Select Backfill, as Directed" will be made at the unit bid price per cubic yard, which shall be full compensation for furnishing, hauling, placing, and compacting the material where directed by the Engineer The contract price per lump sum for Reservoir Penetration for Pipe," shall be full compensation for all work to complete the installation of the 12 -inch D I pipe penetration into Reservoir No 1 including, but not limited to, excavation, concrete boring, dewatering, installing new 12 -inch D I drain line through reservoir wall, supports, pressure grouting the space between the new watermain and reservoir bore hole, and Link -Seal© as shown on the Plans and specified herein. 7-12 VALVES FOR WATER MAINS 7-12.2 MATERIALS (******) This section is supplemented with the following. The following materials are required on this project: Gate Valves All gate valves size 2 -inch through 10 -inch shall be resilient seated gate valves conforming to the latest AWWA Standard C 509 Valves shall be Mueller, Clow, or M&H All gate valves 3 -inch and larger shall have mechanical joint and/or flanged connections as shown on the Plans, non -rising stems, open counterclockwise, and shall be provided with a 2 - inch square operating nut. Stuffing box shall be 0 -ring type Two-inch valves shall have screw type end connections and be non -rising stem with 2 -inch operating nut. Butterfly Valves Butterfly valves, 12 -inch and larger, shall be suitable for direct burial and shall conform to the latest AWWA Standard C 504. Approved manufacturers are: Pratt, Mueller and M&H Valves shall have mechanical joint and/or flanged connections as shown on the Plans and shall be of the same size as the line on which they are located Valve shafts shall be a one-piece unit extending full size through the valve disc and valve bearings, with minimum shaft diameter as specified in AWWA C 504 Class 150B Valve operators shall be worm gear type, sealed, gasketed, and lubricated for underground service All valves shall open counter -clockwise and shall be provided with a 2 -inch operating nut, unless otherwise specified Air/Vacuum Valves. Air/Vacuum valves shall be VALMATIC 202C or approved equal G\PROJECTS\2006\060286\06028B PHASE 3 OVERFLOW SPECS doc 5-49 Valve Boxes. The top section of the valve boxes shall be Rich Model 940-B, or approved equal, 18 inches high. The bottom section shall be a Rich Model R-36, or equal, 36 inches high; extension sections shall be Rich Model 044, or equal, 12 inches high 7-12.3 CONSTRUCTION REQUIREMENTS (******) This section is supplemented with the following• Add the following to SECTION 7-12 3 of the Standard Specifications: Valves. Upon completion of all work in connection with this Contract, the Contractor shall coordinate with the City to open all valves involved in this work and the Engineer so notified. Valve Boxes: Valve boxes should be set to position during backfilling operations so they will be in a vertically centered alignment to the valve operating stem. The top of the box will be at final grade Adjustment to Grade: The Contractor shall adjust all water valve boxes to the final grade of the surrounding area including new concrete sidewalk, asphalt pavement, gravel surfacing, or topsoil surfacing. In asphalt concrete areas, water valve boxes shall be adjusted to grade in accordance with the procedure outlined in Section 7-05.3(1) of these Special Provisions. The Contractor shall keep the valve boxes free from debris caused by the construction activities. All valve boxes will be inspected during final walk-thru to verify that the valve box is plumb and that the valve wrench can be placed on the operating nut. 7-12.5 PAYMENT (******) This section is supplemented with the following: The unit price bid per each for " -Inch Valve and Valve Box," shall be full pay for all work to furnish and install the valve complete in place on the water main, including excavation, dewatering, existing pipe removal, bedding, jointing and laying, concrete blocking, painting, disinfecting, hydrostatic testing, backfill, compaction, valve nut extension, valve box, concrete pad, and final adjustment to finish grade. 7-20 HDPE PIPE INSTALLATION REQUIREMENTS (NEW SECTION) 7-20.1 DESCRIPTION (******) The intent of this Specification is to provide general requirements for the rehabilitation of the existing irrigation system piping with new HDPE piping These Specifications are intended to be performance specifications that describe the ultimate function to be achieved, that is the rehabilitation of the existing drain system piping to provide leakproof, pressurized drain service Therefore, the precise materials and the methods outlined are not described in detail in the following Sections. 7-20.2 MATERIALS (******) High Density Polyethylene Pipe (HDPE) shall be extra high molecular weight, high density ethylene/hexane copolymer, PE 3408 polyethylene resin. The Standard Dimension Ratio (SDR) shall be 21 for pipe sizes 12 -inch diameter and larger, and SDR 11 for pipe sizes 10 -inch diameter and smaller Pipe material shall be provided in straight segments and no coiled pipe will be allowed. G:\PROJECTS\2006\060288\06028B PHASE 3 OVERFLOW SPECS.doc 5-50 The manufacturer's certification shall state that the pipe was manufactured from one specific resin in compliance with these Specifications The certificate shall state the specific resin used, its source, and list its compliance with these Specifications The pipe shall contain no recycled compound except that generated in the manufacturer's own plant from resin of the same specification from the same raw material. The pipe shall be homogeneous throughout and free of visible cracks, holes, voids, foreign inclusions, or other deleterious defects, and shall be identical in color, density, melt index, and other physical properties throughout. During extrusion production, the HDPE pipe shall be continuously marked with durable printing including (but not limited to) nominal size, dimension ratio, pressure rating, type (trade name), material classification, certification base and date Polyethylene fittings shall comply with all appropriate requirements of AWWA C901, AWWA C906, or CSA B137.1 Socket type fittings shall comply with ASTM D2683 Butt fusion fittings shall comply with ASTM D3261. Electrofusion fittings shall comply with ASTM F1055 Fabricated fittings shall be designed and manufactured to be as strong or stronger than the pipe to which the fittings will be joined Mechanical fittings shall be approved only after submission of appropriate test data and service histories indicating their acceptability for the intended service In all cases, the Specifications and requirements for the fittings supplied shall comply with the appropriate sections of AWWA C901, AWWA C906, or CSA B137 1 Pipe stiffeners shall be used in conjunction with mechanical restrained fittings. Pipe stiffeners shall be designed to support the interior wall of the HDPE and maintain pipe round The stiffeners shall support the pipe's end and control the "necking down" reaction to the pressure applied during normal installation The pipe stiffeners shall be formed for 304 or 316 stainless steel to the HDPE manufacturers published average inside diameter of the specific size and DR of the HDPE 7-20.2(1) HANDLING OF HDPE PIPE The manufacturer shall package the pipe in a manner designed to deliver the pipe to the project neatly, intact, and without physical damage The transportation carrier shall use appropriate methods and intermittent checks to ensure the pipe is properly supported, stacked, and restrained during transport such that the pipe is not nicked, gouged, or physically damaged Pipe shall be stored on clean, level ground to prevent undue scratching or gouging of the pipe If the pipe must be stacked for storage, such stacking shall be done in accordance with the pipe manufacturer's recommendations. The handling of pipe shall be done in such a manner that it is not damaged by dragging over sharp objects or cut by chokers or lifting equipment. Sections of pipe having been discovered with cuts or gouges in excess of 10% of the wall thickness of the pipe shall be cut out and removed or the section of pipe rejected 7-20.3 CONSTRUCTION REQUIREMENTS 7-20.3(1) PREPARATION OF EXISTING LINES (******) It shall be the responsibility of the Contractor to clean and clear the existing drain lines of obstructions, solids, roots, collapsed pipe, or any other impediment or material which prevents proper insertion of the sliplining pipe If inspection reveals an obstruction that is not at the location of an access pit or new service connection, the Contractor shall make an excavation to expose and remove or repair the obstruction. Such excavation shall be approved by the Owner prior to the commencement of the work. 7-20.3(1)A CLEANING EXISTING PIPE (******) The Contractor shall be required to furnish all labor, equipment, appliances, and materials necessary for cleaning the drain system pipes including the removal of all debris, roots, solids, roots, sand, rock, etc., from the existing drain lines G.\PROJECTS\2006\060288\060288 PHASE 3 OVERFLOW SPECS.doc 5-51 The existing drain mains shall be cleaned using mechanical, hydraulically -propelled, and/or high velocity cleaning equipment. The cleaning process shall remove all debris from each drain main segment. All cleaning equipment and devices shall be operated by experienced personnel. Satisfactory precautions shall be taken to protect the drain mains from damage that might be inflicted by the improper use of the cleaning process equipment. The Contractor shall be responsible for collection and disposal of all materials collected or accumulated during the cleaning process and shall comply with all Federal, State, and local environmental and anti- pollution laws, ordinances, codes, and regulations. Under no circumstances shall materials generated from pipe cleaning activity be improperly disposed, dumped onto streets or ditches, catch basins, storm drains, or sanitary sewers. The Contractor shall be required to demonstrate the performance capabilities of the cleaning equipment proposed for use on the project. If the results obtained by the proposed pipe cleaning equipment are not satisfactory, the Contractor shall use different equipment and/or attachments, as required, to meet the specifications. 7-20.3(1)C OBSTRUCTION REMOVAL The Contractor shall be required to remove in entirety all full and partial obstructions discovered during the cleaning work, including existing service connections, prior to sliplining work. Blockages and obstructions shall be removed using non -intrusive methods where possible. If the blockage or obstruction cannot be removed using non -intrusive methods, the Contractor shall excavate and remove the blockage. The Contractor shall notify the Engineer and receive approval prior to beginning excavation for blockage. 7-20.3(2) INSTALLING HDPE PIPE 7-20.3(2)A JOINING HDPE PIPE (******) Sections of polyethylene pipe shall be joined into continuous lengths on the job site, above ground The joining method shall be butt fusion and shall be performed in strict conformance with the pipe manufacturer's recommendations and ASTM -F-585 The butt fusion equipment used in the joining process shall be capable of meeting all conditions recommended by the pipe manufacturer, including, but not limited to, temperature requirements of 400°F and interface fusion pressure of 75 psi Socket fusion, hot gas fusion, threading, or solvent -cement joints and epoxies are not permitted The Contractor shall be responsible to verify the fusion equipment is in good working order and the operator has been trained within the past twelve months. The fusion equipment shall be equipped with a Datalogger for recording heater temperature and fusion pressure. All fused joints shall be watertight and shall have a tensile strength equal to that of the pipe All joints are subject to acceptance by the Owner prior to insertion. All defective joints shall be cut out and replaced at no additional cost to the City All connections to D.I. fittings and valves shall use restraint systems or fused flanges. The Contractor shall remove all HDPE trimmings or other miscellaneous material from the inside of the pipe being butt fused prior to installation All pipe, both new and existing, shall be adequately covered at the end of each working day to prevent entry by animals (i e rodents, cats, etc.). If pipe is left open and unattended by the Contractor, he shall be responsible for verifying no animals have entered the pipe and provide suitable evidence to the Engineer The Contractor shall not continue work until such evidence is provided and accepted by the Engineer 7-20.3(2)B SLIPLINING WITH HDPE PIPE (******) Sliplining shall be accomplished with a power winch and steel cable connected to the end of the liner by use of an appropriate nose -cone pulling head. During insertion of the new HDPE pipe, precautions should be taken to protect the liner pipe as it is pulled into the existing drain main piping Any cuts, G:\PROJECTS\2006\06028B\06028B PHASE 3 OVERFLOW SPECS.doc 5-52 gouges, or scrapes equal to 10% of the liner wall thickness shall be cause for rejection of that portion of the liner pipe. Once the insertion is initiated, the pull shall be completed without interruption At the Contractor's option, as recommended by the pipe manufacturer, the liner pipe may be pushed into position, or a combination of pushing and pulling techniques may be used to insert the liner The manufacturer's recommendations shall be followed regarding relaxation and thermal equilibrium of the liner prior to terminal and service connections, but shall not be less than 2 hours Following the required time, terminal and service connections may be made, the annulus of the existing pipes shall be sealed, and backfilling of open pits may be completed 7-20.3(2)C WINCHING The winch shall be of the constant load type but shall be fit with a direct reading load gauge to measure the winching load At the end of each day's winching, the Contractor shall provide the Owner with copies of the forces recorded in winching at the start of any pull and during the pull at increments of 50 feet of winching distance and at any restart after temporary stops The winch shall be fitted with a device to automatically disengage when the load exceeds a preset maximum load to be approved by the Owner. Under no circumstances will the pipe be stressed beyond its elastic limit. The Contractor shall supply sufficient cable in one continuous length so that the pull may be continuous between approved winching points The winch, cable, and cable drum shall be provided with safety cage and supports so it may be operated safely without injury to persons or property The Contractor shall provide a system of guide pulleys and bracings at each access pit to minimize cable contact with the existing irrigation piping The nose cone at the head of the slipline pipe shall be fitted with a swivel attachment to prevent or minimize the twist transmission between the winch cable and the nose cone. The excavation supports at the launch site shall remain completely separate from the pipe support system and must be so designed that neither the pipe nor the winch cable is in contact with them Lubrication to ease the pull shall be as recommended by the HDPE pipe manufacturer, shall not be harmful to piping materials, and shall be approved by the Owner 7-20.3(2)D INSERTION OR ACCESS PITS The Contractor shall construct insertion or access pits at locations which maximize pulling distances and directions, and which minimize disruption to traffic and impacts to adjacent properties Proposed access pit locations are shown on the Plans for the Contractor's consideration The final number and location of insertion or access pits shall be proposed by the Contractor and approved by the Owner prior to excavation The length of the access pit shall be a minimum of 12 times the diameter of the liner plus the sloping ends of the pit. The ends of the pit shall be sloped at a minimum of 2 5 to 1 slope from the ground surface to the top of the existing drain main The sides of the pit shall be properly braced per local, state, and federal regulations. The width of the access pit shall be a minimum of the outside diameter of the existing drain main plus 12 inches, but shall not exceed 3 feet in width The access pit shall allow insertion of continuous pipe length without bending to a smaller radius of curvature than permissible by the manufacturer. 7-20.3(2)F LEAK TESTING (******) G.\PROJECTS\2006\060288\06028B PHASE 3 OVERFLOW SPECS.doc 5-53 Pressure testing shall be conducted in accordance with ASTM F2164, Field Leak Testing of Polyethylene Pressure Piping Systems Using Hydrostatic Pressure. The HDPE pipe shall be filled with water raised to test pressure and allowed to stabilize The test pressure shall be 60 psi. The pipe shall pass if the final pressure is with 5% of the test pressure for 1 hour. For safety reasons, hydrostatic testing only will be used 7-20.5 PAYMENT The unit price bid for "Slipline -Inch HDPE Pipe," per linear foot, shall be full compensation for all labor, materials, tools, and equipment necessary to furnish and install the HDPE pipe and fittings in existing drain piping of various materials and diameters including, but not necessarily limited to, pipe, fittings, fusing equipment, technical service, pipe connections, concrete blocking, and testing. 7-21 REPLACE OVERFLOW STANDPIPE (NEW SECTION) 7-21.1 DESCRIPTION This work consists installation of new overflow drain line at the side of the reservoir, and other work necessary to complete the work as detailed in the plans. 7-21.3 CONSTRUCTION REQUIREMENTS (******) The existing 12" steel standpipe shall be removed as detailed in the plans The existing steel funnel inlet shall be removed. A new 12 -in. D.I. overflow inlet shall be installed at the same elevation as before at the new location Stainless steel supports brackets shall be fabricated and installed at detailed in the plans. All bolts and nuts shall be stainless steel. All tools, equipment, materials, and workman boots shall be disinfected with chlorine solution prior to entering reservoirs. Following all work inside reservoirs, the Contractor shall disinfect the reservoirs in accordance with AWWA C652. This work shall be considered incidental to all other work items, and no separate payment will be made. 7-21.5 PAYMENT (******) This section is supplemented with the following: The contract price for "12 -In. D I Water main and Fittings, In Place" per linear shall be full compensation for all labor, tools, materials, and equipment necessary to furnish and install all 12" D.I. pipe, fittings, couplers, hangers, grip -rings, excavation, backfill, disinfection, and cleanup. The unit price bid for "Air Vent Assembly," per each, shall be full compensation for all labor, tools, materials, and equipment necessary to furnish and install the air vent as detailed in place including, but not necessarily limited to, fabrication, excavation, dewatering, pipe and fittings, connections to piping, backfill and compaction, and painting as shown on the Plans and specified herein. The contract price for "Reservoir Penetration for Pipe" per lump shall be full compensation for all labor, tools, materials, and equipment necessary for excavation, core drilling, and installation of seals and grout as detailed in the plans. STANDARD PLANS August 6, 2007 The State of Washington Standard Plans for Road, Bridge and Municipal Construction M21-01 transmitted under Publications Transmittal No PT 07-008, effective April 2, 2007 is made a part of this contract. G:\PROJECTS\2006\06028B\060286 PHASE 3 OVERFLOW SPECS.doc 5-54 The Standard Plans are revised as follows All Standard Plans All references in the Standard Plans to "Asphalt Concrete Pavement" shall be revised to read "Hot Mix Asphalt" All references in the Standard Plans to the abbreviation "ACP" shall be revised to read "HMA" C-1 Sheet 1 In the TYPE 1 ALTERNATIVE, the title of the first section view is revised to INITIAL INSTALLATION C-1 a In the TYPE 11, WOOD POST ASSEMBLY, the 18" long Button Head Bolts are revised to 25" long C-1 b In the ANCHOR POST ASSEMBLY, the above ground 7 1/2" long bolt connecting the Wood Breakaway Post to the Foundation Tube is revised to 10" long. C-11 b Sheets 1 and 2 In the PRECAST FOOTING, ELEVATION view (Sheet 1) and in the CAST -IN-PLACE FOOTING, ELEVATION view (Sheet 2), COMMERCIAL CONCRETE is revised to CONCRETE CLASS 4000 In the BREAKAWAY ANCHOR ANGLE, ELEVATION view (Sheet 2), the welding symbols are revised to indicate that the 1/4" Inside Gussets have 1/4" fillet weld joints, and the 1/2" End Gussets have 1/2" fillet weld joints D -1a Sheet 2 & D -lb Sheet 2 Reinforcing Steel Bar marked "R1" (see lower left corner) the dimension 1' - 2 1/2" is revised to 1' - 0 1/2" F-10.62-00 Sheet 1 The length of the Tangent Block is revised to. 30" MIN to 60" MAX. F-10.64-00 Revised to add Note. "The dual faced curb may be constructed by using two precast concrete sloped mountable curbs (longitudinal halves) so long as the installation is consistent with the dimensions shown in the Plan " G-3 Sheet 1 In the END VIEW of the truss. the 2' - 6" width of the truss is revised to 2' — 9" G -8b Sheets 1 and 2 In DETAIL's "A" and "B", the 4" dimension for the distance from the Bottom of Sign (Secondary Sign) to the Breakaway Hinge Plates is omitted G -8f In DETAIL "A", the distance from the Top of Sign to the Top of Sign Post is revised from = 7" to = 2" G -8q Sheet 1 In the ELEVATION views, in the labels LOWER SIGN POST SUPPORT. the parenthetical specification "12 GAGE" is revised to "7 GAGE" 1-10 In NOTE 1 the reference to Standard Specification 8-01 3(5)A is revised to Standard Specification 8-01.3(6)A. J -lb Sheet 1 The FOUNDATION DETAIL shown is obsolete, use the foundation detail sheet included in the contract plans if this item of work is required (See Design Standards Plan Sheet Library, Plan Reference No IS -2) K-80.30-00 In the NARROW BASE, END view, the reference to Std Plan C -8e is revised to Std Plan K-80 35 G:\PROJECTS\2006\060288\060286 PHASE 3 OVERFLOW SPECS doc 5-55 The following are the Standard Plan numbers applicable at the time this project was advertised. The date shown with each plan number is the publication approval date shown in the lower right-hand corner of that plan. Standard Plans showing different dates shall not be used in this contract. A-1 . . ... . 10/24/06 A-3 . . . ... ...5/30/02 A-6. ...... .. 2/24/03 A-2 ........ ..12/20/06 A-5 . . . .2/24/03 A-7 ... . 10/04/05 B-5.20-00 6/01/06 B-30 50-00 .......... 6/01/06 B-75.20-00 .. .. 6/01/06 B-5.40-00 .......... 6/01/06 B-30 70-00 6/01/06 B-75 50-00 . .. 6/08/06 B-5.60-00.. .. 6/01/06 B-30.80-00... .. 6/08/06 B-75.60-00 6/08/06 B-10.20-00 .. . . 6/01/06 B-30 90-00 . .. . 6/08/06 B-80.20-006/08/06 B-10.40-00 ..... . 6/01/06 B-35.20-00 .. ...6/08/06 B-80.40-00 .. 6/01/06 B-10 60-00 .. .. 6/08/06 B-35.40-00. .....6/08/06 B-82.20-00 6/01/06 B-15.20-00. . . . 6/01/06 B-40.20-00 6/01/06 B-85.10-00.... .6/01/06 B-15 40-00 ... ... 6/01/06 B-40.40-006/01/06 B-85.20-00 .......6/01/06 B-15.60-00 6/01/06 B-45.20-00 6/01/06 B-85.30-00 . .... 6/01/06 B-20.20-01 11/21/06 B-45 40-00 6/01/06 B-85.40-00 6/08/06 B-20.40-01 11/21/06 B-50.20-00 6/01/06 B-85 50-00 6/08/06 B-20 60-01 11/21/06 B-55.20-00 .6/01/06 B-90 10-00 ... .6/08/06 B-25.20-00........ ..6/08/06 B-60.20-00 .6/08/06 B-90.20-00 6/08/06 B-25.60-00.......6/01/06 B-60.40-00.... 6/01/06 B-90.30-00 .. .. 6/08/06 B-30.10-00 .... 6/08/06 B-65.20-006/01/06 B-90.40-00 .. . 6/08/06 B-30.20-01 . 11/21/06 B-65.40-006/01/06 B-90.50-00 . . 6/08/06 B-30 30-00 .... 6/01/06 B-70.20-00 . 6/01 /06 B-95.20-00 . . 6/08/06 B-30.40-00 6/01/06 B-70.60-00 . . ..6/01/06 B-95.40-00 . 6/08/06 C-1. ........2/06/07 C -3b ...... . 10/04/05 C-13 . .4/16/99 C -la. . .. 7/31/98 C -3c 6/21/06 C -13a 4/16/99 C -lb .. 10/31/03 C -3d .........3/03/05 C -13b 4/16/99 C -lc .... . 5/30/97 C-4 .2/21/07 C -14a ..... .. . 7/26/02 C-1 d ... .......10/31 /03 C -4a . . 2/21/07 C -14b ... . 7/26/02 C-2 ..... 1/06/00 C -4b . 6/08/06 C -14c .. . 7/26/02 C -2a .. 6/21/06 C -4e .2/20/03 C -14d . ....7/26/02 C -2b ... 6/21/06 C -4f ...6/30/04 C -14e . 7/26/02 C -2c 6/21/06 C-5 . 10/31/03 C -14f .. .... 9/02/05 C -2d .... 6/21/06 C-6. 5/30/97 C -14g .... 11/21/06 C -2e 6/21/06 C -6a 3/14/97 C -14h .... 1/11/06 C -2f 3/14/97 C -6c ...1/06/00 C -14i. .. 12/02/03 C -2g ... 7/27/01 C -6d . 5/30/97 C -14j ...... 12/02/03 C -2h . ... 3/28/97 C -6f 7/25/97 C -14k ...... . ..1/11/06 C -2i... . .. 3/28/97 C-7 10/31/03 C -16a ....... 11/08/05 C -2j 6/12/98 C -7a .10/31/03 C -16b ....11/08/05 C -2k 7/27/01 0-8 .4/27/04 C-20 14-00 2/06/07 C -2n ........... 7/27/01 C -8a. ...7/25/97 C-20 40-00........ 2/06/07 C -2o. .... .. 7/13/01 C -8b .... . ..1/11/06 C-22.40-00 .. 2/06/07 C -2p 10/31/03 C -8e .. 2/21/07 C-23.60-00 2/06/07 C -2q 3/03/05 C -8f. 6/30/04 C-25.18-00 .. . .2/06/07 C -2r ................... 3/03/05 C-10. . 7/31/98 C-25.20-00.... 2/06/07 C -2s 3/03/05 0-11 5/20/04 C-25.22-00 . 2/21/07 C -2t 3/03/05 C-11 a . ....5/20/04 C-28 40-00 . . 2/06/07 C-3 10/04/05 C-11 b ..... ..5/20/04 C -3a 10/04/05 C-12 ... 7/27/01 D-1 a.. .. ....1 /23/02 D-2.30-00 . 11/10/05 D-2.80-00 .. .11 /10/05 D -lb ............ .. 10/06/99 D-2 32-00 11/10/05 D-2 82-00 . 11/10/05 D-1 c.. ..10/06/99 D-2.34-00 . . 11/10/05 D-2 84-00 ... ..11 /10/05 D-ld . . 10/06/99 D-2 36-00 11/10/05 D-2 86-00 .. . 11/10/05 D-1 e... . 1/23/02 D-2.38-00. . .11/10/05 D-2 88-00 .......11 /10/05 D-1 f. 10/06/99 D-2 40-00 . 11/10/05 D-2 92-00 11/10/05 G:\PROJECTS\2006\060288\060288 PHASE 3 OVERFLOW SPECS.doc 5-56 D-2.02-00 . 11/10/05 D-2 42-00 . 11/10/05 D-3 .. 7/13/05 D-2 04-00 ....11 /10/05 D-2 44-00... 11/10/05 D -3a .. .6/30/04 D-2 06-00 . .. 11/10/05 D-2 46-00 .. 11/10/05 D -3b . 6/30/04 D-2.08-00 .... ..11 /10/05 D-2.48-00 . 11/10/05 D -3c. . 6/30/04 D-2.10-00 . 11/10/05 D-2.60-00 . 11/10/05 D-4 . ....... 12/11/98 D-2 12-00 11/10/05 D-2 62-00 .11/10/05 D-6 . 6/19/98 D-2.14-00 11/10/05 D-2 64-00 11/10/05 D-7 .. 10/06/99 D-2 16-00 11/10/05 0-2 66-00 . 11/10/05 D -7a . 10/06/99 D-2.18-00 .. 11/10/05 D-2 68-00 .. 11/10/05 D-9 . 12/11/98 D-2 20-00 . . .11/10/05 0-2 78-00 . 11/10/05 E-1 ..... . 2/21/07 E-4 .. 8/27/03 E-2 .. 5/29/98 E -4a .. 8/27/03 F-10 12-00. .. 12/20/06 F-10 64-00 1/23/07 F-40 15-00 . 2/07/07 F-10.16-00 .....12/20/06 F-30 10-00 1/23/07 F-40.16-00 . . 2/07/07 F-10.40-00 . ... 1/23/07 F-40 10-00 2/07/07 F-40.18-00 . . 2/07/07 F-10 42-00 .. 1/23/07 F-40 12-00 2/07/07 F-80 10-00 1/23/07 F-10.62-00 . .1 /23/07 F-40 14-00 .2/07/07 G-1 .. ... 2/21/07 G-6 .8/27/03 G -8e. .... 8/18/04 G-2 . .. .. 6/04/02 G -6a .. 8/27/03 G -8f . .. .. 11/09/05 G -2a . . . 6/04/02 G -6b . 8/27/03 G -8g . .. 11/09/05 G-3 . ..11 /09/05 G-7 . . 6/08/06 G -9a . . 6/25/02 G -3a ....11/09/05 G -8a 12/15/04 G -9b .. 6/08/06 G -3b 11/09/05 G -8b 11/09/05 G -9d . 6/08/06 G -4a . . . . 11/09/05 G -8c 8/18/04 G -4b ....... 6/30/04 G -8d 12/15/04 H-1 ... . 1/10/02 H -4a 2/25/05 H-12. . . 2/25/05 H-1 a. . 4/14/00 H -4b 10/24/06 H -12a ..... 2/25/05 H -lb... . .. 6/21/06 H-6 10/29/03 H -12b .. . . 2/25/05 H -lc . . 3/04/05 H-7 .8/10/98 H-13 .. . 2/25/05 H-1 d .. .. .... 6/21/06 H-8 9/18/98 H -13a .2/25/05 H -le. ...6/21/06 H-9 4/18/97 H-14 2/09/05 H-4 . . 8/18/04 H-10 . .. .5/29/98 1-1 . ... ...... 7/18/97 1-6 ... 7/17/03 1-11 ... . 9/11/03 1-2 . 4/23/99 1-7 . . . 7/17/03 1-12 . ........7/17/03 1-3 . . 8/20/99 1-8 . ... 7/17/03 1-13 .... 7/17/03 1-4 . . .7/17/03 1-9 . 7/17/03 1-14 .. 7/17/03 1-5 7/17/03 1-10 .7/17/03 1-15 . .1 /23/07 J -lb ... 10/08/99 J -6g .12/12/02 J-11 b. 9/02/05 J -lc .4/24/98 J -6h 4/24/98 J-11 c . 6/21/06 J-ld 1/11/06 J -7a 9/12/01 J-12 11/08/05 J -le . 1/11/06 J -7c 6/19/98 J -15a . 10/04/05 J-lf . . 6/23/00 J -7d 4/24/98 J -15b 10/04/05 J-3 8/01/97 J -8a 5/20/04 J -16a 3/04/05 J -3b . 3/04/05 J -8b 5/20/04 J -16b . 9/02/05 J -3c . 6/24/02 J -8c 5/20/04 J-18 9/02/05 J -3d 11/05/03 J -8d 5/20/04 J-19 9/02/05 J-5 . 8/01/97 J -9a 4/24/98 J-20 9/02/05 J -6c 4/24/98 J-10 .7/18/97 J -6f 4/24/98 J-11 a 9/02/05 K-10.20-00 2/15/07 K-26 40-00 2/15/07 K-40 60-00 2/15/07 K-10 40-00 2/15/07 K-30 20-00 . 2/15/07 K-40 80-00 . 2/15/07 K-20 20-00 2/15/07 K-30 40-00 . 2/15/07 K-55.20-00 2/15/07 G \ PROJECTS \2006\06028B\060288 PHASE 3 OVERFLOW SPECS doc 5-57 K-20 40-00 . 2/15/07 K-32 20-00 ...2/15/07 K-60 20-00 .... . 2/15/07 K-20 60-00 2/15/07 K-32.40-00.........2/15/07 K-60.40-00 ... ..2/15/07 K-22.20-00 2/15/07 K-32.60-00 .. 2/15/07 K-70.20-00 2/15/07 K-24.20-00 2/15/07 K-32.80-00.... .2/15/07 K-80.10-00. . .2/21/07 K-24.40-00 . ... 2/15/07 K-34 20-00 . 2/15/07 K-80.20-00 ....12/20/06 K-24.60-00 ..... .. . 2/15/07 K-36 20-00... .. 2/15/07 K-80.30-00 ..... 2/21/07 K-24 80-00 2/15/07 K-40.20-00 .....2/15/07 K-80 35-00 .....2/21/07 K-26.20-00 .2/15/07 K-40.40-00... 2/15/07 K-80 37-00 2/21/07 L-10.10-00 2/21/07 L-40 10-00 . .....2/21 /07 L-70.10-00 .. ..1 /30/07 L-20.10-00... .... 2/07/07 L-40 15-00 2/21/07 L-70 20-00 .. ...1 /30/07 L-30.10-00 ... . 2/07/07 L-40.20-00 2/21/07 M-1.20-01 . 1/30/07 M-3 30-01 .. 1/30/07 M-20.10-01. 1/30/07 M-1.40-01 ...........1 /30/07 M-3.40-01 . ....1 /30/07 M-20.20-01.. 1 /30/07 M-1.60-01 1/30/07 M-3 50-01 ...... .1/30/07 M-20 30-01. ....1 /30/07 M-1.80-01 . 1 /30/07 M-5.10-01 ... . ..1/30/07 M-20 40-01 1/30/07 M-2.20-01 . 1/30/07 M-7.50-01 . .. 1/30/07 M-20 50-01.... 1/30/07 M-2.40-01 .1/30/07 M-9 50-01 . 1/30/07 M-24.20-01. . . 5/31/06 M-2.60-01 1/30/07 M-11 10-01 .......... 1/30/07 M-24.40-01 5/31/06 M-3.10-01 ....1 /30/07 M-15.10-01 ... ....2/06/07 M-24 60-02 ..... 2/06/07 M-3.20-01 . .1 /30/07 M-17.10-01 ... 1/30/07 G:\PROJECTS\2006\060286\060288 PHASE 3 OVERFLOW SPECS.doc 5-58 AMENDMENTS TO THE 2008 WASHINGTON STATE DEPARTMENT OF TRANSPORTATION STANDARD SPECIFICATIONS G:\PROJECTS\2006\060286\06028B PHASE 3 OVERFLOW SPECS.doc INTRODUCTION The following Amendments and Special Provisions shall be used in conjunction with the 2006 Standard Specifications for Road, Bridge, and Municipal Construction AMENDMENTS TO THE STANDARD SPECIFICATIONS The following Amendments to the Standard Specifications are made a part of this contract and supersede any conflicting provisions of the Standard Specifications For informational purposes, the date following each Amendment title indicates the implementation date of the Amendment or the latest date of revision Each Amendment contains all current revisions to the applicable section of the Standard Specifications and may include references which do not apply to this particular project. SECTION 1-01, DEFINITIONS AND TERMS August 6, 2007 1-01.3 Definitions The first paragraph under Completion Dates is revised to read: Substantial Completion Date is the day the Engineer determines the Contracting Agency has full and unrestricted use and benefit of the facilities, both from the operational and safety standpoint, all the initial plantings are completed and only minor incidental work, replacement of temporary substitute facilities, plant establishment periods, or correction or repair remains for the physical completion of the total contract. SECTION 1-04, SCOPE OF THE WORK April 3, 2006 1-04.6 Variation in Estimated Quantities The third paragraph beginning with "If the adjusted final quantity of any items", is revised to read If the adjusted final quantity of any item does not vary from the quantity shown in the proposal by more than 25%, then the Contractor and the Contracting Agency agree that all work under that item will be performed at the original contract unit price. SECTION 1-06, CONTROL OF MATERIAL August 6, 2007 1-06.1 Approval of Materials Prior To Use The second sentence in the first paragraph is revised to read• The Contractor shall use the Qualified Product List (QPL), the Aggregate Source Approval (ASA) Database, or the Request for Approval of Material (RAM) form Number 1 under the second paragraph is revised to read. 1. Shall be new, unless the Special Provisions or Standard Specifications permit otherwise; 1-06.1(1) Qualified Products List (QPL) This section is supplemented with the following: The current QPL can be accessed on-line at www.wsdot.wa.gov/biz/mats/QPL/QPL.cfm The following new sub -section is inserted to follow 1-06.1(2). 1-06.1(3) Aggregate Source Approval (ASA) Database The ASA is a database containing the results of WSDOT preliminary testing of aggregate sources This database is used by the Contracting Agency to indicate the approval status of these aggregate sources for applications that require preliminary testing as defined in the contract. The ASA G:\PROJECTS\2006\06028B\060288 PHASE 3 OVERFLOW SPECS.doc `Aggregate Source Approval Report' identifies the currently approved applications for each aggregate source listed The acceptance and use of these aggregates is contingent upon additional job sampling and/or documentation Aggregates approved for applications on the ASA 'Aggregate Source Approval Report' not conforming to the specifications, not fulfilling the acceptance requirements, or improperly handled or installed, shall be replaced at the Contractor's expense For questions regarding the approval status of an aggregate source, contact the WSDOT Regional Materials Engineer for the Region the source is located in The Contracting Agency reserves the right to make revisions to the ASA database at anytime If there is a conflict between the ASA database and the contract, then the contract shall take precedence over the ASA database in accordance with Section 1-04.2 The ASA database can be accessed on-line at www.wsdot.wa.gov/biz/mats/ASA. 1-06.2(2)D Quality Level Analysis Item 9 under the first paragraph is revised to read 9 Determine the Composite Pay Factor (CPF) for each lot. CPF = f1(PF1) + f2(PF2) + •+ fi(PFi) Ffi i=1toj where fi = price adjustment factor listed in these Specifications for the applicable material j = number of constituents being evaluated 1-06.5 Vacant This section including title is revised to read. 1-06.5 Owners Manuals and Operating Instructions For equipment and materials that are permanently incorporated in the Work, the Contractor shall provide to the Project Engineer all owners manuals and operating instructions furnished by the equipment or material manufacturer SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC August 6, 2007 1-07.9(1) General The fifth paragraph is revised to read If employing labor in a class not listed in the contract provisions on state funded projects only, the Contractor shall request a determination of the correct wage and benefits rate for that class and locality from the Industrial Statistician, Washington State Department of Labor and Industries (State L&I), and provide a copy of those determinations to the Engineer The fifth paragraph is supplemented with the following new paragraph If employing labor in a class not listed in the contract provisions on federally funded projects, the Contractor shall request a determination of the correct wage and benefits for that class and locality from the U S Secretary of Labor through the project engineer's office Generally, the Contractor initiates the request by preparing Standard Form 1444 Request for Authorization of Additional Classification and Rate, available at http.//www.wdol.gov/docs/sf1444.pdf, and submitting it to the Project Engineers' office for further action G:\PROJECTS\2006\060288\060286 PHASE 3 OVERFLOW SPECS doc 1-07.10 Worker's Benefits The fourth paragraph is revised to read: The Public Works Contract Division of the Washington State Department of Labor and Industries will provide the Contractor with applicable industrial insurance and medical aid classification and premium rates. After receipt of Revenue Release from the Washington State Department of Revenue, the contracting agency will verify through the Department of Labor and Industries that the Contractor is current with respect to the payments of industrial insurance and medical aid premiums 1-07.11(10)B Required Records and Retention The second and third paragraphs under "Monthly Employment Utilization Reports" are deleted. 1-07.15 Temporary Water Pollution/Erosion Control The first paragraph is revised to read. In an effort to prevent, control, and stop water pollution and erosion within the project, thereby protecting the work, nearby land, streams, and other bodies of water, the Contractor shall perform all work in strict accordance with all Federal, State, and local laws and regulations governing waters of the State, as well as permits acquired for the project. 1-07.17 Utilities and Similar Facilities This section is revised to read: The Contractor shall protect all private and public utilities from damage resulting from the Work. Among others, these utilities include: telephone, telegraph, and power lines; pipelines, sewer and water lines; railroad tracks and equipment; and highway lighting and signing systems All costs required to protect public and private utilities shall be at the Contractor's expense, except as provided otherwise in this section. Chapter 19 122 of the Revised Code of Washington (RCW) relates to underground utilities. In accordance with this RCW, the Contractor shall call the One -Number Locator Service for field location of utilities If no locator service is available for the area, notice shall be provided individually to those owners of utilities known to, or suspected of, having underground facilities within the area of the proposed excavation. This section is supplemented with the following two new sub -sections. 1-07.17(1) Utility Construction, Removal or Relocation by the Contractor If the Work requires removing or relocating a utility, the contract will assign the task to the Contractor or the utility owner. When the task is assigned to the Contractor it shall be performed in accordance with the Plans and Special Provisions New utility construction shall be performed according to the appropriate contract requirements. To ease or streamline the Work for its own convenience, the Contractor may desire to ask utility owners to move, remove, or alter their equipment in ways other than those listed in the Plans or Special Provisions. The Contractor shall make the arrangements and pay all costs that arise from work performed by the utility owner at the Contractor's request. Two weeks prior to implementing any such utility work, the Contractor shall submit plans and details to the Engineer for approval describing the scope and schedule of all work performed at the Contractors request by the utility owner In some cases, the Plans or special provisions may not show all underground facilities If the Work requires these to be moved or protected, the Engineer will assign the task to others or issue a written change order requiring the Contractor to do so as provided in Section 1-04 4. 1-07.17(2) Utility Construction, Removal or Relocation by Others Any authorized agent of the Contracting Agency or utility owners may enter the highway right-of-way to repair, rearrange, alter, or connect their equipment. The Contractor shall cooperate with such efforts and shall avoid creating delays or hindrances to those doing the work. As needed, the Contractor shall arrange to coordinate work schedules. G:\PROJECTS\2006\060288\06028B PHASE 3 OVERFLOW SPECS.doc If the contract provides notice that utilities will be adjusted, relocated, replaced, or constructed by others during the prosecution of the work, the Special Provisions will establish the utility owners anticipated completion The Contractor shall carry out the Work in a way that will minimize interference and delay for all forces involved. Any costs incurred prior to the utility owners anticipated completion (or if no completion is specified, within a reasonable period of time) that results from the coordination and prosecution of the Work regarding utility adjustment, relocation, replacement, or construction shall be at the Contractor's expense as provided in Section 1-05 14 When others delay the Work through late removal or relocation of any utility or similar facility, the Contractor shall adhere to the requirements of Section 1-04.5. The Contracting Agency will either suspend Work according to Section 1-08 6, or order the Contractor to coordinate the Work with the work of the utility owner in accordance with Section 1-04 4 When ordered to coordinate the Work with the work of the utility owner, the Contractor shall prosecute the Work in a way that will minimize interference and delay for all forces involved SECTION 1-08, PROSECUTION AND PROGRESS August 6, 2007 1-08.1 Subcontracting The eighth paragraph (beginning with - On all projects funded with both Contracting Agency funds and Federal assistance .. ) is supplemented with the following: The Contractor has the option of submitting actual MBE/WBE or DBE payment data, on Federally assisted, Federally assisted and Contracting agency funded, and Contracting Agency funded only contracts to the contracting agency on a monthly basis using the Contract Monitoring and Tracking System (CMATS) through the BizWeb application located at http.//www.omwbe.wa.qov/bizwebatwashington. Use of CMATS will become a requirement for all contractors effective January 7, 2007 1-08.3 Progress Schedule Section 1-08 3 and all subsections are deleted in their entirety and replaced with the following 1-08.3 Progress Schedule 1-08.3(1) General Requirements The Contractor shall submit Type A or Type B Progress Schedules and Schedule Updates to the Engineer for approval Schedules shall show work that complies with all time and order of work requirements in the contract. Scheduling terms and practices shall conform to the standards established in Construction Planning and Scheduling, Second Edition, published by the Associated General Contractors of America. Except for Weekly Look -Ahead Schedules, all schedules shall meet these General Requirements, and provide the following information. 1 Include all activities necessary to physically complete the project. 2 Show the planned order of work activities in a logical sequence 3 Show durations of work activities in working days as defined in Section 1-08.5 4 Show activities in durations that are reasonable for the intended work. 5 Define activity durations in sufficient detail to evaluate the progress of individual activities on a daily basis 6 Show the physical completion of all work within the authorized contract time. The Contracting Agency allocates its resources to a contract based on the total time allowed in the contract. The Contracting Agency may accept a Progress Schedule indicating an early physical completion date but cannot guarantee the Contracting Agency's resources will be available to meet an accelerated schedule No additional compensation will be allowed if the Contractor is not able to meet their accelerated schedule due to the unavailability of Contracting Agency's resources or for other reasons beyond the Contracting Agency's control If the Engineer determines that the Progress Schedule or any necessary Schedule Update does not provide the required information, then the schedule will be returned to the Contractor for correction and resubmittal G'\PROJECTS\2006\060288\060286 PHASE 3 OVERFLOW SPECS doc The Engineer's approval of any schedule shall not transfer any of the Contractor's responsibilities to the Contracting Agency The Contractor alone shall remain responsible for adjusting forces, equipment, and work schedules to ensure completion of the work within the time(s) specified in the contract. 1-08.3(2) Progress Schedule Types Type A Progress Schedules are required on all projects that do not contain the bid item for Type B Progress Schedule. Type B Progress Schedules are required on all projects that contain the bid item for Type B Progress Schedule. Weekly Look -Ahead Schedules and Schedule Updates are required on all projects 1-08.3(2)A Type A Progress Schedule The Contractor shall submit five copies of a Type A Progress Schedule no later than 10 days after the date the contract is executed, or some other mutually agreed upon submittal time The schedule may be a critical path method (CPM) schedule, bar chart, or other standard schedule format. Regardless of which format used, the schedule shall identify the critical path. The Engineer will evaluate the Type A Progress Schedule and approve or return the schedule for corrections within 15 calendar days of receiving the submittal 1-08.3(2)B Type B Progress Schedule The Contractor shall submit a preliminary Type B Progress Schedule no later than five calendar days after the date the contract is executed The preliminary Type B Progress Schedule shall comply with all of these requirements and the requirements of Section 1- 08.3(1), except that it may be limited to only those activities occurring within the first 60 working days of the project. The Contractor shall submit five copies of a Type B Progress Schedule no later than 30 calendar days after the date the contract is executed. The schedule shall be a critical path method (CPM) schedule developed by the Precedence Diagramming Method (PDM). Restraints may be utilized, but may not serve to change the logic of the network or the critical path The schedule shall display at least the following information• Contract Number and Title Construction Start Date Critical Path Activity Description Milestone Description Activity Duration Predecessor Activities Successor Activities Early Start (ES) and Early Finish (EF) for each activity Late Start (LS) and Late Finish (LF) for each activity Total Float (TF) and Free Float (FF) for each activity Physical Completion Date Data Date The Engineer will evaluate the Type B Progress Schedule and approve or return the schedule for corrections within 15 calendar days of receiving the submittal. 1-08.3(2)C Vacant 1-08.3(2)D Weekly Look -Ahead Schedule Each week that work will be performed, the Contractor shall submit a Weekly Look -Ahead Schedule showing the Contractor's and all subcontractors' proposed work activities for the next two weeks. The Weekly Look -Ahead Schedule shall include the description, duration and sequence of work, along with the planned hours of work. This schedule may be a network schedule, bar chart, or other standard schedule format. The Weekly Look -Ahead Schedule shall be submitted to the Engineer by the midpoint of the week preceding the scheduled work or some other mutually agreed upon submittal time. G:\PROJECTS\2006\060288\060286 PHASE 3 OVERFLOW SPECS.doc 1-08.3(3) Schedule Updates The Engineer may request a Schedule Update when any of the following events occur 1. The project has experienced a change that affects the critical path. 2. The sequence of work is changed from that in the approved schedule 3 The project is significantly delayed 4. Upon receiving an extension of contract time The Contractor shall submit five copies of a Type A or Type B Schedule Update within 15 calendar days of receiving a written request, or when an update is required by any other provision of the contract. A "significant" delay in time is defined as 10 working days or 10 percent of the original contract time, whichever is greater. In addition to the other requirements of this Section, Schedule Updates shall reflect the following information 1. The actual duration and sequence of as -constructed work activities, including changed work. 2 Approved time extensions 3. Any construction delays or other conditions that affect the progress of the work. 4. Any modifications to the as -planned sequence or duration of remaining activities. 5. The physical completion of all remaining work in the remaining contract time. Unresolved requests for time extensions shall be reflected in the Schedule Update by assuming no time extension will be granted, and by showing the effects to follow-on activities necessary to physically complete the project within the currently authorized time for completion. 1-08.3(4) Measurement No specific unit of measurement shall apply to the lump sum item for Type B Progress Schedule 1-08.3(5) Payment Payment will be made in accordance with Section 1-04 1, for the following bid item when it is included in the proposal: "Type B Progress Schedule", lump sum The Lump Sum price shall be full pay for all costs for furnishing the Type B Progress Schedule and preliminary Type B Progress Schedule Payment of 80 percent of the lump sum price will be made upon approval of the Progress Schedule Payment will be increased to 100 percent of the lump sum price upon completion of 80 percent of the original total contract award amount. All costs for providing Type A Progress Schedules and Weekly Look -Ahead Schedules are considered incidental to other items of work in the contract. No payment will be made for Schedule Updates that are required due to the Contractors operations Schedule Updates required by events that are attributed to the actions of the Contracting Agency will be paid for in accordance with Section 1-09 4 1-08.4 Prosecution of Work The first sentence is revised to read The Contractor shall begin work within 21 calendar days from the date of execution of the contract by the Contracting Agency, unless otherwise approved in writing G:\PROJECTS\2006\060288\060288 PHASE 3 OVERFLOW SPECS.doc 1-08.5 Time for Completion This section is revised to read: The Contractor shall complete all physical contract work within the number of "working days" stated in the Contract Provisions or as extended by the Engineer in accordance with Section 1-08.8 Every day will be counted as a "working day" unless it is a nonworking day or an Engineer determined unworkable day A nonworking day is defined as a Saturday, a Sunday, a whole or half day on which the contract specifically prohibits work on the critical path of the Contractor's approved progress schedule, or one of these holidays: January 1, the third Monday of January, the third Monday of February, Memorial Day, July 4, Labor Day, November 11, Thanksgiving Day, the day after Thanksgiving, and Christmas Day. When any of these holidays fall on a Sunday, the following Monday shall be counted a nonworking day. When the holiday falls on a Saturday, the preceding Friday shall be counted a nonworking day. The days between December 25 and January 1 will be classified as nonworking days. An unworkable day is defined as a half or whole day the Engineer declares to be unworkable because of weather or conditions caused by the weather that prevents satisfactory and timely performance of the work shown on the critical path of the Contractor's approved progress schedule. Other conditions beyond the control of the Contractor may qualify for an extension of time in accordance with Section 1-08.8 Contract time shall begin on the first working day following the 21st calendar day after the date the Contracting Agency executes the contract. If the Contractor starts work on the project at an earlier date, then contract time shall begin on the first working day when onsite work begins. The contract provisions may specify another starting date for contract time, in which case, time will begin on the starting date specified Each working day shall be charged to the contract as it occurs, until the contract work is physically complete If substantial completion has been granted and all the authorized working days have been used, charging of working days will cease. Each week the Engineer will provide the Contractor a statement that shows the number of working days: (1) charged to the contract the week before; (2) specified for the physical completion of the contract; and (3) remaining for the physical completion of the contract. The statement will also show the nonworking days and any half or whole day the Engineer declares as unworkable Within 10 calendar days after the date of each statement, the Contractor shall file a written protest of any alleged discrepancies in it. To be considered by the Engineer, the protest shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of time disputed. By not filing such detailed protest in that period, the Contractor shall be deemed as having accepted the statement as correct. The Engineer will give the Contractor written notice of the physical completion date for all work the contract requires. That date shall constitute the physical completion date of the contract, but shall not imply the Secretary's acceptance of the work or the contract. The Engineer will give the Contractor written notice of the completion date of the contract after all the Contractor's obligations under the contract have been performed by the Contractor The following events must occur before the Completion Date can be established. 1 The physical work on the project must be complete; and 2. The Contractor must furnish all documentation required by the contract and required by law, to allow the Contracting Agency to process final acceptance of the contract. The following documents must be received by the Project Engineer prior to establishing a completion date: a Certified Payrolls (Federal -aid Projects) b Material Acceptance Certification Documents c Annual Report of Amounts Paid as MBE/WBE Participants or Quarterly Report of Amounts Credited as DBE Participation, as required by the Contract Provisions d Final Contract Voucher Certification G:\PROJECTS\2006\060286\060288 PHASE 3 OVERFLOW SPECS.doc 1-08.8 Extensions of Time Section 1-08 8 is revised to read. The Contractor shall submit any requests for time extensions to the Engineer in writing no later than 10 working days after the delay occurs The requests for time extension shall be limited to the affect on the critical path of the Contractor's approved schedule attributable to the change or event giving rise to the request. To be considered by the Engineer, the request shall be in sufficient detail (as determined by the Engineer) to enable the Engineer to ascertain the basis and amount of the time requested The request shall include an updated schedule that supports the request and demonstrates that the change or event: (1) had a specific impact on the critical path, and except in cases of concurrent delay, was the sole cause of such impact, and (2) could not have been avoided by resequencing of the work or by using other reasonable alternatives If a request combined with previous extension requests, equals 20 percent or more of the original contract time then the Contractor's letter of request must bear consent of Surety. In evaluating any request, the Engineer will consider how well the Contractor used the time from contract execution up to the point of the delay and the effect the delay has on any completion times included in the special provisions The Engineer will evaluate and respond within 15 calendar days of receiving the request. The authorized time for physical completion will be extended for a period equal to the time the Engineer determines the work was delayed because of. 1 Adverse weather causing the time requested to be unworkable, provided that the Engineer had not already declared the time to be unworkable and the Contractor has filed a written protest according to Section 1-08 5 2. Any action, neglect, or default of the Contracting Agency, its officers, or employees, or of any other contractor employed by the Contracting Agency 3. Fire or other casualty for which the Contractor is not responsible. 4 Strikes 5 Any other conditions for which these Specifications permit time extensions such as. a. In Section 1-04 4 if a change increases the time to do any of the work including unchanged work. b In Section 1-04.5 if increased time is part of a protest that is found to be a valid protest. c In Section 1-04 7 if a changed condition is determined to exist that caused a delay in completing the contract. d In Section 1-05 3 if the Contracting Agency does not approve properly prepared and acceptable drawings within 30 calendar days. e In Section 1-07 13 if the performance of the work is delayed as a result of damage by others f In Section 1-07 17 if the removal or the relocation of any utility by forces other than the Contractor caused a delay. g. In Section 1-07 24 if a delay results from all the right of way necessary for the construction not being purchased and the special provisions does not make specific provisions regarding unpurchased right of way h In Section 1-08 6 if the performance of the work is suspended, delayed, or interrupted for an unreasonable period of time that proves to be the responsibility of the Contracting Agency i In Section 1-09 11 if a dispute or claim also involves a delay in completing the contract and the dispute or claim proves to be valid j In Section 1-09 6 for work performed on a force account basis G.\PROJECTS\2006\060288\06028B PHASE 3 OVERFLOW SPECS doc 6. If the actual quantity of work performed for a bid item was more than the original plan quantity and increased the duration of a critical activity Extensions of time will be limited to only that quantity exceeding the original plan quantity 7. Exceptional causes not specifically identified in items 1 through 6, provided the request letter proves the Contractor had no control over the cause of the delay and could have done nothing to avoid or shorten it. Working days added to the contract by time extensions, when time has overran, shall only apply to days on which liquidated damages or direct engineering have been charged, such as the following• If substantial completion has been granted prior to all of the authorized working days being used, then the number of days in the time extension will eliminate an equal number of days on which direct engineering charges have accrued. If the substantial completion date is established after all of the authorized working days have been used, then the number of days in the time extension will eliminate an equal number of days on which liquidated damages or direct engineering charges have accrued The Engineer will not allow a time extension for any cause listed above if it resulted from the Contractor's default, collusion, action or inaction, or failure to comply with the contract. The Contracting Agency considers the time specified in the special provisions as sufficient to do all the work. For this reason, the Contracting Agency will not grant a time extension for • Failure to obtain all materials and workers unless the failure was the result of exceptional causes as provided above in subsection 7, • Changes, protests, increased quantities, or changed conditions (Section 1-04) that do not delay the completion of the contract or prove to be an invalid or inappropriate time extension request; • Delays caused by nonapproval of drawings or plans as provided in Section 1-05 3; • Rejection of faulty or inappropriate equipment as provided in Section 1-05 9; • Correction of thickness deficiency as provided in Section 5-05 5(1)B. The Engineer will determine whether the time extension should be granted, the reasons for the extension, and the duration of the extension, if any. Such determination will be final as provided in Section 1-05 1 1-08.9 Liquidated Damages The first sentence in the fourth paragraph is revised to read: When the contract work has progressed to the extent that the Contracting Agency has full use and benefit of the facilities, both from the operational and safety standpoint, all the initial plantings are completed and only minor incidental work, replacement of temporary substitute facilities, plant establishment periods, or correction or repair remains to physically complete the total contract, the Engineer may determine the contract work is substantially complete SECTION 1-09, MEASUREMENT AND PAYMENT August 6, 2007 1-09.2(1) General Requirements for Weighing Equipment The last paragraph is supplemented with the following The material delivery point is defined as the location where the material is incorporated into the permanent work. 1-09.6 Force Account The first sentence in the last paragraph under 1. For Labor is revised to read. In addition to compensation for direct labor costs defined above, the Contracting Agency will pay Contractor 29 percent of the sum of the costs calculated for labor reimbursement to cover project G:\PROJECTS\2006\060288\060288 PHASE 3 OVERFLOW SPECS.doc overhead, general company overhead, profit, bonding, insurance required by Section 1-07.10 and 1- 07.18, Business & Occupation tax, and any other costs incurred The last paragraph under 2. For Materials is revised to read. In addition to compensation for direct materials cost, the Contracting Agency will pay the Contractor 21 percent of the sum of the costs calculated for materials reimbursement to cover project overhead, general company overhead, profit, bonding, insurance required by Section 1-07 10 and 1-07.18, Business & Occupation tax, and any other costs incurred. The first sentence in the fifth paragraph under 3 For Equipment is revised to read. The Contracting Agency will add 21 percent to equipment costs to cover project overhead, general company overhead, profit, bonding, insurance required by Section 1-07 10 and 1-07 18, Business & Occupation tax, and any other costs incurred The last paragraph under 3. For Equipment is revised to read: Copies of the AGC/WSDOT Equipment Rental Agreement will be maintained on the Contracting Agency's web site at www wsdot.wa gov The second paragraph under 4 For Services is revised to read Except as noted below, the Contracting Agency will pay the Contractor an additional 21 percent of the sum of the costs included on invoices for specialized services to cover project overhead, general company overhead, profit, bonding, insurance required by Section 1-07.10 and 1-07.18, Business & Occupation tax, and any other costs incurred The first paragraph under 6 For Contractor Markup on Subcontractor's Work is revised to read 6. For Contractor Markup on Subcontractor's Work: When work is performed on a force account basis by one or more approved subcontractors, by lower -tier subcontractors or suppliers, or through invoice by firm(s) acting in the manner of a subcontractor, the Contractor will be allowed an additional markup, from the table below, applied to the costs computed for work done by each subcontractor through Sections 1, 2, 3, and 4, to compensate for all administrative costs, including project overhead, general company overhead, profit, bonding, insurance required by 1-07 10 and 1-07 18, Business & Occupation tax, and any other costs incurred 1-09.9(1) Retainage The fourth paragraph is revised to read. Release of the retainage will be made 60 days following the Completion Date (pursuant to RCW 39 12, and RCW 60.28) provided the following conditions are met: 1 On contracts totaling more than $20,000, a release has been obtained from the Washington State Department of Revenue 2. Affidavits of Wages Paid for the Contractor and all Subcontractors are on file with the Contracting Agency (RCW 39 12 040) 3 A certificate of Payment of Contributions Penalties and Interest on Public Works Contract is received from the Washington State Employment Security Department. 4 Washington State Department of Labor and Industries (per section 1-07 10) shows the Contractor is current with payments of industrial insurance and medical aid premiums 5 All claims, as provided by law, filed against the retainage have been resolved In the event claims are filed and provided the conditions of 1, 2, 3 and 4 are met, the Contractor will be paid such retained percentage less an amount sufficient to pay any such claims G \PROJECTS\2006\060286\060286 PHASE 3 OVERFLOW SPECS.doc together with a sum determined by the Contracting Agency sufficient to pay the cost of foreclosing on claims and to cover attorney's fees. SECTION 1-10, TEMPORARY TRAFFIC CONTROL August 6, 2007 1-10.1(1) Materials This section is supplemented with the following: Tall Channelizing Devices 9-35 13 Portable Temporary Traffic Control Signal 9-35.14 1-10.2(3) Conformance to Established Standards The second and third sentences in the first paragraph are revised to read Judgment of the quality of devices furnished will be based upon Quality Guidelines for Temporary Traffic Control Devices, published by the American Traffic Safety Services Association. Copies of the MUTCD and Quality Guidelines for Temporary Traffic Control Devices may be purchased from the American Traffic Safety Services Association, 15 Riverside Parkway, Suite 100, Fredericksburg, Virginia 22406-1022. The third sentence in the fourth paragraph is revised to read: All Category 2 devices shall meet the requirements of NCHRP 350. The fourth sentence in the fourth paragraph is deleted The second sentence in the sixth paragraph is revised to read: Crash testing is not required for these devices. The first sentence in the seventh paragraph is revised to read: The condition of signs and traffic control devices shall be acceptable or marginal as defined in the book Quality Guidelines for Temporary Traffic Control Devices, and will be accepted based on a visual inspection by the Engineer 1-10.3(3) Traffic Control Devices This section is supplemented with the following new sub -section 1-10.3(3)K Portable Temporary Traffic Control Signal Where shown on an approved traffic control plan, the Contractor shall provide, operate, maintain and remove a portable temporary traffic control signal to provide alternating one -lane traffic operations on a two-way facility. A portable temporary traffic control signal shall be defined as a traffic control signal that may be trailer mounted, fully self-contained unit and designed so that it can be easily transported and deployed at different locations. The Contractor shall submit the manufacturer's specifications for the portable temporary traffic control signal to the Engineer for approval at the pre -construction meeting or a minimum of two weeks prior to installation, whichever occurs first. A manufacturer's representative is required to demonstrate the capabilities of the temporary portable signal prior to approval and provide training to contractor personnel as necessary The Contractor shall provide a minimum of one manufacturer trained operator on-site during all hours of portable traffic control signal operation Remote manual control of the portable traffic control signal by the Traffic Control Supervisor (TCS) or a qualified operator may be allowed if necessitated by work area or traffic conditions and as approved by the Engineer. Maximum length between signal heads shall be 1500 ft unless otherwise shown on the plans or ordered by the Project Engineer in accordance with Section 1-04.4. G:\PROJECTS\2006\060288\060286 PHASE 3 OVERFLOW SPECS.doc The WSDOT Region Signal Superintendent or designee will inspect the signal system at initial installation/operation and either provide or approve the signal timing Final approval will be based on the results of the operational inspection If repairs or adjustments are required the Contractor shall respond immediately and provide flagger traffic control, if the roadway cannot be safely reopened to two-way traffic, until such time that repairs can be made. The Contractor shall either repair the signal or replace with a backup unit within 24 hours The Engineer will monitor the traffic, signal operation and order adjustments as needed based on traffic conditions. Timing adjustments require the approval of the Project Engineer. As shown on the traffic control plan, temporary stop bars and "STOP HERE ON RED Signs (R10-6) shall be provided at the location traffic is expected to stop during the red display. The stop bar locations shall be illuminated at night. The illumination shall be the responsibility of the contractor and shall be adjusted to ensure minimal glare to motorists When not in operation, remove signal heads from the view of traffic or cover signal heads with bags made of non -ripping material specifically designed for covering signal heads. Do not use trash bags of any type Remove, cover, fold, or turn all inappropriate signs so that they are not readable by oncoming traffic. The Contractor shall provide and install all field wiring to make a complete and operational portable traffic control signal and shall maintain the system throughout the life of the contract. Portable temporary traffic signals shall not be installed within 300 feet of at -grade railroad crossing, or if driveways or roadway access points are located between the portable temporary traffic control signals. 1-10.4(2) Item Bids with Lump Sum for Incidentals The fourth paragraph is revised to read "Other Traffic Control Labor" will be measured by the hour. The hours of one person will be measured for each patrol route that the Contractor performs the work described under Section 1- 10.3(2)E, Patrol and Maintain Traffic Control Measures, regardless of the actual number of persons per route. Hours will be measured for each person engaged in any one of the following activities. Operating a pilot vehicle during one-way piloted traffic control Operating a traffic control vehicle or a chase vehicle during a rolling slowdown operation • Operating a vehicle or placing/removing traffic control devices during the setup or takedown of a lane closure Performing preliminary work to prepare for placing and removing these devices • Operating any of the moving traffic control equipment, or adjusting signing during a mobile operation as described in Section 1-10 3(2)D • Placing and removing Class B construction signs Performing preliminary work to prepare for placing and removing these signs • Relocation of Portable Changeable Message Signs within the project limits • Installing and removing Barricades, Traffic Safety Drums, Barrier Drums, Cones, Tubular Markers and Warning Lights and Flashers to carry out approved Traffic Control Plan(s) Performing preliminary work to prepare for installing these devices G \ PROJECTS \2006\060288\060288 PHASE 3 OVERFLOW SPECS doc The fifth paragraph is revised to read' Time spent on activities other than those described above will not be measured under this item. Section 1-10 4(2) is supplemented with the following: "Portable Temporary Traffic Control Signal" will be measured per each one time only for each portable temporary traffic control signal device used on the project. The final pay quantity shall be the maximum number of such devices in place at any one time as approved by the Engineer. Section 1-10.5(2) is supplemented with the following "Portable Temporary Traffic Control Signal," per each. The unit contract price, when applied to the number of units measured for this item in accordance with Section 1-10.4(2), shall be full compensation for all costs of labor, materials and equipment incurred by the Contractor in performing the contract work as described in Section 1-10.3(3)K, including all costs for traffic control during a malfunction/failure of the portable traffic control signals and during replacement of failed/malfunctioning signals SECTION 2-02, REMOVAL OF STRUCTURES AND OBSTRUCTIONS April 2, 2007 2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters Item 3 is revised to read: 3 Make a vertical full depth saw cut between any existing pavement, sidewalk, curb, or gutter that is to remain and the portion to be removed For Portland cement concrete pavement removal, a second vertical full depth relief saw cut offset 12 inches to 18 inches from and parallel to the initial saw cut is also required, unless the Engineer approves otherwise SECTION 2-09, STRUCTURE EXCAVATION April 2, 2007 2-09.3(1)E Backfilling Paragraphs three through nine including the Controlled Density Fill (CDF) chart are deleted and replaced with the following• Alternative Sources. When material from structure excavation is unsuitable for use as backfill, the Engineer may: 1. require the Contractor to use other material covered by the contract if such substitution involves work that does not differ materially from what would otherwise have been required; 2. require the Contractor to substitute selected material in accordance with Section 2- 03.3(10), 3 require the Contractor to use Controlled Density Fill (CDF) also known as Controlled Low Strength Material (CLSM)), or; 4 require the Contractor to obtain material elsewhere Material obtained elsewhere will be paid for in accordance with Section 1-04 4 Controlled Density Fill (CDF) or Controlled Low -Strength Material (CLSM). CDF is a self compacting, cementitious, flowable material requiring no subsequent vibration or tamping to achieve consolidation The Contractor shall provide a mix design in writing to the Engineer on WSDOT Form 350-040 and utilize ACI 229 as a guide to develop the CDF mix design No CDF shall be placed until the Engineer has reviewed the mix design CDF shall be designed to have a minimum 28 -day G:\PROJECTS\2006\060288\06028B PHASE 3 OVERFLOW SPECS.doc strength of 50 psi and a maximum 28 -day strength not to exceed 300 psi. The CDF consistency shall be flowable (approximate slump 3 to 10 inches) The following testing methods shall be used by the Contractor to develop the CDF mix design 28 day compressive strength - ASTM D 4832, Unit weight, yield, and air content – ASTM D 6023, Test for slump shall be in accordance with WSDOT FOP for AASHTO T 119 The water/cement ratio shall be calculated on the total weight of cementitious material The following are considered cementitious materials Portland cement, fly ash, ground granulated blast furnace slag and microsilica fume Admixtures used in CDF shall meet the requirements of Section 9-23 6, Admixtures for Concrete, and foaming agents, if used, shall meet the requirements of ASTM C 869 Admixtures shall be used in accordance with the manufacturer's recommendations and non -chloride accelerating admixtures may be used to accelerate the hardening of CDF CDF shall meet the requirements of Section 6-02 3(5)C and shall be accepted based on a Certificate of Compliance The producer shall provide a Certificate of Compliance for each truckload of CDF in accordance with Section 6-02 3(5)B. Item 1 of the first paragraph under Compaction is revised to read. 1 Backfill supporting roadbed, roadway embankments, or structures, including backfill providing lateral support for noise barrier wall foundations, luminaire poles, traffic signal standards, and roadside and overhead sign structure foundations — placed in horizontal layers no more than 6 inches thick with each layer compacted to 95 percent of the maximum density determined by the Compaction Control Test, Section 2-03 3(14)D 2-09.3(3)B Excavation Using Open Pits — Extra Excavation This section is revised to read The Contractor may dig open pits or perform extra excavation without shoring or cofferdams, if. 1 Footings can be placed in dry material away from running water. 2 The integrity of the completed structure and its surroundings is not reduced 3 Worker safety is ensured as required by law 4 The excavation does not disturb the existing pavement or any other adjacent structural elements If a slide occurs in an open pit, the Contractor shall remove the slide material If the slide disturbs an area over which a highway will be built, the Contractor shall backfill and compact the site to the original ground line as approved by the Engineer If the slide damages an existing facility such as a roadway or structure, the Contractor shall repair the damage caused by the slide The Contractor shall pay all costs related to removing slide material and restoring the slide area, including the repair of any pavement or structural elements damaged by the slide The Contractor shall drain or pump any water from the pit, taking care not to stir up or soften the bottom If equipment in the pit or inadequate water removal makes the foundation material unstable, the Contractor shall, at no expense to the Contracting Agency, remove and replace it with material the Engineer approves When the Engineer believes ground water flow may impair a concrete footing, the Contractor shall place under it a layer of gravel at least 6 inches thick. Before placing the gravel, the Contractor shall G:\PROJECTS\2006\06028B\060288 PHASE 3 OVERFLOW SPECS.doc excavate to whatever grade the Engineer requires. This provision shall not apply to the building of concrete seals The Contractor may omit forms when the earthen sides of a footing excavation will stand vertically. In this case, the Contractor may excavate to the neat line dimensions of the footing and pour concrete against the undisturbed earth. If the hole is larger than neat line dimensions, the Contractor shall bear the cost of the extra concrete. For open temporary cuts, the following requirements shall be met: 1. No vehicular or construction traffic, or construction surcharge loads will be allowed within a distance of 5 -feet from the top of the cut. 2. Exposed soil along the slope shall be protected from surface erosion. 3 Construction activities shall be scheduled so that the length of time the temporary cut is left open is reduced to the extent practical. 4. Surface water shall be diverted away from the excavation. Submittals and Design Requirements. The Contractor shall submit working drawings and calculations showing the geometry and construction sequencing of the proposed excavation slopes. The Contractor shall not begin excavation operations until receiving the Engineer's approval of the excavation submittal The excavation stability design shall be conducted in accordance with the WSDOT Geotechnical Design Manual (M46-03). The stability of the excavation slopes shall be designed for site specific conditions which shall be shown and described in the working drawings. Examples of such items that shall be shown on the excavation submittal and supported by calculations include, but are not limited to, the following 1. Excavation geometry and controlling cross sections showing adjacent existing foundations, utilities, site constraints, and any surcharge loading conditions that could affect the stability of the slope; 2. A summary clearly describing subsurface soil and groundwater conditions, sequencing considerations, and governing assumptions, 3. Any supplemental subsurface explorations made to meet the requirements for geotechnical design of excavation slopes, in accordance with the WSDOT Geotechnical Design Manual; 4. Supporting geotechnical calculations used to design the excavation, the soil and material properties selected for design, and the justification for the selection for those properties, in accordance with the WSDOT Geotechnical Design Manual; 5 Safety factors, or load and resistance factors used, and justification for their selection, in accordance with the WSDOT Geotechnical Design Manual, and referenced AASHTO design manuals; 6. Location and weight of construction equipment adjacent to the excavation top, and location of adjacent traffic; and, 7 A monitoring plan to evaluate the excavation performance throughout its design life. 2-09.3(3)D Shoring and Cofferdams Paragraphs one through seven are revised to read: Definitions. Structural shoring is defined as a shoring system that is installed prior to excavation Structural shoring shall provide lateral support of soils and limit lateral movement of soils supporting G.\PROJECTS\2006\06028B\06028B PHASE 3 OVERFLOW SPECS.doc structures, roadways, utilities, railroads, etc., such that these items are not damaged as a result of the lateral movement of the supporting soils Structural shoring systems includes driven cantilever sheet piles, sheet piles with tiebacks, sheet pile cofferdams with wale rings or struts, prestressed spud piles, cantilever soldier piles with lagging, soldier piles with lagging and tiebacks, and multiple tier tieback systems. Trench boxes, sliding trench shields, jacked shores, shoring systems that are installed after excavation, and soldier pile, sheet pile, or similar shoring walls installed in front of a pre -excavated slope, are not allowed as structural shoring A cofferdam is any watertight enclosure, sealed at the bottom and designed for the dewatering operation, that surrounds the excavated area of a structure The Contractor shall use steel sheet pile or interlocking steel pile cofferdams in all excavation that is under water or affected by ground water. Submittals and Design Requirements. The Contractor shall submit working drawings and calculations showing the proposed methods and construction details of structural shoring or cofferdams in accordance with Sections 6-01 9 and 6-02 3(16) The Contractor shall not begin construction of structural shoring or cofferdams, nor begin excavation operations, until approval of the structural shoring submittal has been given by the Project Engineer Structural shoring and cofferdams shall be designed for conditions stated in this Section using methods shown in Division I Section 5 of the AASHTO Standard Specifications for Highway Bridges Seventeenth Edition - 2002 for allowable stress design, or the AASHTO LRFD Bridge Design Specifications, Third Edition, 2004 and current interims for load and resistance factor design The USS Steel Sheet Piling Design Manuals, published by United States Steel, may be used for shoring walls that do not support other structures and that are 15 feet in height or less. Allowable stresses for materials shall not exceed stresses and conditions allowed by Section 6-02 3(17)B The shoring design shall also be in compliance with the WSDOT Geotechnical Design Manual (M46-03) In the case of conflict or discrepancy between manuals, the Geotechnical Design Manual shall govern For open temporary cuts associated with a shoring system, the requirements for open temporary cuts specified in Section 2-09 3(3)B shall be met. The structural shoring system shall be designed for site specific conditions which shall be shown and described in the working drawings The structural shoring system design shall include the design of the slopes for stability above and below the shoring system. Except as otherwise noted, the design height of all structural shoring in design calculations and working drawings shall be for the depth of excavation as required by the Plans, plus an additional 2 feet to account for the possibility of overexcavation If the Contractor provides written documentation to the satisfaction of the Engineer that the soil conditions at the site are not likely to require overexcavation, the Engineer may waive the requirement for two feet of overexcavation design height. Examples of such items that shall be shown on the structural shoring submittal and supported by calculations include, but are not limited to, the following 1 Heights; soil slopes; soil benches; and controlling cross sections showing adjacent existing foundations, utilities, site constraints, and any surcharge loading conditions that could affect the stability of the shoring system, including any slopes above or below the shoring 2 A summary clearly describing performance objectives, subsurface soil and groundwater conditions, sequencing considerations, and governing assumptions 3 Any supplemental subsurface explorations made to meet the requirements for geotechnical design of excavation slopes, shoring walls, and other means of ground support, in accordance with the WSDOT Geotechnical Design Manual 4 Supporting geotechnical calculations used to design the shoring system, including the stability evaluation of the shoring system in its completed form as well as intermediate shoring system construction stages, the soil and material properties selected for design, G\PROJECTS\2006\060286\06028B PHASE 3 OVERFLOW SPECS.doc and the justification for the selection for those properties, in accordance with the WSDOT Geotechnical Design Manual. 5 Safety factors, or load and resistance factors used, and justification for their selection 6 Location and weight of construction equipment adjacent to the excavation; location of adjacent traffic, and structural shoring system material properties, spacing, size, connection details, weld sizes, and embedment depths. 7. Structural shoring installation and construction sequence, procedure, length of time for procedure and time between operations; proof load testing procedure if any; deadman anchor design and geometry; no load zones, grouting material and strengths; and a list of all assumptions 8. Methods and materials to be used to fill voids behind lagging, when soldier piles with lagging are used as structural shoring 9. A monitoring/testing plan to evaluate the performance of the excavation/shoring system throughout its design life, and 10. An estimate of expected displacements or vibrations, threshold limits that would trigger remedial actions, and a list of potential remedial actions should thresholds be exceeded Thresholds shall be established to prevent damage to adjacent facilities, as well as degradation of the soil properties due to deformation. SECTION 9-06, STRUCTURAL STEEL AND RELATED MATERIALS December 4, 2006 9-06.5(4) Anchor Bolts The first and second paragraphs are revised to read: Anchor bolts shall meet the requirements of ASTM F 1554 and, unless otherwise specified, shall be Grade 105 and shall conform to Supplemental Requirements S2, S3, and S4 Nuts for ASTM F 1554 Grade 105 black anchor bolts shall conform to AASHTO M 291, Grade D or DH. Nuts for ASTM F 1554 Grade 105 galvanized bolts shall conform to AASHTO M 291, Grade DH and shall conform to the lubrication requirements in Section 9-06.5(3) Nuts for ASTM F 1554 Grade 36 or 55 black or galvanized anchor bolts shall conform to AASHTO M 291, Grade A. Washers shall conform to ASTM F 436. 9-06.9 Gray Iron Castings The AASHTO requirement is revised to read "AASHTO M 306" SECTION 9-08, PAINTS April 2, 2007 9-08.2 Paint Formulation – General In Formula C-11-99 — Top Coat Single Component, Moisture Cured Polyurethane, the federal standard for Color is revised to read Color. Match Federal Standard 595B G\PROJECTS\2006\06028B\060288 PHASE 3 OVERFLOW SPECS.doc PROJECT LOCATION CITY LITS RIVER RD SCENIC DR FLETC CASTLEVAL > KERN RD z ENGLEWOO OD AVE DOUGLAS GLACIER WAY DOUGLAS DR UPLAND DR ROO EVELT A E GLACIER WAY TV RICHEY RD W LINCOLN AVE BITTE'ROOT HAVEN WAY BITTERROOT SUM ITVIEW AVE ASCADE DP BARGE S BARGE ST YAKIMA W CHESTNJT A E McCARGAR ALNUT HOME DR ALNUT AVE MEADOW VICINITY MAP NOT TO SCALE DATUM ELEVATION NGS BRASS CAP STAMPED "E294 1949" LOCATED AT THE NORTHWEST CORNER OF THE POWERHOUSE ROAD BRIDGE OVER THE NACHES RIVER. ELEVATION: 1180.70, DATUM NGVD 1929 LEVEL 2 - DOMESTIC WATER SYSTEM IMPROVEMENTS PHASE -3 OVERFLOW RELOCATION - RESERVOIR No 1 CITY PROJECT NO. WA2096 HLA PROJECT NO. 060280 JANUARY 2009 SHEET INDEX SHEET 1 SHEET 2 SHEET 3 SHEET 4 SHEET 5 SHEET 6 COVER SHEET LEGEND, SUMMARY OF QUANTITIES AND GENERAL NOTES DETAILS CONSTRUCTION SEQUENCE OVERFLOW DRAIN LINE PLAN & PROFILE OVERFLOW PIPE ELEVATIONS Huibregtse, Louman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue *Yakima, WA 98902 (509) 966-7000 FAX (509) 965-3800 JOB NUMBER: 060288 DATE. 12-19-08 FILE NAMES. DRAWING. SHEETS.dwg CITY OF YAKIMA LEVEL 2 - DOMESTIC WATER SYSTEM IMPROVEMENTS - PHASE 3 REVISION DATE DESIGNED BY ENTERED BY GWS AJH COVER SHEET 1 OF 6 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SUMMARY OF QUANTITIES ITEM if TOTAL QUANTITY UNIT ITEM DESCRIPTION 1 -- L.S. MOBILIZATION 2 -- L.S. REMOVAL OF STRUCTURES AND OBSTRUCTIONS 3 70 L.F 12 -INCH D I WATERMAIN AND FITTINGS, IN PLACE 4 1 EA. 14 -INCH BUTTERFLY VALVE AND VALVE BOX 5 1 E.A. RESERVOIR PENETRATION FOR PIPE 6 -- L.S. AIR VENT ASSEMBLY 7 85 L.F 14 -INCH HDPE PIPE, IN PLACE 8 55 L.F SHORING OR EXTRA EXCAVATION 9 EST F.A. MINOR CHANGES EXISTING FEATURES FENCE GAS UNE SANITARY SEWER DOMESTIC WATER STORM DRAIN OVERHEAD POWER IRRIGATION TELEPHONE FIBER OPTIC CULVERT FIRE HYDRANT WATER VALVE WATER BLOWOFF WATER MANHOLE WATER METER IRRIGATION VALVE STORM DRAIN MANHOLE CATCH BASIN DRYWELL SANITARY SEWER MANHOLE TELEPHONE MANHOLE POWER MANHOLE TRAFFIC SIGNAL STREET LIGHT PULL BOX SS SS 0 CD0 0 O Cwv o�- a LEGE\D EXISTING FEATURES UTILITY POLE POLE ANCHOR SIGN GAS VALVE MONUMENT MAILBOX DECIDUOUS TREE EVERGREEN TREE NEW FEATURES NEW ASPHALT CONCRETE PAVEMENT NEW WATER LINE WATER VALVE CITY Or YAKIMA PUBLIC WATERLINE GENERAL NOTES ALL PUBLIC WATERLINE PIPE SHALL BE CLASS 52 DUCTILE IRON. DUCTILE IRON PIPE SHALL BE CEMENT -MORTAR LINED AND SHALL CONFORM TO ANSI A-21 11 AND SHALL BE U.S. TYTON JOINT PIPE OR APPROVED EQUAL. RUBBER RING GASKETS SHALL CONFORM TO ANSI A-21 11 ALL CAST IRON FITTINGS AND FLANGED DUCTILE IRON FITTINGS SHALL BE CLASS 250 AND ALL DUCTILE IRON MECHANICAL JOINT FITTINGS SHALL BE CLASS 350 CONFORMING TO ANSI/AWWA C110/A-21 10 AND ANSI/AWWA C153 A-21 53. MORTAR LINING SHALL BE SAME THICKNESS AS FOR PIPE. 2. NO PUBLIC WATER VALVES SHALL BE OPENED OR CLOSED (OPERATED) BY ANYONE BUT THE CITY OF YAKIMA WATER/IRRIGATION DIVISION STAFF CONTACT ALVIE MAXEY AT 575-6196 A MINIMUM OF 24 HOURS PRIOR TO WORK REQUIRING OPERATION OF PUBLIC WATER VALVES. 3. ALL PUBLIC WATERLINES SHALL HAVE A MINIMUM OF 4 5 FEET OF COVER. 4 ALL TEES, BENDS AND ENDS OF WATERLINES SHALL BE RESTRAINED WITH ROMAC GRIPRING RESTRAINT SYSTEM AND BLOCKED WITH POURED IN PLACE CONCRETE THRUST BLOCKS IN ACCORDANCE WITH THE CITY OF YAKIMA SPECIFICATIONS UNLESS ALTERNATE RESTRAINT SYSTEMS HAVE BEEN PREVIOUSLY APPROVED ALL FITTINGS IN CONTACT WITH CONCRETE SHALL BE WRAPPED IN PLASTIC. 5. DIRECT -BURIED LINE VALVES OF 12" SIZE AND LARGER SHALL BE BUTTERFLY VALVES. ALL SMALLER, DIRECT -BURIED LINE VALVES SHALL BE RESILIENT WEDGE GATE VALVES. ALL VALVES SHALL BE DESIGNED TO AWWA SPECIFICATIONS AND SHALL HAVE A STANDARD 2" SQUARE -OPERATING NUT UNLESS OTHERWISE SHOWN ON PLANS. ALL VALVES SHALL BE DESIGNED FOR AT LEAST 150 PSI WORKING PRESSURE AND SHALL OPEN COUNTER CLOCKWISE. 6. ALL WATERLINE FACILITIES SHALL BE THOROUGHLY FLUSHED, PRESSURE TESTED AND CHLORINATED AND A POTABLE WATER TEST (BAC -T) SHALL BE APPROVED BY THE CITY OF YAKIMA PRIOR TO ANY CONNECTION TO EXISTING WATER SYSTEM. FLUSHING OF CHLORINATED WATER INTO STORM DRAIN SYSTEM IS NOT ALLOWED UNLESS DE -CHLORINATED 7 ALL WATERLINE, FITTINGS AND VALVES USED FOR FINAL WATERLINE CONNECTIONS TO THE EXISTING WATER SYSTEM SHALL BE SWABBED WITH 300PPM CHLORINATED SOLUTION. 8. CONTRACTOR SHALL NOTIFY ALL AFFECTED WATER CUSTOMERS 24 HOURS PRIOR TO ANY WATER SYSTEM SHUTDOWN FOR FINAL WATERLINE CONNECTIONS. COORDINATE WITH CITY OF YAKIMA WATER/IRRIGATION DIVISION 9 THE CITY OF YAKIMA WATER/IRRIGATION DIVISION SHALL MAKE ALL WATER MAIN TAPS UNLESS OTHERWISE NOTED 10. THE CITY OF YAKIMA WATER/IRRIGATION DIVISION SHALL INSTALL ALL WATER SERVICES UNLESS OTHERWISE NOTED 11 ALL TOOLS, EQUIPMENT, MATERIALS, AND WORKMAN BOOTS SHALL BE DISINFECTED WITH CHLORINE SOLUTION PRIOR TO ENTERING RESERVOIRS. FOLLOWING ALL WORK INSIDE RESERVOIRS, THE CONTRACTOR SHALL DISINFECT THE RESERVOIRS IN ACCORDANCE WITH AWWA C652. THIS WORK SHALL BE CONSIDERED INCIDENTAL TO ALL OTHER WORK ITEMS, AND NO SEPARATE PAYMENT WILL BE MADE. GENERAL PROJECT NOTES THE SPECIFICS OF THE ORDER OF WORK SHALL BE AT THE CONTRACTOR'S OPTION, BUT WORK SHALL BE CLOSELY COORDINATED WITH THE CONSTRUCTION SEQUENCE DESCRIBED IN THE APPENDIX OF THE PROJECT SPECIFICATIONS. THE CONTRACTOR SHALL COORDINATE ALL CONSTRUCTION ACTIVITY WITH THE CITY OF YAKIMA. 2. FOR CONNECTIONS TO EXISTING WATERMAINS ALL PIPING SHALL BE EXPOSED, AND ALL LABOR, TOOLS, MATERIALS, AND EQUIPMENT NECESSARY TO MAKE THE CONNECTION SHALL BE ON HAND PRIOR TO BEGINNING WORK. THE CONNECTION SHALL BE MADE IN THE MINIMUM TIME POSSIBLE TO MINIMIZE IMPACTS TO THE WATER SYSTEM AND ITS CUSTOMERS. 3. ALL CONSTRUCTION SHALL CONFORM TO THE LATEST EDITION OF THE STANDARD SPECIFICATIONS FOR ROAD, BRIDGE, AND MUNICIPAL CONSTRUCTION AS PUBLISHED BY THE WASHINGTON STATE DEPARTMENT OF TRANSPORTATION (WSDOT) AND THE AMERICAN PUBLIC WORKS ASSOCIATION (APWA) AND THE SPECIAL PROVISIONS OF THE CITY OF YAKIMA. 4 THE CONTRACTOR IS ADVISED THAT THE LOCATION AND/OR ELEVATION OF EXISTING UTILITIES SHOWN HEREON ARE BASED UPON UTILITY INFORMATION OF RECORD, INFORMATION PROVIDED TO HUIBREGTSE, LOUMAN ASSOCIATES, INC. AND WHERE POSSIBLE MEASUREMENTS TAKEN IN THE FIELD IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO VERIFY PERTINENT LOCATIONS AND ELEVATIONS, ESPECIALLY AT CONNECTION POINTS AND AT POTENTIAL UTILITY CONFLICTS. 5. THE CONTRACTOR MUST CALL THE LOCAL UTILITY LOCATION REQUEST CENTER NOT LESS THAN 72 HOURS NOR MORE THAN 10 BUSINESS DAYS BEFORE ANY EXCAVATION, TO REQUEST FIELD LOCATIONS OF UTILITIES. THE TELEPHONE NUMBER FOR THE ONE CALL CENTER FOR THIS PROJECT IS 1-800-424-5555. PRIOR TO CONSTRUCTION, THE CONTRACTOR SHALL VERIFY PERTINENT LOCATIONS AND ELEVATIONS, ESPECIALLY AT THE CONNECTION POINTS AND AT POTENTIAL UTILITY CONFLICTS. IT SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR TO NOTIFY THE ENGINEER IMMEDIATELY WHERE EXISTING UTILITIES ARE FOUND TO CONFLICT WITH PROJECT IMPROVEMENTS. NO ADDITIONAL COMPENSATION WILL BE ALLOWED FOR POTHOLING OR VERIFICATION OF EXISTING UTILITY LOCATIONS. 6 ANY DAMAGE TO PUBLIC UTILITIES OR ADJACENT PROPERTIES AS A RESULT OF THE CONSTRUCTION ACTIVITIES SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR. REPAIRS SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR AND SHALL BE MADE IN A TIMELY MANNER TO THE SATISFACTION OF THE DAMAGED PARTY 7 CONTRACTOR SHALL REMOVE ALL DEBRIS FROM THE SITE. NO BURNING WILL BE ALLOWED THE CONTRACTOR SHALL BE REQUIRED TO SECURE AND OPERATE HIS OWN WASTE DISPOSAL SITE AT HIS OWN EXPENSE FOR THE DISPOSAL OF ALL UNSUITABLE MATERIAL, ASPHALT, CONCRETE, DEBRIS, WASTE MATERIAL, AND ANY OTHER OBJECTIONABLE MATERIAL WHICH IS DIRECTED TO WASTE. THE CONTRACTOR SHALL COMPLY WITH THE STATE OF WASHINGTON REGULATIONS REGARDING DISPOSAL OF WASTE MATERIAL AS OUTLINED IN WAC 173-304, SUBCHAPTER 461 8. AT ALL TIMES DURING CONSTRUCTION, THE CONTRACTOR SHALL BE RESPONSIBLE FOR CONTROLLING ON-SITE EROSION DUE TO WIND AND RUNOFF 9 A PRECONSTRUCTION MEETING WITH THE LOCAL JURISDICTION/PUBLIC WORKS DEPARTMENT, THE ENGINEER, THE CONTRACTOR, AND INTERESTED UTILITY COMPANIES SHALL BE HELD A MINIMUM OF ONE WEEK PRIOR TO BEGINNING CONSTRUCTION CITY INSPECTOR SHALL BE GIVEN 48 -HOURS MINIMUM NOTICE PRIOR TO THE START OF WORK. 10. THE CONTRACTOR SHALL HAVE ONE (1) SIGNED COPY OF THE APPROVED PLANS, ONE (1) COPY OF THE APPROPRIATE STANDARDS AND SPECIFICATIONS, AND A COPY OF ANY PERMITS AND EXTENSION AGREEMENTS NEEDED FOR THE JOB, ON-SITE AT ALL TIMES. 11 IF WORKERS ENTER ANY TRENCH OR OTHER EXCAVATION FOUR FEET OR MORE IN DEPTH THAT DOES NOT MEET THE OPEN PIT REQUIREMENTS OF WSDOT/APWA SECTION 2-09 3(3)0, IT SHALL BE SHORED AND CRIBBED THE CONTRACTOR SHALL BE SOLELY RESPONSIBLE FOR WORKER SAFETY AND THE ENGINEER ASSUMES NO RESPONSIBILITY ALL TRENCH SAFETY SYSTEMS SHALL MEET THE REQUIREMENTS OF THE WASHINGTON INDUSTRIAL SAFETY AND HEALTH ACT, CHAPTER 49 17 RCW 12. IF, DURING THE CONSTRUCTION PROCESS, CONDITIONS ARE ENCOUNTERED BY THE CONTRACTOR, HIS SUBCONTRACTORS, OR OTHER AFFECTED PARTIES, WHICH COULD INDICATE A SITUATION THAT IS NOT IDENTIFIED IN THE PLANS OR SPECIFICATIONS, THE CONTRACTOR SHALL CONTACT THE ENGINEER IMMEDIATELY 13. THE CONTRACTOR SHALL BE RESPONSIBLE FOR PROVIDING ADEQUATE SAFEGUARDS, SAFETY DEVICES, PROTECTIVE EQUIPMENT, FLAGGERS, AND ANY OTHER ACTIONS NEEDED TO PROTECT THE LIFE, HEALTH, AND SAFETY OF THE PUBLIC, AND TO PROTECT PROPERTY IN CONNECTION WITH THE PERFORMANCE OF WORK COVERED BY THIS CONTRACT THE CONTRACTOR SHALL BE RESPONSIBLE FOR PROVIDING ANY AND ALL TRAFFIC CONTROL DEVICES AS MAY BE REQUIRED BY THE CONSTRUCTION ACTIVITIES. ALL SECTIONS OF THE WSDOT/APWA STANDARD SPECIFICATIONS SECTION 1-10, TEMPORARY TRAFFIC CONTROL, SHALL APPLY IF WORK WITHIN THE RIGHT OF WAY WILL INTERRUPT NORMAL TRAFFIC OPERATION 14 THE CONTRACTOR SHALL BE RESPONSIBLE FOR KEEPING ROADWAYS FREE AND CLEAR OF ALL CONSTRUCTION DEBRIS AND DIRT TRACKED FROM THE SITE. 15. THE CONTRACTOR SHALL BE RESPONSIBLE FOR RECORDING AS -BUILT INFORMATION ON A SET OF RECORD DRAWINGS KEPT AT THE CONSTRUCTION SITE, AND AVAILABLE TO THE CITY OF YAKIMA INSPECTOR AT ALL TIMES. THE CONTRACTOR SHALL DELIVER THESE DRAWINGS TO THE ENGINEER AT THE COMPLETION OF THE WORK. 16 ALL OPERATIONS CONDUCTED ON THE PREMISES, INCLUDING THE WARMING UP, REPAIR, ARRIVAL, DEPARTURE, OR RUNNING OF TRUCKS, EARTHMOVING EQUIPMENT, CONSTRUCTION EQUIPMENT, AND ANY OTHER ASSOCIATED EQUIPMENT SHALL GENERALLY BE LIMITED TO THE PERIOD BETWEEN 7 00 A.M. AND 7 00 P.M. EVERY DAY UNLESS OTHERWISE APPROVED BY THE CITY Huibregtse, Lowman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue •:Yakima, WA 98902 (509) 966-7000 4• FAX (509) 965-3800 JOB NUMBER: DATE. 060288 12-19-08 FILE NAMES. DRAWING. SHEETS.dwg CITY OF YAKIMA LEVEL 2 - DOMESTIC WATER SYSTEM IMPROVEMENTS - PHASE 3 REVISION DATE DESIGNED BY. ENTERED BY. GWS AJH LEGEND, SUMMARY OF QUANTITIES AND GENERAL NOTES SHEET 2 OF 6 0 OVERFLOW PIPE PLAN 16.5' C. TO C. TYPICAL 10 REMOVE EX. SUPPORT RODS & BRACKETS REMOVE VALVE OPERATOR I AND PLUG HOLES WITH NON -SHRINK GROUT 1(///////////////////////////// ��,22,Z�1J,/)////// i � r I REMOVE EX. SUPPORT RODS & BRACKETS 24.5' to of 4 11 EX. 12" STEEL /////////// V//////////2/////////////// ELEVATION REMOVE AND DISPOSE OF EXISTING 18" VALVE, STEM AND OVERFLOW STANDPIPE AND BRACKETS ® DEMOLITION OF OVERFLOW AND DRAIN VALVE ASSEMBLIES NOT TO SCALE FINISHED GRADE CAST IRON LID 36" MAX. SEE NOTE 1 2" SOUARE BY 2" HIGH OPERATING NUT WELD TO 1" SHAFT 6" MAX. SEE NOTE 2 MIN Ye" THICK STEEL PLATE WELDED TO 1" DIAM. SHAFT, TO BE 16" LESS THAN INSIDE DIAM. OF VALVE BOX 1" DIAM. MILD STEEL OR SCH. 80 PIPE SHAFT FABRICATED STEEL SOCKET WITH 2—Ys" I.D. 2—Ya" DEPTH, AND J6" MIN. WALL THICKNESS. WELD TO 1" SHAFT NOTES UPPER SECTION SLIDING TYPE C.I. VALVE BOX (RICH MODEL 940-8, 18—INCHES HIGH) OR APPROVED EQUAL 6" MIN. C.I. VALVE BOX EXTENSION, LENGTH AS REQUIRED. LOWER SECTION (RICH MODEL R-36 36—INCHES HIGH) OR APPROVED EQUAL GATE VALVE SHOWN — SIMILAR INSTALLATION REQUIRED FOR BUTTERFLY VALVE 1 VALVE OPERATING NUT EXTENSIONS ARE REQUIRED WHEN THE VALVE NUT IS MORE THAN THREE (3) FEET BELOW FINISHED GRADE. EXTENSIONS ARE TO 8E A MINIMUM OF ONE (1) FOOT LONG. ONLY ONE EXTENSION PER VALVE. 2. WHERE DEPTH IS OVER 6 FEET, INSTALL ADDITIONAL PLATES EVENLY SPACED BETWEEN FIRST PLATE AND SOCKET AT 6—FOOT MAX. SPACING. 3. ALL VALVE OPERATING NUT EXTENSIONS SHALL BE MADE OF STEEL, SIZED AS NOTED, AND PAINTED WITH TWO (2) COATS OF METAL PAINT 4 ALL VALVE OPERATION NUT EXTENSIONS SHALL BE TIGHTLY SECURED TO THE VALVE OPERATING NUT WITH A SET SCREW. O VALVE OPERATING NUT EXTENSION NOT TO SCALE SEE SURFACE REPAIR DETAIL CC 0 ���1�%,`./,/„/��✓�I;7/ �����*��v�������������#-, -moi NOTES: UNDISTURBED EARTH COMPACTED NATIVE BACKFILL, EXCEPT SELECT BACKFILL FULL DEPTH AT LOCATIONS DIRECTED BY THE ENGINEER. BEDDING ZONE BEDDING MATERIAL SHALL MEET THE REQUIREMENTS OF CLASS "C” PER SECTION 9-03.18 UNLESS THE ENGINEER DETERMINES THAT CONDITIONS REQUIRE ANOTHER CLASS 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 O TYPICAL TRENCH SECTION NOT TO SCALE CAST IRON LID #4 RE -BAR 1'-0" EW 4 4-0" SO. 6" MIN. 8" THICK CLASS 3000 CEMENT CONCRETE LOWER SECTION (RICH MODEL R-36 36 -INCHES HIGH) OR APPROVED EQUAL UPPER SECTION SLIDING TYPE C.I. VALVE BOX (RICH MODEL 940-B, 18 -INCHES HIGH) OR APPROVED EQUAL GATE VALVE SHOWN - '/ SIMILAR INSTALLATION REQUIRED FOR BUTTERFLY VALVE NOTE. PROVIDE EXTENSION PIECE WHERE REQUIRED FOR VALVE BOX. (RICH MODEL 044, 12 -INCHES HIGH) OR APPROVED EQUAL ® WATER VALVE BOX - NOT IN PAVEMENT NOT TO SCALE Huibregtse, Lowman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue4•Yakima, WA 98902 (509) 966-7000 o FAX (509) 965-3800 JOB NUMBER: 060286 DATE. 12-19-08 FILE NAMES. DRAWING. SHEETS.dwg CITY OF YAKIMA LEVEL 2 - DOMESTIC WATER SYSTEM IMPROVEMENTS - PHASE 3 REVISION DATE DESIGNED BY: GWS ENTERED BY AJH DETAILS SHEET 3 OF 6 E LEGEND 0 = EXISTING VALVE 0 = NEW VALVE LEVEL 3 PUMP STATION \ O EX. 18" STL. WASTE LINE \ RESERVOIR 2 RESERVOIR 1 EXIST 12"/7 WATERMAIN N Construction Sequence A Remove Overflow Standpipe and Construct New Overflow 1 Coordinate with City Water Division to dewater reservoir no 1 Close valves V5, V8 and V9* Open V7.* 2 Remove existing overflow standpipe and valve V7 3 Install new overflow penetration and overflow piping to existing 18" steel waste line 4 Slipeline new HDPE drain line to drain pit and Install fittings, new 12"butterfly drain valve N1 connect to exist. 18"stl with reducer and transition fitting,valve box, stem extension, and concrete valve box slab Pressure test and chlorinate all pipe and fittings 5 Coordinate with City Water Division to refill reservoir * All valves to be operated by City of Yakima * *Alternate to sequence must be approved �� Huibregtse, Louman Associates, Inc. /A'. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue t•Yakima, WA 98902 (509) 966-7000.• FAX (509) 965-3800 JOB NUMBER: 06028B DATE. 12-19-08 FILE NAMES. DRAWING. SHEETS.dwg CITY OF YAKIMA LEVEL 2 - DOMESTIC WATER SYSTEM IMPROVEMENTS - PHASE 3 REVISION DATE DESIGNED BY GWS ENTERED BY. AJH CONSTRUCTION SEQUENCE SHEET 4 OF 6 I I III 1 \\ \\ \ \ \12" D.I \ Imlil®F®1®Ie101B1- 0 1 ■ 0 •\ \\ cin 1-®i-6�FIIk+W -d-1-®-1 MI L- IFH 1 IM F9i-i-1-N 1 M- Piai_ o� \ \ /\ \ O O O O • 9 \ o 0� \ S 1 \�\ ' y \ O \ \' DRILL Sc INSTALL MECHANICAL CONCRETE ANCHOR BOLTS (2) %e"0 S.S. CONC. RESERVOIR ROOF 12" MJ 90' ELBOW OVERFLOW SUPPORT BRACKET NOT TO SCALE 74- (2) S.S. STRAPS (1X)) EACH SIDE OF MJ OF 90' ELBOW. CONNECT TO MJ WITH ROMAC "DUCTILE LUG" OR ELBOWS APPROVED EOUAL AND S.S. HARDWARE. E * RETAIN ALL FITTINGS WITH ROMAC "GRIPRING" OR APPROVED EQUAL. 1380.5 (MATCH RESERVOIR No. 2 OVERFLOW) SAW CUT LEVEL ALL AROUND 12"0 STEEL PIPE (3" WALL THICKNESS) %" THICK FLANGE RINGS W/ 80 MESH (S.S.) SCREEN (6) Y"0 BOLTS SPACED EQUALLY PRIME & PAINT 2 COATS EPDXY "COLOR AS DIRECTED OVERFLOW VENT NOT TO SCALE 12" MJ 90' ELBOW 0 5 10 20 " 12"0 DUCTILE PIPE VERTICAL PIPE TO EX. DRAIN CONNECTION 1� FITTING ISOMETRIC NOT TO SCALE FROM RESERVOIR Huibregtse, Louman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue aYakima, WA 98902 (509) 966-7000 a FAX (509) 965-3800 JOB NUMBER: 06028B DATE. 12-19-08 FILE NAMES. DRAWING. SHEETS.dwg PLAN: 06028B.dwg CITY OF YAKIMA LEVEL 2 — DOMESTIC WATER SYSTEM IMPROVEMENTS — PHASE 3 REVISION DATE DESIGNED BY GWS ENTERED BY AJH OVERFLOW DRAIN LINE PLAN & PROFILE SHEET 5 OF 6 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 p 1 385 _._ I I *MATCH p 1 385 12" 0.D. X D.I. No. 2 OVERFLOW RESERVOIR; TRANS COUPLING — — — — - - \\ \ \ -1138 I 1380 __ 11Y MJ I ILII L I 2' X 2 X C. PAD.r,. 6 - ��' —' D.I. ELBOW \� � \1380, 5 1I 1 CON I I 1375 — — —� — - - — . " OLE zD RON PIP E I i IE. 1378 90 ELBOW 1375 1370 \ , 1- ® — II 11 -CENTERING SPACERS - —�1E1 - / �2"�2 X 12" , .MJ D. E; \ "LINKSEAL" &NON 1 '0 0 6 CRE H ' LINK SEAL (LS SHRINK GROUT 2 OLE;X 1' 6";t " -360-S-21!) 1 I 1370 1365 16" D_I. i WATERMAIN SLIPLINING EXCAVATION PIT I i j ' I �s 1111 IN 1365 1360 RESERVOIR 10 RESI No. 2 \ I 12"U IRON PIPE NEW-- TILE � I I � - - - - — '-- - 1 1 i I -- - - - --- -- - NS �� 1 - - , - 1 --- — - — 1360 , 1355 1 1 ' 1,8 O.D. TRANS. C I, 12"X MJID.I. D.I. PLING { � I12'X12" TEE! ! 1 1 i 12" MJ BUTTERFLY vALVE 4 REMOVE 18" STEEL PORTION FOR SLIPLINING OF EXIST. / LINK SEAL (LS -575-5-15) I 1 , = I ! I 1 ! 1355 1 — 1350 STEEL DRAIN DRAIN LNECONNECT MJ'REDUCER \--- I TO 12AS"R(IPS) EQUIREDPE W FITTINGBETWEEN / (RESTRAINED CONNECTION) W/ CIENTERNG SKIDSINE (-60 LF) FILL ANNULAR STEEL PIPE j4/ NON—SHRINK GROUT I SPACE -; AND HOPE !- IE. 1353.5' 1 350 -- - ---- ---- ------ - - --- -- -- ----------- -- ------ -1- -- -- - - -- -- - — - - -- - - -- - -- - --- 0+00 0+80 X 1I I I I REMOVE EXISTING OVERFLOW STANDPIPE & BRACE HARDWARE REMOVE VALVE, VALVE STEM EXTENSION, HAND WHEEL AND PEDESTAL, FILL STEM HOLE IN ROOF WTH NON -SHRINK GROUT./ ,-..') DRAIN PIT I I II - I II RESERVOIR i 1354.0' LINK SEAL (LS -575-S-15) CUT EXIST. 18' STEEL PIPE W/ NON -SHRINK GROUT FLUSH TO DRAIN PIT WALL TO PIT WALL DRAIN PIT MODIFICATIONS NOT TO SCALE O Inc.Hulbregtse, Louman Associates, '4A SNE wt.1� 4k,''' t': �`c v g: 4 1S _0 g /STE NAL E�G` /(f\ k� / JOB NUMBER: 060286 DATE. 12-19-08 CITY OF YA K LEVEL 2 -DOMESTIC WATER IMPROVEMENTS - PHASE I M A SYSTEM 3 SHEET 6 OF FILE NAMES. DRAWING. SHEETS.dwg PROFILE. RCPRF040.dwg CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue oYakima, WA 98902 DESIGNED BY GWS ENTERED BY AJH OVERFLOW PIPE ELEVATIONS 6 (509) 966-7000* FAX (509) 965-3800 REVISION DATE